Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-003Temp. Reso. #10315 December 23, 2003 1 Revision 1, January 6, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004- �f , A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 04- 02E TO, AND EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND INTERSTATE ENGINEERING CORPORATION, FOR AN AMOUNT OF $292,000.00 FOR THE GRANT'S PLAZA REPUMP STATION REHABILITATION PROJECT; APPROVING FUNDING FOR THIS PROJECT FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNT; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the Grant's Plaza Water Repump Station located at 4191 West Commercial Boulevard; and WHEREAS, the high service pumps and associated electrical equipment currently being utilized to repump water from the storage tank into the City's water distribution system were constructed in 1974; and WHEREAS, the deteriorated condition of these pumps and assorted electrical equipment has reduced their operating efficiency; and C Temp. Reso. #10315 December 23, 2003 2 Revision 1, January 6, 2004 WHEREAS, the City of Tamarac publicly advertised Bid No. 04-02B, Grant's Plaza Repump Station Rehabilitation Project in the Sun Sentinel on November 2, 2003 and November 9, 2003, (a copy of said bid document is attached hereto as "Exhibit A"); and WHEREAS, the City solicited competitive sealed bids and on December 5, 2003, received, opened and reviewed four (4) bids as follows: COMPANY NAME TOTAL. BID $ Interstate Engineering Corporation 292,000.00 Florida Design 319,800.00 Ackerblom 321,500.00 MGI Morgan 354,000.00 WHEREAS, Interstate Engineering Corporation was deemed the lowest responsive and responsible bidder (a copy of said bid is attached hereto as "Exhibit B"); and WHEREAS, it is the recommendation of the Director of Utilities and the Purchasing and Contracts Manager that the appropriate City Officials award Bid No. 04-02B, Grant's Plaza Repump Station Rehabilitation Project, to and execute an agreement with Interstate Engineering Corporation in an amount not to exceed $292,000.00 for the rehabilitation of the repump station; and J C 1 1 1 Temp. Reso. #10315 December 23, 2003 3 Revision 1, January 5, 2004 WHEREAS, the Utilities Department retained the services of Eckler Engineering, Inc., one of the City's consulting engineers, to complete the design and prepare construction bid documents in accordance with the City Consulting Engineering Agreement, as authorized by the City in July 11, 2001, Resolution Number R-2001-185; and WHEREAS, Eckler Engineering recommends the award of this construction contract to Interstate Engineering Corporation in the amount of $292,000.00 as stated in their memo issued December 11, 2003 (a copy of which is attached hereto as "Exhibit C"); and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve the award of Bid No. 04-02B, Grant's Plaza Repump Station Rehabilitation Project, to and execute an agreement with Interstate Engineering Corporation in an amount not to exceed $292,000.00 and to provide funding from the appropriate budgeted Utilities Operational account. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and Temp. Reso. #10315 December 23, 2003 4 Revision 1, January 6, 2004 confirmed as being true and correct and are hereby made a specific part of this resolution upon adoption hereof. SECTION 2: The award of Bid 04-02B, Grant's Plaza Repump Station Rehabilitation Project, to Interstate Engineering Corporation, is hereby authorized. SECTION 3: The appropriate City Officials are hereby authorized to execute an agreement between the City of Tamarac and Interstate Engineering Corporation (a copy of which is attached hereto as "Exhibit D") as part of said award; and SECTION 4: An expenditure in the amount of $292,000.00 is approved to be funded from the appropriate budgeted Utilities Operational account. SECTION 5: The City Manager, or his designee, be authorized to make changes, issue Change Orders not to exceed $10,000 per Section 6-156(b) of the City Code, and close the contract award including, but not limited to, making final payment and releasing bonds when the work has been successfully completed within the terms and conditions of the contract and within the contract price. SECTION 6: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any clause, section, other part or application of this 1 1 0 I 1 Temp. Reso. #10315 December 23, 2003 5 Revision 1, January 6, 2004 Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application; it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 8: passage and adoption. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 14' day of January, 2004. ATTEST: i MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form MITCHE L S. WAFT CITY ATTORNEY' REG/JM/mg JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER CC��.Q�. DIST 2: COMM. FLANSBAUM-T LABISCO DIST 3: COMM. SULTANOF (tt, DIST 4: V/M ROBERTS tAHlblI A CONTRACT DOCUMENTS -' a ' ° 31' For The GRANT'S PLAZA REPUMP STATION REHABILITATION BID NO. 04-02B R�Po ISSUED ON BEHALF OF THE UTILITIES DEPARTMENT CITY OF TAMARAC PURCHASING DIVISION 7525 NW 88th AVENUE ROOM 108 TAMARAC, FLORIDA 33321-2401 (954) 724-2450 FOR INFORMATION REGARDING THIS PROJECT CONTACT ECKLER ENGINEERING, INC. 4700 RIVERSIDE DRIVE, SUITE 110 CORAL SPRINGS, FI. 33067 (954)510-4700 LICENSE NO. EB7803 SPECIFICATIONS PROJ NO : 442.C1 DATE : OCTOBER 2003 CONTRACT DOCUMENTS for GRANTS PLAZA REPUMP STATION REHABILITATION for the CITY OF TAMARAC CONSISTING OF: BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS/DRAWINGS ECRLER ENGINEERING, INC. 4700 Riverside Drive Coral springs, Florida 33067 License Number: EB7803 October 2003 Douglas K. Hammann, P.E., 50589 Dale G. Walker, P.E., 36914 Civil, Mechanical Electrical Donald A. Eckler, P.E., 18934 General No Text •:ii'"'')Cts Division TABLE OF CONTENTS Invitation to Bid ................... Instructions to Bidders ................. 3 General Terms and Conditions ............................ „3 SpecialConditions...............................................................................................11 Bid Coversheet Checklist .............................. ......18 BidForm .......................................... ..............1 of 5 Non -Collusive Affidavit .................... .....1 of 2 Certification................................................... .............1 of 1 Offeror's Qualification Statement ................... ............................1 of 5 References ........................................... ........1 of 1 Vendor Drug -Free Workplace ..................... .........................................1 of 1 List of Subcontractors .............. .......1 of 1 BidBond ........................................... ...............................................1 of 2 Certified Resolution .............. ............1 of 1 FormPayment Bond ....................................... ..............................1 of 3 Form Performance Bond ...................................... .....1 of 4 Application for Payment ....................... ........_..................1 of 1 Change Order ................. 1 of 1 Final Release of Lien by Contractor ....................... ..1 of 2 Standard Form of Agreement ................................. ...................1 of 7 7 No Text Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" INVITATION TO BID BID NO.04-02B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, Room 108, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 4:00 PM on November 26, 2003 at which time bids will be publicly opened and announced for: GRANT'S PLAZA REPUMP STATION REHABILITATION All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. Submit one (1) original document, marked "Original" on its exterior, prior to the bid opening deadline. Late bids will not be accepted. Two (2) photocopies should accompany your original. Bids shall be submitted on the official Bid Form furnished with this bid package; and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid 04-02B, Grant's Plaza Repump Station Rehabilitation" on the outside of the envelope. A Pre -Bid Conference will be held on November 12, 2003 at 9:00 AM in Room 107, 7525 NW 88th Avenue, Tamarac, Florida. All parties interested in bidding on this project are strongly recommended to attend. Bid Security: Each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 5% of the total bid price payable to the City of Tamarac as guarantee that the Bidder, if its Bid is accepted, will promptly execute the Agreement. The work consists of Contractor furnishing all labor, materials, tools, and equipment necessary as indicated in the specifications herein and generally includes installation of new high service pumps, piping, valves, electrical, instrumentation, and site restoration and all other incidentals as indicated by the drawings and specifications or as required to properly complete the project as planned. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and purchase at the City's Purchasing office. Cost per set is $50.00, payable to the City of Tamarac. For non -technical inquiries, contact the Purchasing Office (954) 724-2450; and for technical issues, contact Doug Hammann, Eckler Engineering, 4700 Riverside Dr., Suite 110, Coral Springs, FL 33067, (954) 510-4700, fax (954) 755-2741. James Nicotra, CPPB Senior Procurement Specialist Publish Sun Sentinel: Sunday, 11/02 and 11/09/2003 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamorac.org Equal Opportunity Employer INSTRUCTIONS TO BIDDERS BID NO. 04-02B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. DESCRIPTION OF WORK The City of Tamarac is interested in obtaining proposals from qualified Contractors for installation of new high service pumps, piping, valves, electrical, instrumentation, site restoration and all other incidentals as indicated by the drawings and specifications or as required to properly complete the project as planned. The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Bidder shall, at time of bid opening, possess a State Certified General Contractor or State Certified Engineering Contractor or a Broward County Class "A" Engineering Contractor. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the Purchasing Office, Room 108, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, by 4:00 PM on November 26, 2003. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. The Bidder shall submit one (1) original bid document prior to bid opening deadline. Two (2) photo copies however must be provided within three (3) days of the City's request. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Rids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted acceptance for ninety (90) days from otherwise stated by the City. in the submitted bid will be firm for the date of the bid opening unless 2, BONDING An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the City of Tamarac in amount not less than 5 % (percent) of the bid, must accompany the bid. Additional bonding may be required in the Special Terms and Conditions of this invitation. B the'nState must ofbFlorida uoe secured in a company authorized to do business i manner satisfactory to the City of Tamarac. 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4, PUBLIC ENTITY CRIMES FORM A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public enity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount months from thevided in Section 287.017, for date of being placed on the Category Two for a period of 36 convicted vendor list. 5, NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit and shall submit the form with the Proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. g. QUANTITIES If bid contains quantities, they reflect estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or eto any of the City.from the contract if it is determined that it best serves theinterests 7. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. Substantial completion of the project shall be within 120 calendar days from receipt of Notice to Proceed. Final completion shall be within 30 days of the date for Substantial completion. 9. BRAND NAMES Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. Approved equal is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit specifications in detail and/or samples to the Consultant within seven (7) days of bid opening. The City or the City's designated project manager shall be the sole judge determining equality issues. 10. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conforms in all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. In compliance with Chapter 442, Florida Statutes, any toxic substance delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Material Safety Data Sheet should also be submitted to the City of Tamarac Risk Management Division, 7525 NW 88th Avenue, Tamarac FL 33321-2401. 14. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bond required. 16. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's s - convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub - Contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the City against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 17. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. The City of Tamarac is exempt from all Federal, State, and local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. L)iVIS10f) 21. 22 23. SITE INSPECTION It shall be the responsibility of the Bidder to inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Bidder agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Limits Occurrence Aggregate $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability Workers' Compensation & Employer's Liability $1,000,000 $1,000,000 Statutory �9 i;,ron Installation Floater/Builder's Risk Insurance: in an amount not less than the replacement cost for the construction of the work. Coverage shall be "All Risk" coverage for one hundred (100%) of the completed value with a deductible of not more than $5,000 (five thousand dollars) per claim. The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 24. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 25. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be ------- •. _......._...----------- _ ,acts Dw,s!on submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 26. BID TABULATION Bidders who wish to receive a copy of the bid tabulation can submit an e-mail to purchasing@tamarac.orq. Or Bidders may download bid results from the City's website at htt/lwww.tamarac.or /De t/fin! urch/results.html. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 28. LICENSES To be eligible for award of this project, the Contractor must possess at time of bid opening, one of the following State Certified and/or County Competency licenses: State: Certified General Contractor or Engineering Contractor or County: Engineering Contractor Class "A" 2 K] .01111 —11 SPECIAL CONDITIONS ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contact, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. CONTRACTOR'S RESPONSIBILITY Contractor shall provide expeditiously with all ei equipment provided pui working order. sufficient manpower so as to perform work safely and uipment plainly marked with the company name. All yuant to this agreement shall be in good and proper No work shall be performed before 8:00 AM. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified foreman present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. The Contractor shall be aware that the job site is not secure, and as such is subject to pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. No materials or equipment are to be stored so as to restrict traffic lines of sight. Any materials or equipment left on site shall be secured by the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The Contractor shall use all means to protect ©IVJSJ017 existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Utilities Engineering Department by telephone at (954) 724-2506 or assigned project manager and inform the appropriate staff member about the location and extent of the damages. 4. PERMITS AND LICENSES The Contractor shall be responsible for securing all City Building permits. However, all City permit fees are waived. The Contractor shall submit copies of all permits required for this work. The Contractor shall be responsible to secure the necessary construction permits from other agencies as identified in the Technical Specifications. Cost of permits from agencies other than the City, will be reimbursed by City without markup, for properly submitted invoices. Permit fees shall be reimbursed by payment through the Contingency Allowance, if applicable. 5. SITE INSPECTION — CONTRACTOR It shall be the full responsibility of the bidder to visit and inspect the proposed construction site as shown on the engineering plans prior to the submission of a bid. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized him/herself with the nature and extent of the work, and the equipment, materials, and labor requirements. Should the bidder see any problem, the bidder is to bring the problem to the attention of the City immediately. 6. SITE INSPECTION — CITY All work will be conducted under the general direction of the either the City's hired consultant for this project, and/or project management of the City's Utilities Department and is subject to inspection by the appointed inspectors to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without proper written authorization from the project manager/consultant nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Any work performed past City of Tamarac's normal working hours (M-F, 7:30 AM — 4:00 PM) must be inspected. If any work is done outside of normal working hours, the City inspector is to be compensated by the Contractor at a rate of $55.00/hour. However, if a City contract/consultant inspector is used, the Contractor will compensate that inspector at the same cost as the City's cost. In addition, the City inspector must be onsite at least one (1) hour prior to closing site for each day. If site closure has taken place after 4:30 PM, the City inspector will be compensated at the above provision. - 12 7. SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Award. Prior to Final Payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is subject of the Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release the CITY from all claims of liability to the Contractor in connection with the Agreement. 9. PAYMENT Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of 10% will be deducted from monthly payment. Retainage monies will be released upon satisfactory completion and final inspection of this project. Invoices must bear the project name, project number, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one-year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. Bill *101 111 i:7_T+1i7•Z«P�&13 The contract documents shall consist of the Standard Form Of Agreement, Bid Proposal executed and submitted by the Contractor, project specifications, plans and specifications (where applicable), any addendums or change orders, bond(s), insurance certificate(s), and the City Resolution awarding the bid. li i ��1;L1►I�3 =1101 ZI N] 4:&9 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. CHANGES IN THE WORK/CONTRACT PRICE 12. CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All 0;Naas D/VISIOn duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager. 12.1 Change Order The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. CHANGES IN CONTRACT TIME 13. CHANGE ORDER The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 13.1 Notice Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party at least fifteen (15) days prior to the substantial completion date of the project. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 13.2 Basis for Extension Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. r. ------ 14. CITY'S OPTION In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a lump sum by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the CITY. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the CITY. 15. LIQUIDATED DAMAGES Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $500.00 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages, and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. _-- - 15 16. kFA BONDS The Contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total bid award amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one year warranty period will begin. At this time, a warranty bond in an amount not less than 25% of the final contract amount must be submitted. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. PERFORMANCE, PAYMENT AND WARRANTY BONDS Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with The a record of successful continuous operation for at least five (5) years. surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid amount. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. ......... -- _. _.. . _. � t. 18. LOCATION OF EXISTING UTILITIES 19. 20 00tiacts Dv,slon Existing utilities may be shown on the drawings. Such information is shown for design purposes and the existing and detail given is information that is obtained during the design period and is not necessarily complete, correct or current. Prior to commencement of construction, the Contractor is responsible to locate existing city utilities affected by the construction in the field. Such utilities include but are not limited to water mains, force mains, gravity sewers, pump stations, storm sewers and drain systems. The City will provide to the Contractor available construction drawings for locating existing utilities. However, the City cannot guarantee the accuracy of drawings or any information related to existing utilities and the City will not assume responsibility or liability for damage resulting from the Contractor incorrectly locating existing utilities. Damage to any of the City's utilities incorrectly located by the Contractor or his agents shall be the responsibility of the Contractor and shall be repaired and or replaced to equal or better condition at the Contractor's expense. The Contractor shall also be liable for all damages and claims against or by the City arising in any way from damage or interference with such utilities. No additional compensation shall be allowed to the Contractor for any delays, inconvenience or damage sustained by him due to interference and/or incorrectly locating such utilities or appurtenances. CONFLICT WITH EXISTING UTILITIES Upon completion of locating existing utilities affected by the proposed construction by the Contractor, and prior to commencement of construction, the Contractor shall examine the alignment of proposed utilities to be constructed and identify any conflicts with existing utilities. If such conflicts exist, the Contractor shall undertake accurate surveys to determine elevations of utilities and shall notify the engineer in writing seven (7) working days prior to the scheduled construction. The engineer may revise the proposed design to avoid such conflicts. The Contractor may construction can be completed on time. N Contractor shall be allowed. CONTINGENCY ALLOWANCE or recommend ways and means re -schedule his work so that the o claim for down times by the A contingency has been allowed for this project in the amount identified in the Bid Schedule. The Contractor is not to use this contingency allowance without permission from the City and upon written justification to the City for such use. r� F. a ✓ \. nlracts Division COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... ❑ 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. ❑ 2. Carefully read the Detailed Specifications, and properly fill out the Bid Forms. ❑ 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ 4. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. ❑ 5. Fill out the Bidder's Qualification Statement. ❑ 6. Fill out the References form. ❑ 7. Sign the Vendor Drug -Free Workplace form. ❑ 8. Fill out the List of Subcontractors. ❑ 9. Include a 5% Bid Guarantee. Failure to provide a bid guarantee will result in automatic rejection of your bid. ❑ 10. Fill out and sign the Certified Resolution. ❑ 11. Include proof of insurance. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 18 Bid Coverpage Checklist Submitted by: BID FORM BID 04-02B GRANT'S PLAZA REPUMP STATION REHABILITATION (Bidder) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 Date 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. ----------- ---- - - -- - - Page J Of 5 BID FORM BID 04-02B (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide construction of the Grant's Plaza Repump Station Rehabilitation, as follows: Installation of new high service pumps, piping, valves, electrical, instrumentation, site restoration and all other incidentals as indicated by the drawings and specifications or as required to properly complete the project as planned. In order to be considered for this project, the vendor must meet the following conditions: 1. Has successfully completed a minimum of three (3) projects of similar scope and complexity over the past five (5) years. 2. Must be able to document the requested experience upon request. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quotedhave be ebeen aid to Bidder eforand certified to be correct. the successful completion ofiid ts prices are fixed and firm ands p obligation as specified in the contract documents. . See Schedule of Bid Items on the following pages. F GRANT'S PLAZA REPUMP STATION REHABILITATION BID NO.04-02B SCHEDULE OF BID ITEMS All bid items shall include costs for furnishing to the City all materials, equipment, supplies, accessories, supervision and for all costs incurred in providing all work shown on the plans and specifications for Grant's Plaza Repump Station Rehabilitation, Said costs shall be complete and inclusive of all labor, permits, inspection, servicing and start-up fees, mobilization/demobilization, indemnification, taxes, insurance, miscellaneous costs, warranty, overhead and profit. BIDDER agrees to accept as full payment for the Lump Sum Work proposed under this Project as herein specified and as shown on the Drawings, based upon the undersigned's own estimate of quantities and costs, the following total lump sum bid of: Item Description Total Cost 1. Completion of Entire Scope of Work in Bid Documents $ 2. Contingency (Section 01010) $ 10,000.00 TOTAL LUMP SUM BID The CONTRACTOR shall submit a detailed price breakdown to the ENGINEER at the preconstruction conference. The price breakdown as reviewed and agreed upon by the CONTRACTOR, ENGINEER and OWNER shall be used for preparing future estimates for partial payments to the CONTRACTOR, and shall list the major items of the work and a price for each item. Price breakdown shall be by Specification Section for each area of the project. Overhead, other general costs, and profit shall be prorated to each item so that the total of the prices for all items equals the lump sum price. The price breakdown shall be subject to the review of the ENGINEER, and the CONTRACTOR may be required to verify the prices for any or all items. NAME OF BIDDER: Page ;?of5 BID FORM BID 04-02B (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Company Name Authorized Signature Address City, State, ZIP Contractor's License Number Typed/Printed Name Telephone & Fax Number Federal Tax ID# Papa 4 of 5 BID FORM BID 04-02B (continued) Bidders Name: TERMS: Net DAYS or % discount within days Delivery/completion: 150 calendar days after receipt of Notice to Proceed. To be considered eligible for award, one (1) original of this bid form must be submitted with the Bid. Two (2) copies should accompany the original; however, copies must be provided within 3 days of the City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. Page 5 of DOCUMENT N0. PART 2 SECTION 00020 TABLE OF CONTENTS TITLE TECHNICAL SPECIFICATIONS Division 1 - General Recu cements 01005 General Requirements . 01010 Summary of Work . 01050 Field Engineering . . . 01200 Project Meetings . 01300 Submittals . . . 01400 Quality Control . . . 01500 Construction Facilities and Temporary Controls . . . 01505 Mobilization/Demobilization 01700 _ Contract Closeout 01720 Project Record Documents 01730 Operation and Maintenance Data 01740 , Warranties and Bonds Division 2 - Sitework 02072 Demolition PAGES PAGES - 1-5 1-2 1-3 . . . . 1-3 . . . . 1-4 . . 1-2 02200 Earthwork . . 02500 Restoration and Cleanup 02510 Asphaltic Pavement and Base . . . . . . . . . . Division 3 - Concrete 03300 Concrete . 03600 . . . . . . . . . . . . . . 1-7 Grout . . . . . . . . . . . . . . . . . . . . . . 1-4 Division 4 - Not Used Division 5 - Metals 05500 Fabricated Metalwork and Castings . . . Division 6 - Wood and Plastics 06620 Fiberglass Framing and Grating System Division 7 - Thermal and Moisture Protection 07200 Insulation . . 07800 Roof Accessories 07900 Sealants . . . . . . . . . . . . . . . . Division 8 - Doors and Windows 08120 Aluminum Doors and Frames 08710 Finish Hardware . . . . . . . . Division 9 - Finishes 09900 Protective Coatings , _ , . • . . . . 1-5 . . 1-6 1-14 10/27/03 442.C1 00020 1 TABLE OF CONTENTS PART 3 Division 10 - Not Used Division 11 - Equipment 11028 Horizontal Split Case Centrifugal Pumps -General 11028-1 Horizontal Split Case Centrifugal Pumps -Specific Division 12 - Not Used Division 13 - Specialty Construction 13700 Process Instrumentation and Controls . . • • • . 13711 Existing PLC/RTU system Modifications . . . . . 13720 Variable Frequency Drive . . . . . . . . . . . . Division 14 - Not Used Division 15 - Mechanical 15005 Ductile Iron Pipe (Wastewater) . . . . . . . . . 15029 Pressure Pipeline Testing . . . . . . . . . . . 15100 Manually Operated Valves . . . . . 15105 Self -Contained Automatic Process Valves 15400 Plumbing . . . . . . . . . Division 16 - Electrical 16000 Electrical. General Requirements . . • • • • . 16050 Basic Materials and Methods . . . . . . . . . . 16110 Lightning Protection . . . . . . . . . . . . . 16160 Panelboards . . . . . . . . . . . . . . . . . APPENDICES Appendix A - Record Drawings (SCADA System Improvements) 1-9 1-2 1-9 1-6 1-9 1-3 1-7 10/27/03 00020 442.C1 TABLE OF CONTENTS 2 SECTION 01005 GENERAL REQUIREMENTS PART 1 GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall furnish all labor, superintendence, materials, Plant, power, light, heat, fuel, water, tools, appliances, equipment, supplies, and other means of construction necessary or proper for Performance and completion of all work included in this Contract. The Summary of Work can be found in Section 01010 - Summary of Work. The CONTRACTOR shall obtain and pay for all required permits. The Contractor shall perform and complete the work in the manner best calculated to promote rapid construction consistent with safety of life and property and to the satisfaction of the ENGINEER and OWNER, and in strict accordance with the Contract Documents. The CONTRACTOR shall clean up the work and maintain it during and after construction, until accepted, and shall do all work and pay all costs incidental thereto. The CONTRACTOR shall repair or restore all structures and property that may be damaged or disturbed during performance of the work. B• The cost of incidental work described in these GENERAL REQUIREMENTS, for which there are no specific Contract Items, shall be considered as part of the general cost of doing the work and shall be included in the Lump Sum Bid. No additional payment will be made therefor. C. The CONTRACTOR shall provide and maintain such modern plant, tools, and equipment as may be necessary, to perform in a satisfactory and acceptable manner all the work required by this Contract. only equipment of established reputation and proven efficiency shall be used. The CONTRACTOR shall be solely responsible for the adequacy of his workmanship, materials and equipment, prior review of the ENGINEER notwithstanding. 1-02 WORK TO BE PERFORMED BY OTHERS A. During the construction period for this project, the OWNER (either with his own forces or under a separate contract) may be performing work that will require the cooperation of the CONTRACTORs in scheduling and coordination to avoid conflicts. 1.03 PUBLIC UTILITY INSTALLATIONS AND STRUCTURES A• Public utility installations and structures shall be understood to include all poles, tracks, pipes, wires, conduits, house service connections, vaults, manholes and all other appurtenances and facilities pertaining thereto whether owned or controlled by the OWNER, other governmental bodies or privately owned by individuals, firms or corporations, used to serve the public with transportation, traffic control, gas, electricity, telephone, sewerage, drainage, water or other public or private property which may be affected by the work shall be deemed included hereunder. g. The Contract Documents contain data relative to existing public utility installations and structures above and below the ground surface. These data are not guaranteed as to their completeness or accuracy and it is the responsibility of the CONTRACTOR to make his own investigations to inform himself fully of the character, condition and extent of all such installations and structures as may be encountered and as may affect the construction operations. 10/27/03 442.C1 1 01005 GENERAL REQUIREMENTS C. The CONTRACTOR shall protect all public utility installations and structures from damage during the work. Access across any buried public utility installation or structure shall be made only in such locations and by means approved by the ENGINEER. The CONTRACTOR shall so arrange his operations as to avoid any damage to these profacilities. provided by All required protective devices and constructiobshall licutilities damaged the CONTRACTOR at his expense. All existing p by the CONTRACTOR which are shown on the Plans thhave been located cat dhin the field by the utility shall be repaired by expense, as directed by the ENGINEER. No separate payment shall be made for such protective measures or repairs to public utility installations or structures. D. The CONTRACTOR shall be solely and directly responsible pen the OWNER and operators of such properties for any damage, injury, inconvenience, delay, suits, actions or claims of any cesult racter brought because of any injuries or damage which may om t construction operations under this Contract. E. Neither the OWNER nor its officers or agents shall be responsible to the CONTRACTOR for damages as a result of the Contractor's failure to protect utilities encountered in the work. 1.04 TEMPORARY SHUTDOWN OF EXISTING OPERATIONS AND UTILITIES es or utilities, or other work that A. Connectirequiresothe temporary to exns nshutdown servicof any existing operations Or utilities shal l shall be planned in detail withap�N�iNEER� scheduling approved schedule for coordinated with the OWNER and/or shutdown or restart shall be indicated on the CONTRACTOR's Progress Schedule, and advance notice shall be given in order that the OWNER or ENGINEER may witness the shutdown, tie --in and startup and coordinate with affected people. B. All materials and equipment (including emergency equipment) necessary to expedite the tie-in shall be on hand prior to the shutdown of existing services or utilities. l.OS INTERFERING STRUCTURES A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground or underground. An attempt has been made to show major structures on the Drawings. T edhe completenand it eis and accuracy of information shown cannot be guar difficulties. presented simply as a guide to avoid known possible ructures from g. Protect underground and above hint he liround mits of the existing right-of-way whether or not they the OWNER. and/or additional right-of-way and barns, ents sheds, buildings d yar any other Where such existing fences, g construction, restore to their structure must be removed during OWNER involved original condition to the satisfaction of the property at the ound structuren andenmake NrepairsheorNGreplacements dbefore underground backfilling- C. Without additional compensation, the CONTRACTOR may remove su hreplace small in a condition good as or better than original, miscellaneous structures as fences, mailboxes and signposts that interfere with the CONTRACTOR's operations, 10/27/03 01005 2 442.C1 GENERAL REQUIREMENTS 1.06 FIELD RELOCATION A. During the progress of construction, it is expected that minor relocations of the work may be necessary. Such relocations shall be made only by direction of the ENGINEER. If existing structures or utilities are encountered which prevent the construction, and which are not properly shown on the drawings, notify the ENGINEER before continuing with the construction in order that the ENGINEER my make such field revisions as necessary to avoid conflict with the existing structures or utilities. If a structure or utility is encountered, and the CONTRACTOR proceeds with the construction despite this interference, he shall do so at his own risk. 1.07 EASEMENTS A. Where portions of the work are located on public or private property, easements will be obtained by the OWNER. Easements will provide for the use of property for construction purposes to the extent indicated on the easements. Copies of these easements are available upon request to the OWNER. It shall be the CONTRACTOR's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The CONTRACTOR shall confine his construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the OWNER, shall be the responsibility of the CONTRACTOR as specified herein. The CONTRACTOR shall remove, protect and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the ENGINEER, the CONTRACTOR will be required to furnish the OWNER with written releases from property owners or public agencies where side agreements or special easements have been made by the CONTRACTOR of where the CONTRACTOR's operations, for any reason, have not been kept within the construction easements obtained by the OWNER. B. It is anticipated that the required easements will be obtained before construction is started. However should the procurement of any easement be delayed, the CONTRACTOR shall schedule and perform the work around these areas until such time as the easement has been secured. 1.08 LAND MONUMENTS A. The CONTRACTOR shall notify the ENGINEER of any existing federal, state, county, city and private land monuments encountered. Private monuments that are within 5 feet of the trench centerline shall be preserved, or replaced by a licensed surveyor at the CONTRACTOR's expense. When government monuments are encountered the CONTRACTOR shall notify the ENGINEER at least 2 weeks in advance of the proposed construction in order that the ENGINEER will have ample opportunity to notify the proper authority and reference these monuments for later replacement. 1.09 DRAWINGS AND SPECIFICATIONS A. Drawings The Drawings referred to in the Contract Documents bear the general project name and number as shown in the Invitation to Bid. When obtaining data and information from the Drawings, figures shall be used in preference to scaled dimensions, and large scale drawings in preference to small scale drawings. 10/27/03 01005 442.C1 3 GENERAL REQUIREMENTS B. Copies Furnished to CONTRACTOR After the Contract has been executed, the contractor will be furnished with three (3) sets of paper prints, the same size as the original drawings and three (3) copies of the Specifications. Additional copies of the Plans and Specifications, when requested, may be furnished to the CONTRACTOR at cost of reproduction. The CONTRACTOR shall furnish each of the subcontractors, manufacturers, and material men such copies of the Contract Documents as may be required for their work. C. Supplementary Drawings When, in the opinion of the ENGINEER, it becomes necessary to explain more fully the work to be done or to illustrate the work further or to show any changes which may be required, drawings known as Supplementary Drawings, with specifications pertaining thereto, will be prepared by the ENGINEER and five (5) paper prints thereof will be given to the CONTRACTOR. The Supplementary Drawings shall be binding upon the CONTRACTOR with the same force as the Drawings. Where such Supplementary Drawings require either less or more than the estimated quantities of work, credit to the OWNER or compensation therefor to the CONTRACTOR shall be subject to the terms of the Agreement. D. CONTRACTOR To Check Drawings and Data verify all dimensions, quantities and details shown on the Drawings, Supplementary Drawings, schedules, Specifications or other data received from the ENGINEER, and shall notify him of all errors, omissions, conflicts, and discrepancies found therein. Failure to discover or correct errors, conflicts or discrepancies shall not relieve the CONTRACTOR of full responsibility for unsatisfactory work, faulty construction or improper operation resulting therefrom nor from rectifying such conditions at his own expense. He will not be allowed to take advantage of any errors or omissions, as full instructions will be furnished by the ENGINEER, should such errors or omissions be discovered. All schedules are given for the convenience of the ENGINEER and the CONTRACTOR and are not guaranteed to be complete. The CONTRACTOR shall assume all responsibility for the making of estimates of the size, kind, and quality of materials and equipment included in work to be done under the Contract. E. Specifications Each Technical Specification Section consists of three parts: General, Products and Execution. The General part contains General Requirements which govern the Work. Products and Execution modify and supplement these by detailed requirements for the work and shall always govern whenever there appears to be a conflict. F. Intent All work called for in the Specifications applicable to this Contract, but not shown on the Drawings in their present form, or vice versa, shall be of like effect as if shown or mentioned in both. Work not specified in either the Drawings or in the Specifications, but involved in carrying out their intent or in the complete and proper execution of the work, is required and shall be performed by the CONTRACTOR as though it were specifically delineated or described. 01005 10/27/03 GENERAL REQUIREMENTS 4 442.C1 The apparent silence of the Specifications as to any detail, or the apparent omission from them of a detailed description concerning any work to be done and materials to be furnished, shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the best quality is to be used, and interpretation of these Specifications shall be made upon that basis. 1.10 MATERIALS AND EQUIPMENT A. General All materials and equipment to be incorporated in the Work shall be new. The use of reconditioned or refurbished materials and equipment will not be allowed. B. Manufacturer The names of proposed manufacturers, material men, suppliers and dealers who are to furnish materials, fixtures, equipment, appliances or other fittings shall be submitted to the ENGINEER for review as early as possible, to afford proper investigation and checking. such review must be obtained before Shop Drawings will be checked, No manufacturer will be acceptable to furnish any materials under this Contract unless it shall be of good reputation and have a plant of ample capacity. Manufacturers shall, upon the request of the ENGINEER, be required to submit evidence that it has manufactured a similar product to the one specified and that it has been previously used for a like purpose for a sufficient length of time to demonstrate its satisfactory performance. All transactions with the manufacturers or subcontractors shall be through the CONTRACTOR, unless the contractor shall request, in writing to the ENGINEER, that the manufacturer or subcontractor deal directly with the ENGINEER. Any such transactions shall not in any way release the CONTRACTOR from his full responsibility under this Contract. Any two or more pieces of material or equipment of the same kind, type or classification, and being used for identical types of service shall he made by the same manufacturer. C. Delivery Deliver materials in ample quantities to insure the most speedy and uninterrupted progress of the work so as to complete the work within the allotted time. Also coordinate deliveries in order to avoid delay in, or impediment of, the progress of the work of any related CONTRACTOR. D. Tools and Accessories Unless otherwise stated in the Contract Documents, furnish with each type, kind or size of equipment, one complete set of suitably marked high grade special tools and appliances which may be needed to adjust, operate, maintain or repair the equipment. Such tools and appliances shall be furnished in painted steel cases, properly labeled and equipped with good grade cylinder locks and duplicate keys. Spare parts shall be furnished as specified. Each piece of equipment shall be provided with a substantial nameplate, securely fastened in place and clearly inscribed with the manufacturer's name, year of manufacture, serial number, weight and principal rating data. 10/27/03 442.C1 01005 5 GENERAL REQUIREMENTS E. Installation of Equipment Have on hand sufficient proper equipment and machinery of ample capacity to facilitate the work and to handle all emergencies normally encountered in work of this character. Equipment shall be erected in a neat and workmanlike manner on the foundations at the locations and elevations shown on the Drawings. All equipment shall be correctly aligned, leveled and adjusted for satisfactory operation and shall be installed so that proper and necessary connections can be made readily between the various units. F. Service of Manufacturer's ENGINEER The Contract prices for equipment shall include the cost of furnishing a competent and experienced engineer or superintendent who shall represent the manufacturer and shall assist the CONTRACTOR, when required, to install, adjust, test and place in operation the equipment in conformity with the Contract Documents. After the equipment is placed in permanent operation by the OWNER, such engineer or he superintendent shall make all adjustments and tests required by t ENGINEER to prove that such equipment is proper and in satisfactory operating condition, and shall instruct such personnel as may be designated by the OWNER in the proper operation and maintenance of such equipment. 1.11 INSPECTION AND TESTING A. General Inspection and testing of materials will be performed by a representative of the OWNER unless otherwise specified. For tests specified to be made by the CONTRACTOR, the testing personnel shall make the necessary inspections and tests and the reports thereof shall be in such form as will facilitate checking to determine compliance with the Contract Documents. Five copies of the reports shall be submitted and authoritative certification thereof must be furnished to the ENGINEER as a prerequisite for the acceptance of any material or equipment. If, in the making of any test of any material or equipment, it is ascertained by the ENGINEER that the material or equipment does not comply with the Contract, the CONTRACTOR will be notified thereof and he will be directed to refrain from delivering said material or equipment, or to remove it promptly from the site or from the work and replace it with acceptable material, without cost to the OWNER. Tests of electrical and mechanical equipment and appliances shall be conducted in accordance with recognized test codes of the ANSI, ASME, or the IEEE, except as may otherwise be stated herein. The CONTRACTOR shall be fully responsible for the proper operation of equipment during tests and instruction periods and shall neither have nor make any claim for damage which may occur to equipment prior to the time when the OWNER formally takes over the operation thereof. B. Costs All inspection and testing of materials furnished under this Contract will be performed by the OWNER or duly authorized inspection engineers or inspection bureaus without cost to the CONTRACTOR, unless otherwise expressly specified. 10/27/03 01005 442.Cl GENERAL REQUIREMENTS 6 The cost of shop and field tests of equipment and of certain other tests specifically called for in the Contract Documents shall be borne by the CONTRACTOR and such costs shall be deemed to be included in the Contract price. Materials and equipment submitted by the CONTRACTOR as the equivalent to those specifically named in the Contract may be tested by the OWNER for compliance. The CONTRACTOR shall reimburse the OWNER for the expenditures incurred in making such tests on materials and equipment which are rejected for non-compliance. C. Inspection of Materials Give notice in writing to the ENGINEER, sufficiently in advance of intention to commence the manufacture or preparation of materials especially manufactured or prepared for use in or as part of the permanent construction. Such notice shall contain a request for inspection, the date of commencement and the expected date of comple- tion of the manufacture or preparation of materials. Upon receipt of such notice, the ENGINEER will arrange to have a representative present at such times during the manufacture as may be necessary to inspect the materials or he will notify the CONTRACTOR that the inspection will be made at a point other than the point of manufacture, or he will notify the CONTRACTOR that inspection will be waived. The CONTRACTOR must comply with these provisions before shipping any material. Such inspection shall not release the CONTRACTOR from the responsibility for furnishing materials meeting the requirements of the Contract Documents. D. Certificate of Manufacture When inspection is waived or when the ENGINEER so requires, the CONTRACTOR shall furnish to him authoritative evidence in the form of Certificates of Manufacture that the materials to be used in the work have been manufactured and tested in conformity with the Contract Docu- ments. These certificates shall be notarized and shall include copies of the results of physical tests and chemical analyses, where necessary, that have been made directly on the product or on similar products of the manufacturer. E. Shop Tests of Operating Equipment Each piece of equipment for which pressure, duty, capacity, rating, efficiency, performance, function or special requirements are specified shall be tested in the shop of the maker in a manner which shall conclusively prove that its characteristics comply fully with the requirements of the Contract documents. No such equipment shall be shipped to the work until the ENGINEER notifies the CONTRACTOR, in writing, that the results of such tests are acceptable. Five copies of the manufacturer's actual test data and interpreted results thereof, accompanied by a certificate of authenticity sworn to by a responsible official of the manufacturing company, shall be forwarded to the ENGINEER for approval. The cost of shop tests and of furnishing manufacturer's preliminary and shop test data of operating equipment shall be borne by the CONTRACTOR. F. Preliminary Field Tests As soon as conditions permit, the CONTRACTOR shall furnish all labor, materials, and instruments and shall make preliminary field tests of equipment. If the preliminary field tests disclose any equipment 10/27/03 442.C1 01005 7 GENERAL REQUIREMENTS furnished under this Contract which does not comply with the require- ments of the Contract Documents, the CONTRACTOR shall, prior to the acceptance tests, make all changes, adjustments and replacements required. The furnishing CONTRACTOR shall assist in the preliminary field tests as applicable. G. Final Field Tests Upon completion of the work and prior to final payment, all equipment and piping installed under this Contract shall be subjected to acceptance tests as specified or required to prove compliance with the Contract Documents. CONTRACTOR shall furnish labor, fuel, energy, water and all other materials, equipment and instruments necessary for all acceptance tests. Assist in the final field tests as applicable. H. Failure of Tests Any defects in the materials and equipment or their failure to meet the tests, guarantees or requirements of the Contract Documents shall be promptly corrected by the CONTRACTOR by replacements or otherwise. The decision of the ENGINEER as to whether or not the CONTRACTOR has fulfilled his obligations under the Contract shall be final and conclusive. If the CONTRACTOR fails to make these corrections or if the improved materials and equipment, when tested, shall again fail to meet the guarantees or specified requirements, the OWNER, notwith- standing its partial payment for work, and materials and equipment, may reject the materials and equipment and may order the CONTRACTOR to remove them from the site at his own expense. If the failure during testing is fully or partly due to the equipment provided by the CONTRACTOR, as determ'•_ned by the ENGINEER, the Furnishing CONTRACTOR shall make all req,,.a red improvements at no cost to the OWNER. In case the OWNER rejects any materials and equipment, then the CONTRACTOR shall replace the rejected materials and equipment within a reasonable time. If he fails to do so, the OWNER may, after the expiration of a period of thirty (30) calendar days after giving him notice in writing, proceed to replace such rejected materials and equipment, and the cost thereof shall be deducted from any compensation due or which may become due the CONTRACTOR under his Contract. The OWNER agrees to obtain other equipment within a reasonable time and the CONTRACTOR agrees that the OWNER may use the equipment furnished by him without rental or other charges until the new equipment is obtained. I. Final Inspection During such final inspections, water. In no case will the CONTRACTOR has complied with ENGINEER has made his final satisfied that the entire constructed in accordance with ments. the work shall b e 10/27/03 01005 442.C1 GENERAL REQUIREMENTS B 1.12 TEMPORARY STRUCTURES A• Responsibility for Temporary Structures In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provisions. 1.13 TEMPORARY SAFETY SERVICES A. Accident Prevention Precautions shall be exercised at all times for the protection of person and property. The safety provisions of applicable laws, building and construction codes shall be observed. CONTRACTOR to comply with the U.S. Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL 910-596), and under Section 107 of the contract Work. Hours and Safety Standards Act (PL 91-54), except where state and local safety standards exceed the federal requirements and except where state safety standards have been approved by the Secretary of Labor in accordance with provisions of the Occupational Safety and Health Act, shall be complied with. B- First Aid Keep at each location where work is in progress, a completely equipped first aid kit and provide ready access thereto at all times when men are employed on the work. 1.14 TRAFFIC MAINTENANCE AND SAFETY A. CONTRACTOR to comply with all rules and regulation of the state, county and city authorities regarding closing or restricting the use of public streets or highways. No public or private road shall be closed, except by express permission of the OWNER. Conduct the work so as to assure the least possible obstruction to traffic and normal commercial pursuits. Protect all obstructions within traveled roadways by installing approved signs, barricades and lights where necessary for the safety of the public. The convenience of the general public and residents adjacent to the project and the protection of persons and property are of prime importance and shall be provided for in an adequate and satisfactory manner. B. Where traffic will pass over trenches after they are backfilled and before they are paved, the top of the trench shall be maintained in a condition that will allow normal vehicular traffic to pass over. Temporary access driveways must be provided where required. Cleanup operations shall follow immediately behind backfilling and the work site shall be kept in an orderly condition at all times. C. When flagmen and guards are required By regulation or when deemed necessary for safety, they shall be furnished with approved orange wearing apparel and other regulation traffic -control devices. 1.15 PROTECTION OF PROPERTY A. Protect stored materials, cultivated trees and crops and other items located adjacent to the proposed work. Notify property owners affected 10/27/03 442.C1 01005 9 GENERAL REQUIREMENTS by the construction at least 48 hours in advance of the time construction begins. During construction operations, construct and maintain such facilities as may be required to provide access by all property owners to their property. No person shall be cut off from access to his residence or place of business for a period exceeding 8 hours, unless the CONTRACTOR has made special arrangements with the affected persons. 1.16 SITE RESTORATION AND CLEANUP A. At all times during the work, keep the premises clean and orderly and upon completion of the work, repair all damage caused by equipment and leave the project free of rubbish or excess materials of any kind. B. Stockpile excavated materials in a manner that will cause the least damage to adjacent lawns, grassed areas, gardens, shrubbery, or fences, regardless of whether these are on private property or on state, county or city rights -of -way. Remove all excavated materials from grassed and planted areas and leave these surfaces in a condition equivalent to their original conditions. C. All existing drainage ditches and culverts shall be reopened and graded and natural drainage restored. Restore culverts broken or damaged to their original condition and location. D. Upon completion of work, hand -rake and drag all former grassed and planted areas leaving all disturbed areas free from rocks, gravel clay or any other foreign materials and ready, in all aspects, for planting. The finished surface shall conform to the original surface and shall be free -draining and free from holes, ruts, rough spots or other surface features detrimental to a seeded area. E. No trees, except those specifically shown on the Drawings to be removed, shall be removed without the express approval of the ENGINEER. Removed trees will be disposed of off the work site by the CONTRACTOR, F. originally seeded areas outside dedicated rights -of -way or easements shall be fertilized and reseeded with first -quality seed or planted with new sad as approved by the property owner. All ground preparation, reseeding and sodding shall be done n accordance TOR ha lith tbe best accepted practices for lawn planting. The ass turf acceptable to the responsible for obtaining a satisfactory g property owner. G. Thoroughly clean all spilled dirt, gravel or other foreign material caused by the construction operations from all streets and roads at the conclusion of each day's operation. 1.17 PRESERVATION OF IRRIGATION AND DRAINAGE DITCHES A. Arrange schedules so that construction will not interfere with the irrigation of cultivated lands or pasturelands. Construction may proceed during the irrigation season provided the CONTRACTOR constructs, at this own expense, temporary irrigation ditches, turnouts and miscellaneous structures acceptable to the owner of the property. B. After backfilling of the trenches, restore all irrigation and storm drain ditches destroyed, damaged or otherwise modified during construction to a condition equivalent, in the opinion of the ENGINEER, to the condition of the ditch before construction. Ditches to be reconstructed shall be built in their original locations. 10/27/03 01005 442.Cl GENERAL REQUIREMENTS 10 1.18 LINES AND GRADES A• Grade All work under this Contract shall be constructed in accordance with the lines and grades shown on the Plans, or as given by the ENGINEER. The full responsibility for keeping alignment and grade shall rest upon the CONTRACTOR. B. Surveys Furnish and maintain stakes and other such materials, and give such assistance, including qualified helpers, as may be required by the ENGINEER for setting reference marks. Check such reference marks by such means as deemed necessary and, before using them, call the ENGINEER's attention to any inaccuracies. Establish all working or construction lines and grades as required from the reference marks set by the ENGINEER, and be solely responsible for the accuracy thereof. Lines and grades are subject to the check and review of the ENGINEER. Keep the ENGINEER informed a reasonable time in advance as to need for line and grade reference marks, in order that they may be furnished and all necessary measurements made for record and payment with the minimum of inconvenience to the ENGINEER or of delay to the CONTRACTOR. It is the intention not to delay the Work for the establishment of reference marks but, when necessary, working operations shall be suspended for such reasonable time as the ENGINEER may require for this Purpose. C. Safeguarding Marks Safeguard all points, stakes, grade marks, monuments and bench marks made or established on the work, bear the cost of reestablishing them if disturbed, and bear the entire expense of rectifying work improperly installed due to not maintaining or protecting or to removing without authorization such established points, stakes and marks. Safeguard all existing and known property corners, monuments and marks adjacent to but not related to the work and, if required, bear the cost of reestablishing them if disturbed or destroyed. D- Datum Plane All elevations indicated or specified refer to the Mean Sea Level Datum of the U.S.C. & G.S. (N.O.S.) which is 0.80 feet above the Mean Low Water Datum of the U.S. Army Corps of ENGINEERS. E. Refer to Section 01050 - Field Engineering. 1.19 PROTECTION OF WORK AND PUBLIC A- Barriers and Lights During the prosecution of the work, put up and maintain, at all times, such barriers and lights as will effectually prevent accidents. B. Noise Eliminate noise to as great as extent as practicable at all times. Air compressing plants shall be equipped with silencers and the exhaust of all gasoline motors or other power equipment shall be provided with mufflers. In the vicinity of hospitals and schools, special care shall 10/27/03 442.C1 11 01005 GENERAL REQUIREMENTS be used to avoid noise or other nuisances. Strictly observe all local regulations and ordinances covering noise control. Except in the event of an emergency, no work shall be done between the hours of 5:00 P.M. and 8:00 A.M., or on Saturdays and Sundays. If the proper and efficient prosecution of the work requires operations during these hours, written permission of the ENGINEER shall be obtained before starting such items of the work. C. Access to Public Services Neither the materials or 1n the construction , shall be so placed as too re prevent free access to allfire hydrants valves or manholes. D. Dust Prevention Applicable environmental regulations for dust prevention shall be strictly enforced. 1.20 CUTTING AND PATCHING A. Do all cutting, fitting or patching of this portion of the Work that may be required to make the several parts thereof join and coordinate in a manner satisfactory to the ENGINEER and in accordance with m etthe Drawings and Specifications. The work must be done by P workmen skilled in the trade required by the restoration. 1.21 CLEANING A. During construction of the Work, keep the site of the Work andadjacent premises as free from material, debris and rubbish as is practicable and remove same from any portion of the site if, in the opinion of the ENGINEER, such material, debris, or rubbish constitutes a nuisance or is objectionable. Remove from the site all surplus materials and temporary structures when no further need therefore develops. Clean up all spillage and incur all associated costs including, but not limited to, costs related to repair and maintenance resulting from damages of such spills. B. Final Cleaning At the conclusion of the work, all erection plant, tools, temporary structures and materials belonging to the CONTRACTOR shall be promptly taken away, and remove and promptly dispose of all water, dirt, rubbish or any other foreign substances. Thoroughly clean all equipment and materials installed and deliver such materials and equipment undamaged in a bright, clean, polished and new operating condition. 1.22 MISCELLANEOUS A. Protection Against Siltation and Hank Erosion 1. Arrange operations to minimize siltation and bank erosion on construction sites and on existing or proposed water courses and drainage ditches. 2 recommended sby the ENGINEER swhicchand cresults orrect aerosionny Remove any from the consbtruction operations. 10/27/03 01005 12 442.C1 GENERAL REQUIREMENTS B. Protection of Wetland Areas Properly dispose of all surplus material, including spoil, in accordance with applicable Local, State and Federal regulations. Under no circumstances shall surplus material be disposed of in wetland areas as defined by the United States Environmental Protection Agency (USEPA) . C. Existing Facilities The work shall be so conducted to maintain existing facilities in Operation insofar as is possible, Requirements and schedules of operations for maintaining existing facilities in service during construction shall be as described in the Specific Provisions. D. Use of Chemicals All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfection, polymer, reactant, or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with instructions. E. Use of Explosives The use of any type of explosive to carry out any portion of the work is strictly prohibited. FART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 442.C1 13 01005 GENERAL, REQUIREMENTS SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 WORK INCLUDED A. All of the work under this contract is located at the City of Tamarac, Grant's Plaza Repump Station, northwest of the intersection of U.S. 441 and Commercial Boulevard. B. Furnish all labor, materials, equipment, tools, services and inciden- tals to complete all work required by these Specifications and as shown on the Drawings. C. Perform the work complete, in place, and ready for continuous service, and include repairs, testing, permits, cleanup, replacements and restoration required as a result of damages caused during this construction. D. All materials, equipment, skills, tools and labor which are reasonably and properly inferable and necessary for the proper completion of the work in a substantial manner and in compliance with the requirements stated or implied by these specifications or Drawings shall be furnished and installed by the CONTRACTOR whether specifically indicated in the Contract Documer.ts or not. E. Comply with all local, County, State, Federal, and other codes which are applicable to the proposed construction work. 1.02 GENERAL DESCRIPTION OF WORK A. The project consists of the construction of rehabilitative improvements to the existing Grant's Plaza Water Repump Station. 1.03 DETAILED DESCRIPTION OF COMPONENTS A. Demolition of existing facilities and equipment as indicated by the drawings and specifications. B. Minor structural and architectural improvements. C. Furnish and install two (2) new high service pumps with check valves, isolation valves, and miscellaneous piping. D. Yard piping and valves. E. Process instrumentation and controls. F. Electrical work. G. Coordination and completion of modifications to the CITY's existing SCADA system for the site. H. Sitework and restoration including but not limited to earthwork, grading, sodding and site cleanup. I. Surface preparation and painting of all surfaces as specified. J. Provide all required survey work for layout, construction and record data. 10/27/03 442.C1 1 01010 SUMMARY OF WORK K. Provide all required record drawings, photographs, and other record documents. L. Complete all permitting requirements as specified herein. M. All other required work whether implied or incidental to the proper completion of the project. 1.04 CONTRACT TIME A. Contract times as specified in the Bid Form and Agreement are as follows: 1. substantial Completion 1?0 calendar days from Notice to Proceed. 2. Final Completion = 30 calendar days from Date of Substantial Completion. 1.05 ALLOWANCES A. The CONTRACTOR shall include in the Lump sum Bid, the Lump Sum allowances itemized below to establish a fund which shall be used only by the CONTRACTOR with the specific approval of the ENGINEER to pay the cost of items not called for in these Specifications which cannot be anticipated at the time of Bidding. Payment for items of allowance shall be made in accordance with Articles 11, 12 and 13 of the special Conditions. Any unused balance of allowance shall revert to the OWNER upon completion of the Work. BID AMOUNT ITEM DESCRIPTION 2. Contingency $10,000.00 TOTAL $10,000.00 B. Additional contract time for providing miscellaneous work shall be as requested by CONTRACTOR and as approved by OWNER and ENGINEER. 1.06 PERMITS A. The OWNER has obtained permits for the design and construction of these facilities from the following agencies: 1. Broward County Public Health unit (BCPHU). B. Pursuant to the Public Bid Disclosure Act, the permits and fees which the CONTRACTOR must apply for, obtain and pay prior to or during this project are as follows: 1. City of Tamarac Building Permit. 3. The CONTRACTOR shall verify all requirements, obtain and pay for all permits required for the Work required by this project. 4. The CONTRACTOR shall verify all requirements, obtain and pay for all permits required for the dewatering Work required by this project. 5. Other permits may also be required for the Work from local, County, State or Federal authorities. C. All associated permit fees shall be paid by the CONTRACTOR. Permit fees shall be reimbursed by payment through the Contingency Allowance. D. ENGINEER shall furnish all required signed/sealed drawings necessary for permit submittals at the CONTRACTOR's request. 10/27/03 01010 442.C1 SUMMARY OF WORK 2 1.07 SPECIAL PROTECT CONSIDERATIONS A. Work associated with this project must not adversely impact water service to the City of Tamarac Utility customers. As a result, CONTRACTOR must coordinate his Work connections to the existing system to meet the following conditions: 1. Existing ground storage tank must be kept in service at all times. 2. One (1) new or existing high service pump must be kept in service at all times. 3. Should the progression of work require that the repump station be temporarily isolated from the distribution system, this temporary isolation shall coincide with low system demand periods. The total temporary isolation period shall not exceed one (1) week. B. Following completion of construction, CONTRACTOR shall provide a complete set of project record drawings inclusive of all existing and new electrical and mechanical facilities. Any potholing to map existing underground piping is considered part of the scope of work, inclusive of restoration. CONTRACTOR shall provide two (2) sets of the project engineering drawings redlined to indicate all existing and constructed work inclusive of existing mechanical and electrical facilities. 1.08 ALTERNATE ITEMS A. The OWNER may require the following alternate items in the event they become necessary for the successful completion of this project: 1. Project contains no alternates. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 442.C1 3 01010 SUMMARY OF WORK SECTION 01050 FIELD ENGINEERING PART 1 GENERAL 1.01 WORK INCLUDED A. Verify preconstruction conditions, layout proposed utility improve- ments, establish quality control, and collect data for the preparation of post -construction record drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01300 - Submittals. B. Section 01720 - Project Record Documents. 1.03 SUBMITTALS A. Submit name, address, and telephone number of Florida Registered Land Surveyor before starting work. B. Submit copies of post -construction record drawings and certificate signed by the approved Florida Registered Land Surveyor indicating that the elevations and locations of the work are as the work was construct- ed. 1.04 DEFINITIONS A. Location: "As -Built" location relative to existing baseline or other reference as approved by ENGINEER. B. Elevation: "As -Built" elevation relative to the National Geodetic Vertical Datum of 1929 (NGVD). C. M! Deflection: Change in horizontal or vertical alignment greater than 12-inches accomplished without the use of fittings. D. Valve Elevation: "As -Built" elevation of valve operating nut. 1.05 QUALITY ASSURANCE A. Employ a Land Surveyor registered in the State of Florida and accept- able to Engineer. B. Where applicable, employ a Professional Engineer of the discipline required for specific source on project, licensed in the State of Florida. 1.06 PROJECT RECORD DOCUMENTS DATA A. Maintain a complete and accurate log of control and survey data for project record documents as project progresses. B. Upon completion of the project or other intervals as requested by ENGINEER, submit certified "as -built" site survey data of the project improvements. Scale shall be same as ENGINEER's drawings and ENGINEERNs drawings may be used as a base for surveyor's field data (redline markups). C. Provide the following data (as applicable to project) as a minimum: 10/27/03 442.C1 01050 1 FIELD ENGINEERING 1. Location and elevation of new pressure pipe fittings and valves. 2. Locations and elevations as required to define new major horizon- tal/vertical pipe deflections/conflicts. Data shall include beginning and end of deflection/conflicts, changes in elevations and location, and the location and elevation of subject conflict item. 3. Location and elevation of new connections to existing systems. 4. Locations and elevations as required to define completed new well site. D. Submit final record drawings prior to final pay application at comple- tion of project as specified in Section 01700 - Contract Closeout. E. Record Drawings shall be prepared and submitted as specified in Section 01720 - Project Record Documents. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 EXAMINATION A. Verify locations of survey control points prior to starting work. Promptly notify ENGINEER of any discrepancies discovered. 3.02 SURVEY REFERENCE POINTS A. Protect survey control points prior to starting work; preserve permanent reference points during construction. Make no changes without prior written notice to ENGINEER- B. Promptly report to ENGINEER the loss or destruction of any reference point o:: relocation required because of changes in grades or other reasons. Replace dislocated survey control points based on original survey control. C. Provide affidavit from approved Florida Registered surveyor that all survey control points were re-established following completion of construction. 3.03 SURVEY REQUIREMENTS A. ENGINEER will furnish CONTRACTOR with horizontal and vertical control information. Responsibility for construction of the Work to correct dimensions, alignment and grade shall be CONTRACTOR's. Additional control points, as applicable, shall be provided for and established by CONTRACTOR's surveyor. B. Establish locations and elevations of proposed improvements. Locate and lay out by instrumentation and similar appropriate means: 1. All utility improvements including locations, slopes, and invert elevations. 2. The locations and elevations as applicable to valves, fittings, and connections to existing systems. 10/27/03 01050 442.C1 FIELD ENGINEERING 2 3. Site improvements including: stakes for grading, fill and pavement restoration. C. Periodically verify layouts by same means indicated above. D. In the event that pipe or other mechanical feature cannot be left exposed for surveyor to obtain "as -built" information, place PVC pipe at major changes in horizontal or vertical alignment and at locations required that will be buried. Provide PVC pipe of a diameter suitable for the insertion of a surveyors rod and shall extend from finish grade to the top center of pipe, fitting, location, etc. E. Remove PVC pipe for survey data after survey data has been obtained. 3.04 SURVEYS FOR MEASUREMENT AND PAYMENT A. Final project record drawings with "as -built" information of the installed utility systems and restoration quantities shall be submitted and approved by ENGINEER prior to application for final payment. B. Use "As -built" information to prepare CONTRACTORS final statement of accounts as specified in Section 01700 - Contract Closeout. C. Make current "as -built" information available for ENGINEER's use for evaluation of partial pay requests. Should ENGINEER find that the record drawings are incomplete at the time of partial pay request, then ENGINEER's recommendation of payment may he withheld until record drawing deficiencies are corrected. END OF SECTION 10/27/03 01050 442.C1 3 FIELD ENGINEERING SECTION 01200 PROJECT MEETINGS PART 1 GENERAL 1.01 WORK INCLUDED A. The ENGINEER shall schedule and administer pre -construction meeting, periodic progress meetings, and specially called meetings throughout the progress of the work. ENGINEER shall also: 1. Prepare agenda for meetings. 2. Make physical arrangement for meetings. 3- Preside at meetings. 4. Prepare and distribute minutes of the meetings. B. Representatives of CONTRACTORS, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The CONTRACTOR shall attend meetings to ascertain that work is expedited consistent with Contract Documents and construction sched- ules. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01300 - Submittals. B. Section 01720 - Project Record Documents. 1.03 PRECONSTRUCTION CONFERENCE A. Schedule a preconstruction meeting no later than 20 days after date of Contract. B. Location: A central site, convenient for all parties, designated by the ENGINEER. C. Attendance: 1. OWNER's Representative. 2. ENGINEER and his Professional Consultants. 3. Resident Project Representative. 4. CONTRACTOR's Superintendent. 5. Major subcontractors. 6. Major suppliers. 7. Utilities. 8. Others as appropriate. D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected Construction Schedules. 2. Critical work sequencing. 3• Major equipment deliveries and priorities. 4. Project Coordination. a. Designation of responsible personnel. 5. Procedures and processing of: a. Field orders. b. Requests for Information (RFI). C. Requests for Proposal (RFP). d. Submittals. 10/27/03 442.C1 01200 1 PROJECT MEETINGS e. Change Orders. f. Applications for Payment. 6. Adequacy of distribution of Contract Documents. 7. Procedures for maintaining Record Documents. g. Use of premises: a. Office, work and storage areas. b. OWNER'S requirements. g. Construction facilities, controls and construction aids. 10. Temporary utilities. 11. Housekeeping procedures. 12. Check of required Bond and Insurance certifications. 13. Liquidated damages. 14. Request for a weekly job meeting for all involved. 15. Laboratory testing of material requirements. 16. Inventory of material stored on site provision. 17. other Items as applicable. 1.04 PROGRESS MEETINGS A. ENGINEER will schedule and administer Project meetings throughout progress of the Work at maximum monthly intervals, specially called meetings and preinstallation conferences. B. ENGINEER will make physical arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two days to ENGINEER, participants, and those affected by decisions made at meetings. C. Location: Project field office of CONTRACTOR or ENGINEER, or other agreed upon location. D. Attendance: 1. ENGINEER, and his professional consultants as needed. 2. Subcontractors as appropriate to the agenda. 3. Suppliers as appropriate to the agenda. 4. Others as appropriate. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting. ting. 2. Review of workprogress since previous mee 3. Field observations, problems, conflicts. 4. Problems which impede Construction schedule. 5. Review of off -site fabrication, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7_ Revisions to Construction schedule. g progress, schedule, during succeeding work period. g. Coordination of schedules. 10. Review submittal schedules; expedite as required. 11. Maintenance of quality standards. 12. Pending changes and substitutions. 13. Review proposed changes for: a. Effect on Construction schedule and on completion date. b. Effect on other contracts of the Project. 14. Construction schedule. 15. Critical/long lead items. 16. other business. F. The CONTRACTOR is to attend progress meetings and is to study previous meeting minutes and current agenda items, in order to be prepared to discuss pertinent topics such as deliveries of materials and equipment, progress of the work, etc. 10/27/03 01200 2 442.C1 PROJECT MEETINGS G. The CONTRACTOR is to provide a current submittal log at each progress meeting in accordance with Section 01300 - Submittals. 1.05 PREINSTALLATION CONFERENCES A. When required in individ. talltion conference will be arranged prior to commencing 1workaofrthesSection. B. Require attendance of entities directly affecting, or affected by, work of the Section. C. Review conditions of installation, preparation and installation proce- dures, and coordination with related work. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 442.C1 01200 3 PROJECT MEETINGS SECTION 01300 SUBMITTALS PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers the work required to prepare and submit construc- tion progress schedules, proposed products list, shop drawings, product data, samples, manufacturers' instructions and manufacturers' certifi- cates, complete, all in accordance with the Contract Documents, 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01720 - Project Record Documents. B. Individual Specification Sections: Additional specific requirements for submitted data. 1.03 SUBMITTAL PROCEDURES A. Transmit each submittal with ENGINEER accepted form. B. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. C. Identify Project, CONTRACTOR, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Drawings and schedules shall be checked and coordinated with the work of all trades involved, before they ar? submitted for review by the ENGINEER and shall bear the CONTRACTOR's stamp of approval as evidence of such checking and coordination. Drawings or schedules submitted without this stamp of approval shall be returned to the CONTRACTOR for resubmission. E. Schedule submittals to expedite the Project, and deliver to ENGINEER at Eckler Engineering, Inc., 4700 Riverside Drive, Suite 110, Coral Springs, Florida 33067 and allow 20 days for review. F. If drawings show variations from Contract requirements because of standard shop practice or for other reasons, describe such variations in the letter of transmittal. If acceptable, proper adjustment in the Contract shall be implemented where appropriate. Failure to describe such variations does not relieve the CONTRACTOR of the responsibility for executing the work in accordance with the Contract, even though such drawings have been reviewed. G. Each Shop Drawing shall have a blank area 3-1/2 inches by 3-1/2 inches, located adjacent to the title block. The title block shall display the following; 1. Number and title of the drawing. 2. Date of drawing or revision. 3. Name of project building or facility. 4. Name of contractor and subcontractor submitting drawing. 5. Clear identification of contents and location of the work. 6. Specification title and number. 7. Specification Section, 8. Applicable Drawing Number. 10/27/03 01300 442.C1 1 SUBMITTALS H. Revise and resubmit submittals as required; identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. J. Requirements in this Section are in addition to any specific require- ments for submittals specified in other Divisions and sections of these Contract Documents. 1,04 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in triplicate within 15 days after date established in the Notice to Proceed for ENGINEER review. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit computer generated network analysis diagram using the critical path method, generally as outlined in Associated General Contractors of America (AGC) publication "The Use of CPM in Construction - A Manual for General Contractors and the Construction Industry". E. show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by the OWNER and under Allowances. 1.05 PROPOSED PRODUCTS LIST A. within 30 days after date established in the Notice to Proceed, submit a complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.06 SHOP DRAWINGS sp A plus three copies, ofwhich opaquereproductions be retained which ENGINEER O e (maximum of eight) . B. After review, distribute in accordance with Article on Procedures above and for Record Documents described in section 01720 - Project Record Documents. C. when used in the Contract Documents, the term "shop Drawings" shall be considered to mean, in addition to the definition in Section 00705 - GENERAL CONDITIONS, Contractor's drawings plans for material and equipment which become an integral part of the Project. These drawings shall be complete and detailed. Shop Drawings shall consist of fabrication, erection and setting drawings and schedule drawings, manufacturer's scale drawings, and wiring and control diagrams. Cuts, 10/27/03 01300 442.C1 SUBMITTALS 2 catalogs, pamphlets, descriptive literature, and performance and test data, shall he considered only as supportive to required Shop Drawings as defined above. D. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams, materials of construction and similar descriptive material. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. E• For all mechanical and electrical equipment furnished, provide a list including the equipment name, address, telephone number of the manufac- turer's representative and service company so that service and/or spare Parts can be readily obtained. F. All manufacturers or equipment suppliers who proposed to furnish equipment or products shall submit an installation list to the ENGINEER along with the required shop drawings. The installation list shall include at least five installations where identical equipment has been installed and has been in operation for a period of at least one (1) year. G. Only the ENGINEER will utilize the color "red" in marking Shop Drawing submittals. 1.07 PRODUCT DATA A. Submit the number of copies which the CONTRACTOR requires, plus four copies which will be retained by the ENGINEER (with a maximum of eight). 8. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01720 - Project Record Documents. 1.08 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes in custom colors selected, textures, and patterns for ENGINEER's selection. C. Include identification on each sample, with full Project information. D. Submit the number or samples specified in individual specification Sections; one of which will be retained by ENGINEER. E. Samples not destroyed in testing shall be sent to the ENGINEER or stored at the site of the work. Accepted samples of the hardware in good condition will be marked for identification and may be used in the work. Materials and equipment incorporated in the work shall match the accepted samples. Samples which failed testing or are not accepted will be returned to the CONTRACTOR at his expense, if so requested at time of submission. 10/27/03 442.C1 3 01300 SUBMITTALS 1.09 MANUFACTURER'S INSTRUCTIONS n individual specification Sections, submit manufac- A. When specified is for delivery, la- turers' printed instructionin quantities age, asser(LblY, l and finishing, in specified for tion, start-up, adjusting, q Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufac- turers' certificate to ENGINEER for review, in quantities specified for Product Data. to exceeds B.ntsrequire- Submit supporting material or Creference sr date,affidavits, and ecdertiifica- me. tions as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to ENGINEER. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 01300 4 442•C1 SUBMITTALS SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the work as required to provide and/or coordinate: I. Quality assurance and control of installation. 2. References. 3- Field samples. 4. Inspection and testing laboratory services. 5. Manufacturers' field services and reports. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01300 - Submittals 1.03 REFERENCES A. Conform to reference standards by date of current issue on date for receiving bids. B. Should specified reference standards conflict with Contract Documents, request clarification from ENGINEER before proceeding. C. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.04 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. S. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from ENGINEER before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. �- Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 10/27/03 442.C1 1 01400 QUALITY CONTROL 1.05 FIELD SAMPLES site as required by individual specifi- A. Install field samples at the cation Sections for review. B. Acceptable samples represent a quality level for the Work. to b C. where field sample fieldspecified hasnbeenlvival acaeptedebyiENGINEERe removed, clear area of 1.06 INSPECTION AND TESTING LABORATORY SERVICES A. OWNER will appoint, employ, and pay for services of an independent firm to perform inspection and testing. B. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the ENGINEER. rm to the ENGINEER, in C. Reports will be submitted eryvat ons and eresultsndent 1of tests and indicating triplicate, indicating obs compliance or non-compliance with Contract Documents. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. rdto expected 1. Notify ENGINEER and independent firm 24 hours p time for operations requiring services. a for additional 2 samples rand tests required angements with dfornCONTRACTOR' sdent firm ndy Make use. E. Retesting required because of non-conformance to specified requirements shall be performed by the same indW p 1 deben charged toon ntheuctions by CONTRACTORtby ENGINEER. Payment for retesting deducting inspection or testing charges from the Contract Sum/Price. 1.07 MANUFACTURERS' FIELD SERVICES AND REPORTS ER 30 days in advance A. Submit quaications olservations.o Observer es bjectr to GtoEacof acceptance of ENGINEER. required b B. when specified 1 individual manufacturersspecificationiosections, require material or pliers or topro de qualified d staff Produc r. ite conditions, conditiano equipmentCe and personnel to observe s test, installation, quality of w ment and equipment into operation as p, start-upadjust, and balance of equip applicable, and to initiate instructions when necessary. C. Individuals to report rorbnstalle ss and site decisions or instructions given to applicatorsthat are supplemental or c ntrary to manufacturers' written instructions. D. Submit report in triplicate within 30 days of observation to ENGINEER for review. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 01400 2 442.C1 QUALITY CONTROL SECTION 01505 MOBILIZATION/DEMOBILIZATION PART I GENERAL 1.01 WORK INCLUDED A. Mobilization shall include obtaining of all permits, insurance, and bonds; moving onto site of all plant and equipment; furnishing and erecting plants, temporary buildings, and other construction facili- ties; all as required for proper performance and completion of the Work. Mobilization shall include but not be limited to the following principal items: 1. Moving onto site of all CONTRACTOR's workers, plant and equipment required for first month's operation. 2. Providing field office trailers with all specified furnishings and utility services and appurtenances, if required by specifications. 3. Providing on -site sanitary facilities, potable water facilities and electrical service, as specified. 4. Submittal of all required insurance certificates, bonds and work progress schedules. 5. Obtaining all required permits. 6. Posting all OSHA required notices and establishment of safety programs. 7. Have CONTRACTOR'! superintendent at job site full time. B. Demobilization shall include but not be limited to the following principle items: 1. Removal of all tF:nporary construction facilities. 2. Removal of all equipment and excess materials. 3. Cleanup and restoration of the site to conditions existing prior to construction. 1.02 PAYMENT FOR MOBILIZATION/DEMOBILIZATION A. CONTRACTOR'S attention is directed to the condition that no payment for mobilization/demobilization, or any part thereof, will be recommended for payment under the Contract until all Mobilization/Demobilization items listed above have been completed as specified. B. As soon as practicable after receipt of Notice to Proceed, CONTRACTOR shall submit a breakdown to ENGINEER for review, which shall show estimated value of each major component of mobilization/demobilization. when reviewed by ENGINEER, breakdown will be basis for initial progress payments in which Mobilization is included. C. It shall be understood that the Mobilization/Demobilization includes a sum paid by OWNER to CONTRACTOR in recognition of CONTRACTOR's indemnification obligations. CONTRACTOR shall acknowledge payment of such consideration by letter to OWNER. 10/27/03 442.C1 01505 1 MOBILIZATION/DEMOBILIZATION D, payment for Mobilization/Demobilization shall be equally distributed for completion of mobilization and demobilization. Payment will constitute as full compensation for the provision of work as listed above plus all other appurtenant or incidental work as required to properly complete the Mobilization/Demobilization phases. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 01505 2 442.C1 MOBILIZATION/DEMOBILIZATION SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 WORK INCLUDED A• This section covers the work as related to contract closeout proce- dures, final inspection, CONTRACTOR's closeout submittals and final application for payment. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01720 - Project Record Documents. B. Individual Sections - Testing and Closeout Requirements. 1.03 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers the Work is substantially complete, he shall submit to the ENGINEER: 1. A written notice that the Work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after zeceipt of such notice, the ENGINEER will make an inspection to determine the status of completion. C. Should the ENGINEER determine that the Work is not substantially complete: 1• The ENGINEER will promptly notify the CONTRACTOR in writing, giving the reasons therefor. 2. CONTRACTOR shall remedy the deficiencies in the Work, and send a second written notice of substantial completion to the ENGINEER. 3. The ENGINEER will reinspect the Work. D. When the ENGINEER finds that the Work is substantially complete, he will: I. Prepare and deliver to OWNER a tentative Certificate of Substantial Completion on NSPE Form 1910-8-D, with a tentative list of items to be completed or corrected before final payment. 2. After consideration of any objections made by the OWNER as provided in GENERAL CONDITIONS, and when the ENGINEER considers the Work substantially complete, he will execute and deliver to the OWNER and the CONTRACTOR a definite Certificate of Substantial Completion with a revised tentative list of items to be completed or correct- ed_ 1.04 FINAL COMPLETION A. When CONTRACTOR considers the Work is complete, he shall submit written certification that: I. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the OWNER's representative and are operational. 5. Work is completed and ready for final inspection. 10/27/03 442.C1 01700 1 CONTRACT CLOSEOUT B. The ENGINEER will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. c. Should the ENGINEER consider that the Work is incomplete or defective: 1. The ENGINEER will promptly notify the CONTRACTOR in writing, listing the incomplete or defective work. 2. CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and send a second written certification to the ENGINEER that the Work is complete. 3. The ENGINEER will reinspect the Work. D. When the ENGINEER finds that the Work is acceptable under the Contract Documents, he shall request the CONTRACTOR to make closeout submittals. 1.05 REINSPECTION FEES A. Should the ENGINEER perform reinspections due to failure of the Work to comply with the claims of status of completion made by the CONTRACTOR: 1. OWNER will compensate the engineer for such additional services. 2. OWNER will deduct the amount of such compensation from the final payment to the CONTRACTOR. 1.06 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER A. Evidence of compliance with requirements of governing authorities. B. Warranties and Bonds: To requirements of GENERA! TERMS AND CONDITIONS. C. Evidence of Payment and Release of Liens: To requirements of GENERAL TERMS and CONDITIONS, and SPECIAL CONDITIONS. D. Certificate of Insurance for Products and Completed Operations. E. Shall be in accordance with Section 01720 -- Project Record Documents. F. Shall be in accordance with Section 01730 - Operation and Maintenance Data. G. Consent of Surety for Final Payment. H. Final building permit inspection documents and certificates of occupancy as applicable. 1.07 FINAL AD,7USTMENT OF ACCOUNTS A. Submit a final statement of accounting to the ENGINEER. B. Statement shall reflect all adjustments to the contract Sum: 1. The original Contract Sum. 2. Additions and deductio:.s resulting from: a. Previous Change Orders. b. Allowances. C. Unit Prices. d. Deductions for uncorrected Work. e. Penalties and Bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due. C. ENGINEER will prepare a final Change Order, reflecting recommended 10/27/03 01700 442.C1 CONTRACT CLOSEOUT 2 adjustments to the Contract Sum which were not previously made by Change Orders. 1.08 FINAL APPLICATION FOR PAYMENT A. CONTRACTOR shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 442.C1 01700 3 CONTRACT CLOSEOUT SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.01 WORK INCLUDED A• Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Enclosures and fencing, protection of the Work, road closings, traffic control, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, and temporary buildings. D. Some of the items specified herein are not specifically required for the project. However, these items shall be provided as required for the convenience of the CONTRACTOR or as required for proper completion of the Work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01505 - Mobilization/Demobilization. B. Section 02500 - Restoration and Cleanup. 1.03 TEMPORARY ELECTRICITY A. Temporary electrical power service for construction trailers, storage areas and general construction purposes, as required, is available at the rite from existing or upgraded electrical services. B. Existing permanent convenience receptacles may be utilized during construction for small power tools and lighting local to Work. C. CONTRACTOR will not be charged for electrical service used. D. Provide connections to existing facilities, sized to provide service required for power and lighting, as required. E. Install circuit and branch wiring, with area distribution boxes located so that power and lighting is available throughout the Site by use of construction type power cords, as required. F. Provide properly configured NEMA polarized outlets to prevent insertion Of 110-120 volt plugs into higher voltage outlets. For connection of power tools and equipment, provide outlets equipped with ground -fault circuit interrupters, reset button and pilot light, as required. G. Provide grounded extension cords. Use "hard -service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if mere than one length is required. H. Provide general service incandescent lamps as required for adequate illumination. Provide guard cages or tempered glass enclosures, where exposed to breakage. Provide exterior fixtures where exposed to moisture. 10/27/03 01500 442.C1 CONSTRUCTION FACILITIES AND 1 TEMPORARY CONTROLS 1.04 TEMPORARY LIGHTING (AS APPLICABLE) A. Provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas after dark for security purposes. B. Maintain lighting and provide routine repairs. 1.05 TEMPORARY VENTILATION A. ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 1.06 TEMPORARY 'WATER SERVICE A. Provide all labor and material to install and maintain suitable quality water service off existing main, as required for the construction trailer and construction area. B. All water used must be metered by OWNER, but CONTRACTOR will not be charged for the metered water use. C. Make arrangements with OWNER for obtaining meter. OWNER will also direct contractor as to where water service may be obtained. D. Provide reduced pressure principle backflow preventer, Watts series 909, or equal, for all temporary water services. 1.07 CONFINED SPACE ENTRY REQUIREMENTS A. CONTRACTOR shall obtain all entry permits and provide all equipment and procedures as required to meet confined space entry requirements in accordance with the following: 1. Occupational Safety and Health Act (OSHA), Title 29 CFR 1910.140 "Permit Required Confined Spaces". 2. Florida Statute -- Chapter 38 T--20 Section .035. "Hazardous Atmospheres in Confined spaces". 1.08 TEMPORARY SANITARY FACILITIES A. Provide self-contained, single -occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed in a fiberglass or other approved non -absorbent shell. 1.09 TEMPORARY CONSTRUCTION FENCING A. Construction Fence: Commercial grade chain link fence or bright orange -colored, high density, polyethylene safety fence. Minimum fence height shall be 4 feet. B. Provide construction fence and gates to secure entire construction area at all times when CONTRACTOR's personnel are not present. C. Gates shall be provided with padlocks. 1.10 WATER CONTROL A. Grade sites to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment, as applicable. 10/27/03 01500 CONSTRUCTION FACILITIES AND 442.Cl TEMPORARY CONTROLS 2 B. Protect sites from puddling or running water. Provide water barriers as required to protect sites from soil erosion. 1.11 TELEPHONE/FAX SERVICE A. CONTRACTOR shall provide, maintain and pay for telephone service at project site. Telephone shall he made available for use by ENGINEER, B. CONTRACTOR shall provide, maintain and pay for fax service at project site. Fax shall be made available for use by ENGINEER. 1.12 SILTATION CONTROL A. Provisions shall be made for the prevention of siltation of the canal waterways where affected by the Work. B. The CONTRACTOR shall take all necessary precautions including but not limited to silt barriers and screens. 1.13 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Prohibit traffic from landscaped areas. 1.14 ROAD CLOSINGS AND TRAFFIC CONTROL A. CONTRACTOR shall be responsible for preparation of traffic control plans. Traffic plans shall be submitted to ENGINEER in accordance with Section 01300 - Submittals. All traffic plans shall contain the following information; 1. All applicable street names. 2. All detour routes. 3. All required construction and detour signage. 4. All flag man locations. S. Locations of all street and lane closings. 6. As applicable, time, day and date street or lane will be closed and time, day and date street or lane will be reopened to traffic, 7. The following statement shall be included on all traffic plans: "This plan meets all applicable requirements of the Manual of Uniform Traffic Control Devices". B. Traffic plans must be approved by ENGINEER a minimum of two (2) weeks prior to beginning of work in area covered by Traffic Plan. C. All businesses and homeowners affected by road closures shall be notified a minimum of one (1) week in advance of closing. D. Provisions must always be maintained for local residential and business traffic. 1.15 ACCESS ROADS A. Temporary rock access drives or roadways shall be provided for all residences that are affected by the work for a period greater than 8 hours. 10/27/03 01500 CONSTRUCTION FACILITIES AND 442.C1 3 TEMPORARY CONTROLS B. Temporary rock access drives or roadways shall be provided for all businesses affected by the work unless other written arrangements are made with business owner. Provide copy of all written arrangements to OWNER. C. Construct and maintain temporary roadsaccessingpublic thoroughfares to serve construction areas, as applicable. D. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. E. Provide and maintain access to fire hydrants, free of obstructions. 1.16 PARKING A. Temporary parking areas for CONTRACTOR's and ENGINEER's project personnel shall be indicated on Drawings. 1.17 PROTECTION OF EXISTING STRUCTURES A. CONTRACTOR shall provide screens or other such means to prevent splatter of concrete, paint or other such substance from staining or damaging the nearby existing structures or equipment. B. CONTRACTOR shall be responsible for cleaning and repairing all damages caused by overspray or splatter. 1.18 FUEL STORAGE A. All fuel or other such regulated substances stored on site by CONTRAC- TOR shall be done so in accordance with the rules and regulations of the Florida Department of Environmental Protection regarding secondary containment and the Broward County Department of Planning and Environ- mental Protection (BCDPEP). 1.19 CONSTRUCTION/EXCAVATION DEWATERING A. CONTRACTOR shall investigate and provide adequate dewatering systems as required to dewater his excavations for pipe laying and similar operations. B. CONTRACTOR shall be responsible for providing all equipment and accessories including but not limited to: well points, pumps, header and discharge piping, drainage gravel, floating silt barriers, erosion control and point jetting equipment. C. Where required, CONTRACTOR shall pre -dig excavations for placement of drainage gravel and use of portable trash pumps. D. As required, CONTRACTOR shall contact all applicable regulatory authorities to determine permitting requirements, if any, related to construction dewatering. CONTRACTOR shall apply for and obtain all required permits. E. All dewatering plans shall be submitted to ENGINEER in accordance with Section 01300 - Submittals• Plans must be approved by ENGINEER minimum of two (2) weeks prior to implementation. F. All costs associated with dewatering shall be appropriately apportioned in the bid. 10/27/03 01500 CONSTRUCTION FACILITIES AND 4 442.Cl TEMPORARY CONTROLS 1.20 FIRE EXTINGUISHERS A. Provide portable UL-gated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide portable UL- rated Class ABC dry chemical extinguishers or a combination of NFPA recommended Classes for the exposure. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. 1.21 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain sites in a clean and orderly condition. B. Broom and vacuum clean interior areas prior to start of surface finishing and continue cleaning to eliminate dust. C. Remove waste materials, debris, and rubbish from sites weekly and dispose of at an approved site. 1.22 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facili- ties, materials, prior to Final Inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condi- tion. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS Not Used, PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 01500 CONSTRUCTION FACILITIES AND 442.Cl 5 TEMPORARY CONTROLS SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the work required to provide and maintain the required record documents and samples for the project, including record drawings, construction photographs, and material samples. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01050 - Field Engineering. B. Section 01300 - Submittals. C. Section 01700 - Contract Closeout D. Individual Specification Sections: Manufacturers certificates and certificates of inspections and samples. 1.03 SUBMITTALS A. At Contract closeout, deliver Record Documents and samples under provi- sions of Section 01700 - Contract Closeout. B. Submittal quantities shall be as follows: 1. Final Record Drawings - two (2) sets. 2. Construction photographs - one (1) set. C. Submittals shall be made in accordance with the requirements of Section 01300 - Submittals. 1.04 MAINTENANCE OF DOCUMENTS AND SAMPLES A. In addition to requirements in GENERAL TERMS AND CONDITIONS, maintain at the site for OWNER one record copy of: I. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications to the Contract. 5. ENGINEER'S field orders or written instructions. G. Reviewed shop drawings, product data, and samples. 7. Field test records. 8. Inspection certificates. 9. Manufacturer's certificates. 10. Construction photographs. B. Store Record Documents and samples apart from documents used for construction. Provide organized, dry, secure storage for Record Documents. C. Label Record Documents and samples in accordance with Section number listings in Table of Contents of this Project Manual. Label each docu- ment "PROJECT RECORD" in neat, large, printed letters. D. Maintain Record Documents in a clean, dry and legible condition. Do not use Record Documents for construction purposes. 10/27/03 442.C1 01720 1 PROJECT RECORD DOCUMENTS E. Keep Record Documents and samples available for inspection by ENGINEER. 1.05 RECORDING A. Record information on a set of blackline drawings and in a copy of the Contract Documents (Specifications) Book provided by ENGINEER. B. provide felt tip marking pens, maintaining separate colors for each major system, for recording information. C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. D. contract Drawings: Legibly mark each item to record actual construc- tion, including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Also include installed pipe material, class, etc. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of construction. 3. Field changes of dimension and detail. 4. Changes made by Modifications. 5. Details not on original contract Drawings. 6. References to related shop drawings and Modifications. 7. Existing mechanical facilities. 8. Existing electrical inclusive of conduit locations, conduit sizes and wiring sizes- E. Specifications: Legibly mark each item to record actual construction, including: number of each product 1. Manufacturer, trade name, and catalognumber to optional items actually installed, paying p and substitute items. 2. Changes made by Addenda and Modifications. F. Other Documents: Maintain manufacturer's certifications, inspection certifications, and field test records, required by ividual Specification sections. 1.06 CONSTRUCTION PHOTOGRAPHS A. provide photographs in color showing the preconstructibn conditions, construction progress, and the post -construction conditions. B. photographs shall be taken by an experienced photographer. C. The photographer shall be equipped to take interior/exterior photo- graphs as directed by the ENGINEER. All film negatives shall be 35mm. D. All film handling and development shall be done by commercial laborato- ries. E. Photographs shall be taken throughout the construction process and show excavations, piping details, construction which will ultimately be hidden from view and the final completion. Provide sufficient quantity of photographs to adequately detail construction. F. Provide two (2) sets of construction photographs. These prints shall measure 3-1/2" x 5". All prints shall be mounted in plastic photo- graphic binders. 10/27/03 01720 2 442.C1 PROJECT RECORD DOCUMENTS G. Identify each print with the date, orientation of view, and a descrip- tion of the view. H. Deliver all negatives (in plastic sleeves with dates of negatives noted), and two sets of prints, all in three-ring binders and sequen- tially labeled to the ENGINEER upon completion of the project. Binders shall be labeled to indicate project name and number, contractor, owner, engineer and year of project. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 01720 442.C1 3 PROJECT RECORD DOCUMENTS SECTION 01730 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the work required to prepare and submit operation and maintenance manuals for the project, complete all in accordance with the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01300 - Submittal B. Section 01700 - Contract Closeout. C. Section 01720 - Project Record Documents, D• Section 01740 - Warranties and Bonds. E. Individual Specification Sections: Specific requirements for operation and maintenance data. 1.03 SUBMITTALS A. Submit two copies of preliminary draft or proposed formats and outlines of contents prior to substantial completion of Work. ENGINEER will review draft and return one copy with comments. B• For equipment, or component parts of equipment put into service during construction and operated by OWNER, submit documents within ten days after acceptance. C. Submit one copy of completed volumes in final form 15 days prior to final inspection. Copy will be returned with ENGINEER comments. Revise content of documents as required prior to final submittal. D. Submit four (4) copies of revised volumes of data in final form within ten days after final inspection. 1.04 QUALITY ASSURANCE A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. 1.05 GENERAL FORMAT(EACH VOLUME) A. Prepare data in the form of an instruct-unal manual. B. Binders: Commercial quality, 8-1/2 x 11 inch three-ring binders with hardback, cleanable, plastic covers; 3 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. C. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; list title of Project; identify subject matter of contents. 10/27/03 442.C1 01730 1 OPERATION AND MAINTENANCE DATA D. Arrange content by process flow under section numbers and sequence of Table of Contents of this Project Manual. E. Provide tabbed fly leaf for each separate product and system, with typed description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 20 pound paper. G. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. 1.O6 OPERATION AND MAINTENANCE MANUALS (EACH VOLUME) A. Provide title of Project; owner's name; names, addresses, and telephone numbers of ENGINEER, subconsultants, and CONTRACTOR with name of responsible parties; schedule of products and systems, indexed to content of the volume. B. Table of Contents: schedule of contents and systems, indexed to each volume. C. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. D. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inappli- cable information. E. Drawings: supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. F. Type Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufac- turer's instructions. 1.07 MATERIALS AND FINISHES DATA A. Building Products, Applied Materials, and Finishes: Include product composition, and color and texture data, with catalog number, size, for re -ordering custom manufactured designations. Provide information Products. B. Instructions for Care and Maintenance: Include manufacturer's recommen- dations for cleaning agents and methods, precautions against detrimen- tal agents and methods, and recommended schedule for cleaning maintenance. c. Moisture Protection and weather Exposed Products: Include product data listing applicable reference standards, chemical composition, and details of installation. Provide recommendations for inspections, maintenance, and repair. D. Additional Requirements: As specified in individual Product specifi- cation sections. E. Provide a listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data. 10/27/03 01730 2 442.Cl OPERATION AND MAINTENANCE DATA 1.08 EQUIPMENT AND SYSTEMS DATA A. Each Item of Equipment and Each system: Include description of unit or system, and component parts. Identify function, normal operating characteristics, and limiting conditions. Include performance curves, with engineering data and tests, and complete nomenclature and commercial number of replaceable parts. B. Panelboard Circuit Directories: Provide electrical service characteris- tics, controls and communications. C. operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. D. Maintenance Requirements: Include routine procedures and guide for trouble -shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. E. Provide servicing and lubrication schedule, and list of lubricants required. F. Include manufacturer's printed operation and maintenance instructions. G. Include sequence of operation by controls manufacturer. H. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. 1. Provide control diagrams by controls manufacturer as installed. Include coded wiring as installed. J. Provide CONTRACTOR's coordination drawings, with coded piping diagrams as installed. K. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. L. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. M. Additional Requirements: As specified in individual Product specifi- cation sections. N. Provide a listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data. 1.09 INSTRUCTION OF OWNER PERSONNEL A. Before final inspection, instruct OWNER's designated personnel in operation, adjustment, and maintenance of products, equipment, and systems, at agreed upon times. B. use operation and maintenance manuals as basis for instruction. Review contents of manual with personnel in detail to explain all aspects of operation and maintenance. 10/27/03 01730 442.C1 3 OPERATION AND MAINTENANCE DATA C. Prepare and insert additional data in operation and Maintenance Manual when need for such data becomes apparent during instruction. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 01730 442.C1 OPERATION AND MAINTENANCE DATA 4 SECTION 01740 WARRANTIES AND BONDS PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the work required to prepare and submit all warranty and bond information required by these Contract Documents. B. Warranties and bonds required shall be as specified in the individual specification sections and GENERAL TERMS AND CONDITIONS. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01700 - Contract Closeout. B. Individual Specification Sections: Warranties required for specific Products or Work. 1.03 FORMAT OF SUBMITTALS A. Bind in commercial quality, 8-1/2 x 11 three-ring side binders with hardback, cleanable, plastic covers. Provide two copies of completed binders. B. Label cover of each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; date; project owner; name, address and telephone number of CONTRACTOR and ENGINEER. C. Table of Contents: Neatly typed, in the sequence of the Table of Contents of these Specifications, with each item identified with the number and title of the specification section in which specified, and the name of the Product or work item. D. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. E. Provide dates of beginning and ending of warranty period, bond or service and maintenance contracts. 1.04 PREPARATION OF SUBMITTALS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within ten days after completion of the applicable item or work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty blank until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. 10/27/03 01740 442.C1 1 WARRANTIES AND BONDS 1.05 TIME OF SUBMITTALS A For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance. B. Make other submittals within ten days after Date of Substantial Comple- tion, prior to final Application for Payment. C. For items of Work when acceptance is delayed beyond Date of Substantial Completion, submit within ten days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 10/27/03 01740 WARRANTIES AND BONDS 2 442-C1 SECTION 02200 EARTHWORK PART 1 GENERAL 1.01 WORK INCLUDED A. The work of this Section includes all earthwork required for con- 3truction of the Project. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials, wet and dry, as required for the purposes of completing the work specified in the Contract Documents, which shall include, but not be limited to, the furnishing, placing, and removing of sheeting and bracing necessary to safely support the sides of all excavation; all pumping, ditching, draining, and other required measures for the removal or exclusion of water from the excavation; the supporting of structures above and below the ground; all backfilling around structures and all backfilling of trenches and pits; the disposal of excess excavated materials; borrow of materials to make up deficiencies for fills; and all other inciden- tal earthwork, all in accordance with the requirements of the Contract Documents. 8. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for thin project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01400 - Quality Control. 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards Latest Revision ASTM D 422 Method for Particle -Size Analysis of Soils. ASTM D 698 Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-lb (2.49-kg) hammer and 12-in. (304.8-mm) Drop. ASTM D 1140 Test Method for Density of Soil in Place by the Sand Cone Method. ASTM D 1557 Test methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10-lb (4.54-kg) hammer and 18-in. (457-mm) Drop. ASTM D 1633 Ttet Method for Compressive Strength of Molded Soil -Cement Cylinders. ASTM D 2419 Test Method for Sand Equivalent Value of Soils and Fine Aggregate. ASTM D 2487 Classification of Soils for Engineering Purpos- es. ASTM D 2901 Test Method for Cement Content of Freshly -Mixed Soil --Cement. 10/27/03 442.C1 02200 1 EARTHWORK ASTM D 2922 Test Methods for Density of Soil and Soil -Ag- gregate in Place by Nuclear Methods (Shallow Depth). ASTM D 4253 Test Methods for Maximum Index Density of Soils Using a Vibratory Table. ASTM D 4254 Test Methods for Minimum Index Density of Soils and Calculation of Relative Density. 1.04 TRENCH SAFETY A. The CONTRACTOR's attention is directed to the "Florida Trench Safety Act" which mandates the provisions of Subpart P, Section 1926.650 of the OSHA Safety and Health Standards for Construction, which require that all trenches of depth greater than 5 feet shall be shored or sloped to the angle of repose. B. Submit information in accordance with Section 01300 - Submittals, detailing the method of trench safety to be implemented. Submittal should include geotechnical investigation results if required. 1.05 QUALITY ASSURANCE A. General: All soils testing will be done by a testing laboratory of the OWNER's choice at the OWNER's expense except as specified in Paragraph 1.05C below. B. Where soil material is required to be compacted to a percentage of maximum density, the maximum density at optimum moisture content will be determined in accordance with ASTM D 1557. Where cohesionless, free draining soil material is required to be compacted to a percentage of relative density, the calculation of relative density will be deter- mined in accordance with ASTM D 4253 and D 4254. Field density in - place tests will be performed in accordance with ASTM D 1556, ASTM D 2922, or by such other means acceptable to the ENGINEER, c. in case the tests of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall accomplish such remedy as may be required to insure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the OWNER and shall be at the CONTRACTOR's expense. D. Particle size analysis of soils and aggregates will be performed using ASTM D 422. E. Determination of sand equivalent value will be performed using ASTM D 2419. F. Unified Soil Classification System: References in these specifications to soil classification types and standards set forth in ASTM D 2487 shall have the meanings and definitions indicated in the chart illustrated at the end of this Section. The chart is reproduced herein for the convenience of the CONTRACTOR only, and no limitation, amendment, or modification is intended thereby. The CONTRACTOR shall be bound by all applicable provisions of said ASTM D 2487 in the interpretation of sail classifications. 1.06 PROJECT SITE CONDITIONS A. Report of geotechnical investigation was not completed for this project. 10/27/03 02200 442.C1 EARTHWORK 2 PART 2 PRODUCTS 2.01 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENTS A. General: Fill, backfill, and embankment materials shall be suitable selected or processed clean, fine earth, rock, or sand, free from grass, roots, brush, or other vegetation. B. Fill and backfill materials to be placed within 6 inches of any structure or pipe shall be free of rocks or unbroken masses of earth materials having a maximum dimension larger than 3 inches. C. Suitable materials: Soils not classified as unsuitable as defined in Paragraph entitled, "Unsuitable material" herein, are defined as suitable materials and may be used in fills, backfilling, and embank- ment construction subject to the specified limitations. In addition, when acceptable to the ENGINEER, some of the material listed as unsuitable may be used when thoroughly mixed with suitable material to form a stable composite. D. Suitable materials may be obtained from on -site excavations, may be processed on -site materials, or may be imported. If imported materials are required to meet the requirements of this Section or to meet the quantity requirements of the project the CONTRACTOR shall provide the imported materials within the scope of the Contract, unless a unit price item is included for imported materials in the bidding schedule. E. The following types of suitable materials are designated and defined as follows: 1. Type A: Crushed limerock or sand with 100 percent passing a 1-inch sieve and a sand equivalent value not less than S0. 2. TYpe B: Crushed limerock or sand with 100 percent passing a 3�-inch sieve and a sand equivalent value not less than 50. 3. Type C: Sand with 100 percent passing a 3/8-inch sieve, at least 90 percent passing a Number 4 sieve, and a sand equivalent value not less than 30. 4. jpe D: Crushed limerock with 100 percent passing a 1-inch sieve and not more than 10 percent passing a Number 4 sieve. 5. lype E: Crushed limerock with 100 percent passing a 3/4-inch sieve and not more than 10 percent passing a Number 4 sieve. 6. Tie F: Crushed limerock meeting the following gradation require- ments: Sieve Size Percentage Passing 2-inch 100 1-1/2-inch 90 _ 100 1-inch 20 - 55 3/4-inch 0 - 15 No. 200 0 - 3 7. Type G: Crushed rock aggregate base material of such nature that it can be compacted readily by watering and rolling to form a firm, stable base for pavements. At least 97% of the material shall pass a 3-1/2 inch screen and the material shall be uniformly graded uniformly down to the 200 sieve. The liquid limit shall not exceed 35 and the plastic index shall not exceed 10. For stabilized base, the material shall meet all of the above requirements except that 97% shall pass a 1-1/2 inch screen. 8. Type H: Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be uniformly graded and shall meet the following gradation requirements: 10/27/03 02200 442.C1 3 EARTHWORK Sieve Size Percenta e Passin 1-inch 100 3/4-inch 90 - 100 3/8-inch 40 - 100 No. 4 25 - 40 No. 8 18 - 33 No. 30 5 - 15 No. 50 0 7 No. 200 0 - 3 The drainrock shall have a sand equivalent value not less than 75. 9. Tie I: Any other suitable material as defined in Paragraph 2.01, herein. 10. Type�J: Material which consists of Type H material, or any mixture of Types B, C, G, and H materials which has been cement -treated so that the cement content of the material is not less than 5 percent by weight when tested in accordance with ASTM D 2901. The ultimate compressive strength at 28 days shall be not less than 400 psi when tested in accordance with ASTM D1633. 11. Type K: Stockpiled topsoil material which has been obtained at the site by removing soil to a depth not exceeding 2 feet. Removal of the topsoil shall be done after the area has been stripped of vegetation and debris as specified. 2.02 UNSUITABLE MATERIAL A. Unsuitable soils for fill material shall include soils which, when classified under ASTM D 2487, fall in the classifications of Pt, OH, CH, MH, HL, or SC. B. in addition, any sell which cannot be compacted sufficiently to achieve the percentage of maximum density specified for the intended use, shall be classed as unsuitable material. 2.03 USE OF FILL, BACKFI',L, AND EMBANKMENT MATERIAL TYPES A. Use the types of materials designated herein for all required fill, backfill, and embankment construction hereunder. B. Where these Specifications conflict with the requirements of any local agency having jurisdiction, or with the requirements of a material manufacturer, the ENGINEER shall be immediately notified. In case of conflict therewith, the CONTRACTOR shall use the most stringent requirement, as determined by the ENGINEER. C. Fill and backfill types shall be used in accordance with the following provisions: 1. Embankment fills shall be constructed of Type I material, as defined in Paragraph 2.01E, herein, or any mixture of Type I and Type A through Type H materials. 2. Pipe zone backfill, as defined under "Pipe and Utility Trench Back - fill" herein, shall consist of the following materials for each pipe material listed below. Where pipelines are installed on grades exceeding 4 percent, and where backfill materials are graded such that there is less than 10 percent passing a Number 4 sieve, trench plugs of Type J material shall be provided at minimum intervals of 200 feet. a. Mortar coated pipe and concrete pipe, shall be provided Type A, B, C, D, or E pipe zone backfill material. 10/27/03 02200 442.C1 EARTHWORK 4 b. Coal tar enamel coated pipe, polyethylene encased pipe, tape wrapped pipe, and other non -mortar coated pipe shall he backfilled with Type C pipe zone backfill material. C. Plastic pipe and PVC pipe shall be backfilled with Types B, C, or E pipe zone backfill material. 3. Trench zone backfill for pipelines as defined under "Pipe and Utility Trench Backfill" shall be Type I backfill material or any of Types A through H backfill materials or any mixture thereof. 4. Final backfill material for pipelines under paved areas, as defined under "Pipe and Utility Trench Backfill" shall be Type G backfill material. Final backfill under areas not paved shall be the same materials as that used for trench backfill, except that Type K material shall be used for final backfill in agricultural areas unless otherwise shown or specified. S. Trench backfill and final backfill for pipelines under structures shall be the same material as used in the pipe zone, except where concrete encasement is required by the Contract Documents. 6. Aggregate base materials under pavements shall be Type G material constructed to the thicknesses shown or specified. 7. Backfill around structures shall be Type I material, or Types A through Type H materials, or any mixture thereof. 8. Backfill materials beneath structures shall be as follows: a. Drainrock materials under reservoirs or other water retaining structures with underdrain systems shall be Type H material. b. Under concrete reservoirs or other water retaining structures without underdrain systems, Types G or H materials shall be used. C. Under structures where groundwater must be removed to allow placement of concrete, Type F material shall be used. d. Under all other structures, Type D, E, G, or H material shall be used. 9. Backfill used to replace pipeline trench over -excavation shall be a layer of Type F material with a 6-inch top filter layer of Type E material for wet trench conditions or the same material as r.�ed for the pipe zone backfill if the trench conditions are not wet. 10. The top 6 inches of fill on reservoir roofs, embankment fills around reservoirs, and all other embankment fills shall consist of Type K material, topsoil. 11. Where specified or shown, pea gravel shall. be Type E material. PART 3 EXECUTION 3.01 REMOVAL OF WATER A. Provide and operate equipment adequate to keep all excavations and trenches free of water. Remove all water during periods when concrete is being deposited, when pipe is being laid, during the placing of backfill, and at such other times as required for efficient and safe execution of the Work. Avoid settlement or damage to adjacent property. Dispose of water in a manner that will not damage adjacent property. When dewatering open excavations, dewater from outside the structural limits and from a point below the bottom of the excavation when possible. Design dewatering system to prevent removal of fines from existing ground. B. CONTRACTOR shall determine all requirements, make all necessary arrangements and obtain all permits which may be required for dewatering operations. 3.02 STRUCTURE, ROADWAY, AND EMBANKMENT EXCAVATION A. General: Except where specifically provided to the contrary, excava- tion shall include the removal of all materials of whatever nature 10/27/03 02200 442.C1 5 EARTHWORK encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work. The removal of said materials shall conform to the lines and grades shown or ordered. Furnish, place, and maintain all supports and shoring that may be required for the sides of the excavations, and all pumping, ditching, or other measures for the removal or exclusion of water. Dispose of storm water, groundwater, and wastewater reaching the site of the Work from any source so as to prevent damage to the Work or adjoining property. Excavations shall be sloped or otherwise supported in a safe manner in accordance with applicable State safety require- ments and the requirements of OSHA Safety and Health Standards for Construction (29CFR1926). B. Excavation Beneath Structures and Embankments: Except where otherwise specified for a particular structure or ordered by the ENGINEER, excavation shall be carried to the grade of the bottom of the footing or slab. Where shown or ordered, areas beneath structures or fills shall be over -excavated. The subgrade areas beneath embankments shall be excavated to remove not less than the top 6 inches of original material and where such subgrade is sloped, the original material shall be benched. When such over -excavation is shown, both over -excavation and subsequent backfill to the required grade shall be performed by the CONTRACTOR. When such over -excavation is not shown but is ordered by the ENGINEER, such over -excavation and any resulting backfill will be paid for under a separate unit price bid item if such bid item has been established; otherwise payment will be made in accordance with a negotiated price. After the required excavation or over -excavation has been completed, the exposed surface shall be scarified to a depth of 6 inches, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain 95 percent of maximum density. C. Excavation Beneath Paved Areas: Excavation under areas to be paved shall extend to the bottom of the aggregate base, if such base is called for; otherwise it shall extend for the paving thickness. After the required excavation has been completed, the exposed surface shall be scarified, brought to optimum moisture content, and rolled with heavy compaction equipment to obtain 95 percent of maximum density. D. Notification of Engineer: Notify the ENGINEER at least 3 days in advance of completion of any structure excavation and allow the ENGINEER a review period of at least one day before the exposed foundation is scarified and compacted or is covered with backfill or with any construction materials. 3.03 PIPELINE AND UTILITY TRENCH EXCAVATION A. General: Unless otherwise shown or ordered, excavation for pipelines and utilities shall be open -cut trenches. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the CONTRACTOR, but shall have a minimum width at the bottom of the trench equal to the outside diameter of the pipe plus 24 inches for mechanical compaction methods and 18 inches for water consolidation methods. The maximum width at the top of the pipe shall be equal to the outside diameter of the pipe plus 36 inches for pipe diameters 18-inches and larger and to the outside diameter of the pipe plus 24 inches for pipe diameters less than 18-inches. B. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme 02200 10/27/03 EARTHWORK 6 442.Cl bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be required. C. Open Trench: The maximum amount of open trench permitted in any one location shall be 50o feet, or the length necessary to accommodate the amount of pipe installed in a single day, whichever is less. All trenches shall be fully backfilled at the end of each day or, in lieu thereof, shall be covered by heavy steel plates adequately braced and capable of supporting vehicular traffic in those locations where it is impractical to backfill at the end of each day. The above requirements for backfilling or use of steel plate will be waived in cases where the trench is located further than lo0 feet from any traveled roadway or occupied structure. In such cases, however, barricades and warning lights meeting OSHA requirements shall be provided and maintained. D. Trench Over -Excavation: Where the Drawings indicate that trenches shall be over -excavated, they shall be excavated to the depth shown, and then backfilled to the grade of the bottom of the pipe. E. Over -Excavation: when ordered by the ENGINEER, whether indicated on the Drawings or not, trenches shall be over -excavated beyond the depth shown. Such over -excavation shall be to the depth ordered. The trench shall then be backfilled to the grade of the bottom of the pipe. All work specified in this Section shall be performed within the scope of the Contract when the over -excavation ordered by the ENGINEER is less than 6 inches below the limits shown. When the over -excavation ordered by the ENGINEER is 6 inches or greater below the limits shown, additional payment will be made to the CONTRACTOR for that portion of the work which is located below said 6-inch distance. Said additional payment will be made under separate unit price bid items for over - excavation and bedding if such bid items have been established; otherwise payment will be made in accordance with a negotiated price. F. Where pipelines are to be installed in embankment or structure fills, the fill shall be constructed to a level at least one foot above the top of the pipe before the trench is excavated. 3.04 OVER -EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over -excavation carried below the grade ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. Such work shall be performed by the CONTRAC- TOR at its own expense. 3.05 EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the ENGINEER. Trees shall be supported during excavation by any means previously reviewed by the ENGINEER. 3.06 ROCK EXCAVATION A. Rock excavation shall include removal and disposal of the following: (1) all boulders measuring 1/3 of a cubic yard or more in volume; (2) all rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling and blasting; (3) concrete or masonry structures which have been abandoned; and (4) conglomerate deposits which are so firmly cemented that they possess the characteristics of solid rock and which cannot be removed without systematic drilling and blasting. 10/27/03 442.C1 02200 7 EARTHWORK B. Said rock excavation shall be performed by the CONTRACTOR; provided, by any change that should the quantity of rock excavation be affected, in the scope of the work, an appropriate adjustment of the contract price will be made under a separate bid item if such bid .item has been established; otherwise payment will be made in accordance with a negotiated price. C. Ex losives and Blastin : Blasting will not be permitted, except by the ENGINEER on a case -by -case basis. The use of express permission of explosives will be subject to the approval and regulations of all agencies having jurisdiction. If blasting is utilized at the site of the WORK. Take all precautions and provide all protective measures necessary to prevent damage to property and structures or injuryftoo person. Prior to blasting, secure all permits required by lawblasting operations and provide any additional hazard insurance required by the OWNER. Use a fully qualified and experienced blasting foreman in conducting all blasting operations. D. The CONTRACTOR will be held responsible for all and shall make good any damage caused by blasting or resulting from its possession or use of explosives on the work. E. All operations involving the handling, storage, and use of explosives shall e conuctein with the Standa rds ford Const ruction, and cin accordance ewith eall ts of the 0 local 1awsa d regulations. 3.07 DISPOSAL OF EXCESS EXCAVATED MATERIAL A. Remove and dispose of all excess excavated material at a site selected by the OWNER and reviewed by the ENGINEER. 3.08 BACKFILL - GENERAL A. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any structure until the ufficient strength 5° structures nd placednot e loads concrete has attained sbe imposed. Backfill around water retaining placed until the structures have been tested, and the structures shall be full of water while backfill is being placed. ls being ed cavated or B. Except for draik trenches, backfillcshall ebeaplaced after call ywater risxremoved from sthe excavation. 3.09 PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be placed and spread evenly in layers. when compaction is achieved using mechanical equipment the layers shall be evenly spread so that when compacted each layer shall notexceedand 12- inches in thickness. When compaction is achieved using foodingjetting methods, each layer shall not exceed 3 feet in thickness after compaction. B. During spreading each layer shall be thoroughly mixed as necessary to aterial in each layer. Pipe zone backfill promote uniformity of m spread around and under the pipe so that materials shall be manually when compacted the pipe zone backfill will provide uniform bearing and side support. C. Where the backfill material moisture content is below the optimum moisture content water shall be added before or during spreading unti the property moisture content is achieved. 02200 EARTHWORK 8 10/27/03 442.C1 D. where the backfill material moisture content is too high to permit the specified degree of compaction the material shall be dried until the moisture content is satisfactory. 3.10 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Each layer of Types A, B, C, G, H, I, and K backfill materials as defined in Paragraph 2.01E, herein, where the material is graded such that at least 10 percent passes a No. 4 sieve, shall be mechanically compacted to the specified percentage of maximum density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. B. Each layer of Type D, E, F, and J backfill materials shall be compacted by means of at least 2 passes from a flat plate vibratory compactor. When such materials are used for pipe zone backfill, vibratory compaction shall be used at the top of the pipe zone or at vertical intervals of 24 inches, whichever is the least distance from the subgrade. C. Flooding, ponding, or jetting shall not be used for fill on roads, backfill around structures, backfill around reservoir walls, for final backfill materials, or aggregate base materials. D. Pipe zone backfill materials that are granular may be compacted by a combination of flooding and vibration using concrete vibrators or by jetting, when acceptable to the ENGINEER. E. Pipeline trench zone backfill materials, containing 5 percent or less of material passing a No. 200 sieve, may be compacted using flooding and jetting or vibration if the CONTRACTOR uses effective procedures that yield the specified compaction test results. Flooding and jetting shall not be done in such a manner that the pipe or nearby utilities are damaged, in areas of poorly draining or expansive soils, or where the use of the procedure is prohibited by any agency having jurisdic- tion over the street or right-of-way. Suitable jet pipes or immersible vibrators shall be used so that each backfill layer is saturated and consolidated to its full depth before the next layer is placed. Jet pipes shall be kept at least 6 inches away from the pipe where the backfill is being consolidated and 2 feet away from other pipes or utilities. F. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the depth of the fill at that time. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limita- tions. G. Com action Re uirements: The following compaction test requirements shall be in accordance with ASTM D 1557 for Type A, B, C, G, H, I, and K materials. Where agency or utility company requirements govern, the highest compaction standards shall apply. Location or Use of Fill Pipe zone backfill portion above bedding for flexible pipe. Pipe zone backfill bedding and over -excavated zones under bedding/ pipe for flexible pipe. Percentage Of Maximum Densit 95 10/27/03 02200 442.Cl 9 EARTHWORK Pipe zone backfill portion above bedding for rigid pipe. 95 Pipe zone backfill bedding and over -excavated zones under bedding/ pipe for rigid pipe. 95 Final backfill, beneath paved areas or structures. 98 Final backfill, not beneath paved areas or structures. 90 Trench zone backfill. 90 Embankments. 90 Embankments, beneath paved areas of structures. 98 Backfill beneath structures, reservoirs. 98 Backfill around structures, on reservoir or structure roof. 80 Topsoil (Type K material) 80 Aggregate base (Type G material) 98 H. Trench Backfill Re uirements: The pipe has been structurally designed based upon the trench configuration specified in Section 3.03A, herein. I. Maintain the indicated trench cross section up to a horizontal plane lying 6 inches above the top of the pipe. J. If, at any location under said horizontal plane, the trench walls we sloped or exceed the maximum trench widths indicated in the Contract Documents are exceeded, the pipe zone backfill shall be "improved" or the pipe class increased as specified herein, within the scope of the Contract. "Improved" backfill shall mean sand backfill or other equivalent materials acceptable to the ENGINEER. K. if the allowable deflection specified for the pipe is exceeded, expose and reround or replace the pipe, repair all damaged lining and coating, and reinstall the pipe zone material and trench backfill as specified within the scope of the Contract. 3.11 PIPE AND UTILITY TRENCH BACKFILL A. Pipe Zone Backfill: The pipe zone is defined as that portion of the vertical trench cross-section lying between a plane 6 inches below the bottom surface of the pipe, i.e., the trench subgrade, and a plane at a point 6 inches above the top surface of the pipe. The bedding for flexible pipe is defined as that portion of pipe zone backfill material between the trench subgrade and the bottom of the pipe. The bedding for rigid pipe is defined as that portion of the pipe zone backfill material between the trench subgrade and a level line which varies from the bottom of the pipe to the springline as shown. B. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flow pipelines in accordance with the details shown on the Drawings and materials specified herein. 10/27/03 02200 442.C1 EARTHWORK 10 C. Where bedding is required after compaction of the bedding, perform a final trim using a stringline for establishing grade, such that each pipe section when first laid will be continually in contact with the bedding along the extreme bottom of the pipe. D. The pipe zone shall be backfilled with the specified backfill material. Exercise care to prevent damage to the pipeline coating, cathodic bonds, or the pipe itself during the installation and backfill operations. E. Trench Zone Backfill: After the pipe zone backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross-section lying between a plane 6 inches above the top surface of the pipe and a plane at a point 16 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway subgrade. if flooding, ponding, or jetting is used the pipe shall be filled with water to prevent flotation. F. Final Backfill: Final backfill is all backfill in the trench cross - sectional area within 10 inches of finished grade, or if the trench is under pavement, all backfill to the roadway base restoration. 3.12 FIELD DENSITY AND MOISTURE TESTS A. Notify the ENGINEER to have an independent soil testing company determine the in -place density and moisture content of the subgrade and compacted fill by any one or combination of the following methods: ASTM D 1556, D 3017, or D 2922. The CONTRACTOR shall cooperate with this testing work by leveling small test areas as designated by the soil testing company. These test results, certified by the soil testing company and reviewed by the ENGINEER, s,iall indicate that the actual soil compaction found meets these Specifications. Testing will occur as the work progresses and compliance with the Specifications is required prior to final acceptance and payment for the work. B. A minimum of one test every 200 cubic yards of t411, one test per every 2,000 square feet of subgrade, or 4 tests per lift, whichever is larger in number of tests, shall be conducted. C. The OWNER shall pay for the initial testing. Any retesting required to show compliance with these Specifications shall be within the Scope of the Contract. 3.13 EMBANKMENT CONSTRUCTION A. The area where an embankment is to be constructed shall be cleared of all vegetation, roots and foreign material. Following this, the surface shall be moistened, scarified to a depth of 6 inches, and rolled or otherwise mechanically compacted to 95 percent of maximum density under structures and paved areas, and 90 percent of maximum density elsewhere. B. Where embankment or structure fills are constructed over pipelines, the first 4 feet of fill over the pipe shall be constructed using light placement and compaction equipment that does not damage the pipe. END OF SECTION 10/27/03 442.C1 02200 11 EARTHWORK SECTION 02500 RESTORATION AND CLEANUP PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the work necessary to provide and coordinate the restoration and cleanup of areas disturbed during construction. B. All areas disturbed or damaged during construction shall be restored to conditions existing prior to the work. C. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01700 - Contract Closeout. B. Section 02510 - Asphaltic Concrete Pavement and Base. 1.03 SUBMITTALS A. Submitted construction progress schedule should indicate restoration, by restoration type, for each street following the sequencing specified herein. Final cleanup time should also be referenced to the Progress schedule for each street. B. Submittals shall be in accordance with Section 01300 - Submittals. PART 2 PRODUCTS 2.01 ASPHALTIC CONCRETE PAVEMENT AND SASE A. Materials shall be as specified in Section 02510 - Asphaltic Concrete Pavement and Base. 2.02 SOD A. Sod shall be of firm texture having a compacted growth and good root development. Sod is to contain no weeds or undesirable native grasses and be free from fungus, vermin and diseases. Sod to be not less than two (2) years old. Provide sod capable of growth and development when planted (viable, not dormant). B. Sad shall be selected to match the existing varieties and types encountered, as applicable. Sod shall be Bahia for non -irrigated areas and Floratam for irrigated areas. C. Sod selection shall be approved in field by resident project representative. 2.03 SEED AND MULCH MATERIALS A. Grass seed shall be a mixture of 20 parts Bermuda and 80 parts argentine Bahia seed. Quick -growing type grass seed shall be included which will provide early ground cover during the season in which the planting is done and which will not compete with the permanent grass. The Bermuda seed shall be an equal mixture of hulled and unhulled 10/27/03 02500 442.C1 1 RESTORATION AND CLEANUP seed. The Argentine Bahia seed snail be scar_ifie-: seed havi-ng a minimum active germination of 40 percent and a total active germination of 85 percent. B. Mulch shall be straw or hay, consisting of oat: rye or wheat straw, or of pangola, peanut, coastal bermuda or bahia grass hay. Only undeteriorated mulch which can be readily cut into the soil shall be used. C. Seed and mulch may be used at locations indicated on drawings only, or as approved by resident project representative. 2.04 LANDSCAPING A. All existing landscaping damaged or disturbed by CONTRACTOR shall be replaced in kind by the CONTRACTOR as directed in field by the resident project representative. All such work shall be considered incidental restoration and covered under the work required by this contract. B. Preconstruction video tape or photographs shall be used to assist in landscape restoration requirements. 2.05 MISCELLANEOUS LANDSCAPING MATERIALS A. Water 1. Water shall be potable from municipal water supplies or from wastewater reuse system. B. Fertilizer 1. New ground covers: Fertilize with an approved fertilizer of fifty percent (50%) or greater organic 6-6-6 or 8-8-s with minor elements including, but not limited to, iron, zinc and manganese. 2.06 CLEANING MATERIALS A. Use materials which will not create hazards to health or property, and which will not damage surfaces. B. Use only materials and methods recommended by manufacturer of material or equipment being cleaned. PART 3 EXECUTION 3.01 ASPHALTIC CONCRETE PAVEMENT A. Construct new asphaltic concrete pavement as shown on the Drawings and specified in section 02510 - Asphaltic Concrete Pavement and Base. B. Restore existing asphaltic pavement damaged during construction. 3.02 SODDING A. Sod shall be placed as indicated on Drawings or to the extent to achieve the conditions existing prior to the work. General sod limits are as follows: 1. All unpaved areas disturbed within the project limits shall be prepared and sodded as specified herein. B. Properly prepare subgrade prior to placing sod. Remove excess 10/27/03 02500 2 442.C1 RESTORATION AND CLEANUP materials, hand rake and level as necessary to place sod evenly and at grades to match adjacent existing surfaces. Finish sod installation shall provide unimpeded sheet flow of surface water drainage. C. Lay sod to form a solid mass with tight -fitting joints. Butt ends and sides of sod strips. Do not overlap. Stagger strips to offset joints in courses. Tamp or roll sod lightly to insure uniform contact with subgrade. Fill minor cracks between pieces of sod with sifted soil. D. Where necessary to prevent slippage of new installed sod, peg or pin sod securely using 1" x 1" x 6" wood pegs, driven flush with top of sod. E. Water sod thoroughly with a fine spray immediately after installation. F. Do not install sod on Friday, Saturday or Sunday, unless provisions are made to water manually or automatically. 3.03 SEEDING AND MULCHING A. Do not use wet, moldy seed. B. Sow seed using mechanical spreader and do not seed unless wind velocity is five (5) mph or less. Distribute seed evenly over all designated areas, sowing equal quantities in two (2) perpendicular directions. C. Apply mixture at a rate of 100 pounds per acre. D. Rake seed lightly into top 1/8-inch of soil, roll lightly and water with fine spray. E. if erosion areas are identifiable, protect such seeded areas by spreading a continuous blanket not less than 3�-inch in depth of loose measurement of hay, straw or other approved much material. F. Seeding and mulching allowed at areas indicated on drawings only. 3.04 SOD AND LANDSCAPING RESTORATION A. All landscaping that has been disturbed or damaged shall be replaced to match existing. The restoration work shall be as per directions of the resident project representative. B. Repair existing sprinkler heads, irrigation equipment and piping at the existing site to conditions and coverage existing prior to work. Materials shall be as specified in Section 15400 - Plumbing. Existing sprinkler heads shall be reused. 3.05 CLEANING A. in addition to removal of debris and cleaning specified in other sections, clean interior and exterior exposed -to -view surfaces. B. Remove temporary protection and labels not required to remain. C. Clean finishes free of dust, stains, films and other foreign substances. D. Clean transparent and glossy materials to a polished condition; remove foreign substances. Polish reflective surfaces to a clear shine. E. Clean surfaces of equipment; remove excess lubrication. 10/27/03 02500 442.C1 3 RESTORATION AND CLEANUP F. Clean ventilating louvers of dust and debris. G. Maintain cleaning until Final Completion. H. Remove waste, debris, and surplus materials from site. Clean grounds; remove stains, spills, and foreign substances from paved areas and sweep clean. Rake clean other exterior surfaces. 3.06 SOD AND LANDSCAPING MAINTENANCE A. CONTRACTOR shall be responsible for maintaining all newly sodded areas and new landscaping through final completion of the project. Maintenance shall include but not be limited to irrigation and mowing. g. CONTRACTOR may make arrangements with the individual property owners to complete landscaping maintenance. However, CONTRACTOR shall remain responsible for landscaping maintenance through final completion. C. All sod or other landscaping improvements found dead prior to final completion shall be replaced by CONTRACTOR at no additional cost to the OWNER. END OF SECTION r 02500 10/27/03 442.C1 RESTORATION AND CLEANUP 4 SECTION 02072 DEMOLITION PART 1 GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals required for demolition, removal and disposal Work as shown on the Contract Drawings and as specified herein. B. Work shall include, but not limited to, the demolition and removal of existing structures, equipment, and other existing site improvements as necessary to install the new Work as shown on the Contract Drawings and as specified herein. Demolition includes structural concrete, foundations, walls, structural steel, metals, masonry, attachments, appurtenances, piping, electrical and mechanical equipment, paving, curbs, walks, and similar existing facilities. C. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Building Codes 1. Florida Building Code, 2001 Edition. B. Reference Standards I. ANSI A10.6 Safety Standard.; for Demolition. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Section 01300 - Submittals. B. Submit proposed demolition procedures and schedule of Work. C. Project record Drawings shall show limits of partial demolition as applicable. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 GENERAL A. Protect existing structures and equipment which are not to be altered. B. All materials and equipment removed from existing Work shall become the property of the CONTRACTOR except for those which the OWNER has identified and marked for OWNER's use. All materials and equipment marked by the OWNER to remain the OWNER's shall be carefully removed by the CONTRACTOR so as not to be damaged, cleaned and stored on or adjacent to the site in a protected place specified by the ENGINEER or OWNER or loaded onto trucks provided by the OWNER. 10/27/03 02072 442.Cl 1 DEMOLITION The OWNER has preliminarily marked the following items to be salvaged: 1. As noted on drawings for each individual site. C. The CONTRACTOR shall dispose of all demolition materials, equipment, debris, and all other items not marked by the OWNER to remain nlas his, off the site and in conformance with all existing applicable and regulations. D. Pollution Controls 1. use water sprinkling, temporary enclosures, and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. a. Do not use water when it may create hazardous or objectionable conditions such as flooding, pollution, and groundwater contamination. b. Clean adjacent structures, facilities and improvements of dust, dirt and debris caused by demolition operations. E. Material generated from demolition shall not be used as backfill. 3.02 STRUCTURAL DEMOLITION (GENERAL) A. The CONTRACTOR shall completely remove all structures as shown on the Contract Drawings unless otherwise directed by the ENGINEER. B. All concrete, brick, tile, concrete block, roofing materials, reinforcement, structural or miscellaneous metals, plaster, wire mesh and other items contained in or upon the structure shall be removed and taken from the site, unless otherwise approved by the ENGINEER. 3.03 ELECTRICAL DEMOLITION (GENERAL) B. CONTRACTOR shall take precautionary and safety measures to assure the safety of CONTRACTOR's personnel. All wires shall be identified and disconnected from power sources before removal. B. CONTRACTOR shall coordinate with the OWNER, ENGINEER, and FPL. C. The general demolition scope shall include the following minimum requirements whether indicated on plans or not. 1. Removal of all exposed unused conduit. Removal of all abandoned wire within raceways, cabinets, outlet boxes, trenches and the like associated with equipment shown to be removed on plans. 2. Removal of all hangers and support systems which are not needed as a result of the demolition. 3. Removal of power distribution equipment, control equipment, and lighting as shown on drawings. 4. To the fullest extent possible all required systems shall remain operational. CONTRACTOR shall replace and /or repair existing facilities to remain which may be damaged due to equipment removals. 10/27/03 02072 442.Cl DEMOLITION 2 5. where required wiring passes through existing enclosures or raceways shown for demolition, CONTRACTOR shall provide raceways and wire as required to keep those systems operational. 3.04 MECHANICAL AND EQUIPMENT DEMOLITION GENERAL A. CONTRACTOR shall completely remove all mechanical and/or equipment items as shown on the drawings. B. The general demolition scope shall include the following minimum requirements whether indicated on plans or not: 1. Remove exposed ancillary piping and valves. 2. Remove pipe/equipment hangers and support systems which are not needed as a result of the demolition. 3. To the fullest extent possible all required systems shall remain operational. CONTRACTOR shall replace and/or repair existing facilities to remain which may be damaged due to equipment removals. 3.05 SPECIFIC DEMOLITION REQUIREMENTS A. Specific demolition requirements shall be as indicated on drawings. 3.06 CLEAN-UP AND DISPOSAL A. CONTRACTOR shall remove from the site all debris resulting from the demolition operations as it accumulates. Upon completion of the work, all materials, equipment, waste and debris of every sort shall he removed and the premises shall be left clean, neat and orderly. B. All materials and debris resulting from demolition and removal operations shall be disposed of off -site in an authorized, permitted disposal site. END OF SECTION 10/27/03 442.C1 02072 3 DEMOLITION SECTION 02510 ASPHALTIC PAVEMENT AND BASE PART 1 GENERAL 1.01 WORK INCLUDED A. Perform all work associated with Asphaltic Concrete Pavement and Base as shown and as specified herein including all labor, materials, equipment supplies, and facilities associated with providing a finished product satisfying all the requirements of the Contract Documents. B. See CONTRACT CONDITIONS and Division 1, contain information and requirements that herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 01400 - Quality Control. $• Section 02200 - Earthwork. GENERAL REQUIREMENTS, which apply to the Work specified 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Commercial Standards: References in these specifications to "Standard Specifications" shall mean the "Standard Specifications for Road and Bridge Construction," Florida Department of Transportation, latest edition. 1.04 SUBMITTALS A. Submit, in writing, materials testing reports, job -mix formulas, and other pertinent information acceptable to the ENGINEER demonstrating that materials and methods proposed for use will comply with the provisions of this Section in accordance with Section 01300 - submitt- als. B. Suitabilit Tests of Pro osed Materials: Tests for conformance with the Specifications shall be performed prior to start of the work. The samples shall be identified to show the name of the material, aggregate source, name of the supplier, contract number, and the segment of the WORK where the material represented by the sample is to be used. Results of all tests shall be submitted to the ENGINEER for review. Materials to be tested shall include aggregate base, coarse and fine aggregate for paving mixtures, mineral filler, and asphalt cement. C. Trial Batch: Before placing any paving material, a testing laboratory acceptable to the ENGINEER shall prepare a trial batch of asphalt concrete for each job -mix formula to be used for the Work. The trial batch shall be prepared using the aggregates and asphalt cement proposed, and acceptable to the ENGINEER. The compacted trial batch shall provide a basis for computing the voids ratio, provide an indication of the optimum asphalt content, and establish a basis for controlling compaction during construction. The cost of not more than two laboratory trial batch tests will be borne by the TRIBE but the CONTRACTOR shall furnish the materials at no cost. Any additional trial batch testing required shall be performed at the expense of the CONTRACTOR within the Scope of the Contract. 10/27/03 442.C1 02510 1 ASPHALTIC PAVEMENT AND BASE 1.05 QUALITY CONTROL o verify A. Testing by an dandnco pactionnoffirm will the subbase, required and pavement proper placement sections. B. Inspection and testing laboratory services shall be as specified in Section 01400 - Quality Control. PART 2 PRODUCTS 2.01 LIMEROCK BASE A. Materials for limerock base shall be as specified in Section 911 of the Standard Specifications. 2.02 PRIME COAT A. Prime coat material shall be RC-70 liquid asphalt applied to the pavement base at a uniform rate of 0.25 gallons per square yard. Sand cover shall be applied over prime coat if traffic will be using area before final paving is laid. 2.03 TACK COAT A. Tack coat material shall be as specified in Section 300-2.3 of the Standard Specifications. 2.04 ASPHALTIC CONCRETE A. Type S-I Asphaltic concrete conforming to all applicable requirements of Sections 320, 330 and 3:s1 of the Standard specifications. B. Substitute asphaltic concrete types may be used providing they meet or exceed the stability of Type s-I and the cost does not exceed that of Type S-I. C. Where indicated by drawings, Type s-III Asphaltic Concrete conforming to all applicable requirements of Sections 320, 330 and 333 of the Standard Specifications, may be used for overlay purposes. 2.05 TRAFFIC CONTROL MARKINGS A. Thermoplastic stripes and markings shall be as specified in Section 711 of the Standard Specifications. B. Reflective pavement markers shall be as specified in Section 706 of the Standard Specifications. c. Signing shall be as specified in Section 700 of the Standard specifica- tions. PART 3 EXECUTION 3.01 SUBGRADE PREPARATION A. The subgrade shall be prepared as specified in the Section 02200 - Earthwork as applicable to roadways and embankments. The surface of compaction shall be hard, uniform, smooth and true the subgrade after to grade and cross-section. Subgrade for pavement shall not vary more de than 0.02 foot from the specified rade anre than od0cross sectionfrom the specified for base material shall not vary 10/27/03 02510 2 442.C1 ASPHALTIC PAVEMENT AND BASE grade and cross section. Compaction on Subgrade shall be 98% of the maximum density as determined by AASHTO T180 in the upper 12 inches. 3.02 LIMEROCK BASE A. Aggregate base shall be provided where shown and to the thickness shown. Imported aggregate bases shall be delivered to the job site as uniform mixtures and each layer shall be spread in one operation. Segregation shall be avoided and the base shall be free of pockets of coarse or fine material. Where the required thickness is 6 inches or less, the base materials may be spread and compacted in one course. Where the required thickness is more than 6 inches, the base material shall be spread and compacted in two or more courses of approximately equal thickness and the maximum compacted thickness of any one course shall not exceed 8 inches. The relative compaction of each course of aggregate base shall be not less than 98 percent of maximum density at Optimum moisture content when measured in accordance with ASTM D 1557. The compacted surface of the finished aggregate shall be hard, uniform, smooth and at any point shall not vary more than 0.02 feet from the specified grade or cross section. B. Requirements for limerock base other than those above shall be as specified by Section 200 of the Standard Specifications. 3.03 PRIME GOAT A. Prime coat shall be applied when the limerock base meets the specified density requirements and the moisture content of the top half of the base does not exceed 90 percent of the optimum moisture of the base material. At the time of priming, the limerock base shall be firm, unyielding and in such a condition that no undue distortion will occur. B. Prime coat shall be applied according to Section 300 of the Standard Specifications. 3.04 TACK COAT A. A tack coat shall be applied to the base and to the contact surfaces of all cold pavement joints, curbs, gutters, manholes and the like before the asphalt pavement is placed. Care shall be taken to prevent the application of tack coat material to surfaces that will not be in contact with the new asphaltic concrete pavement. B. Tack coat shall be applied in accordance with Section 300-7 of the Standard Specifications. 3.05 ASPHALTIC CONCRETE A. Paving shall be as specified in Section 330 of the Standard Specific- ations and the specifications herein. B. At the time of delivery to the Work site, the temperature of mixture shall be within +250 F of the mix temperature. C. Asphalt concrete shall not be placed when the atmospheric temperature is below 40 degrees F or during unsuitable weather. D. The asphaltic concrete shall be evenly spread upon the subgrade or base to such a depth that, after rolling, it will be of the specified cross section and grade of the course being constructed. E. The depositing, distributing, and spreading of the asphalt concrete 10/27/03 02510 442.C1 3 ASPHALTIC PAVEMENT AND BASE shall be accomplished in a single, continuous operation by means of a self-propelled mechanical spreading and finishing machine designed specially for that purpose. The machine shall be equipped with a screed or strike -off assembly capable of being accurately regulated and adjusted to distribute a layer of the material to a definite pre- determined thickness. When paving is of a size or in a location that use of a self-propelled machine is impractical the ENGINEER may waive the self-propelled requirement. F. Spreading, once commenced, must be continuous without interruption. G. The mix shall be compacted immediately after placing. Initial rolling with a steel -wheeled tandem roller, steel three --wheeled roller, vibratory roller, or a pneumatic -tired roller shall follow the paver as closely as possible. If needed, intermediate rolling with a pneumatic - tired roller shall be done immediately behind the initial rolling. Final rolling shall eliminate marks from previous rolling. In areas too small for the roller a vibrating plate compactor or a hand tamper shall be used to achieve thorough compaction. H. Upon completion, the pavement shall be true to grade and cross-section. when a 10-foot straightedge is laid on the finished surface parallel to the center of the roadway, the surface shall not vary from the edge of the straightedge more than 1/8 inch except at intersections or changes of grade. In the transverse direction, the surface shall not vary from the edge of the straightedge more than 1/4 inch. I. The relative density after compaction shall be 98 percent of the density obtained by using ASTM D 1188 or D 2726. A properly calibrated nuclear asphalt testing device may be used for determining the field density of compacted asphalt concrete, or slabs or cores shall be laboratory tested in accordance with ASTM D 1188. 3.06 TRAFFIC CONTROL MARKING RESTORATION A. CONTRACTOR shall be responsible for restoring all traffic striping, reflective markers and signing which are damaged or disturbed during construction. B. The intent is to restore traffic control to the plan and markings existing prior to construction. C. Restoration shall conform with all applicable requirements of Sections 706, 710 and 711 of the Standard Specifications. D. Where a roadway section will be reopened prior to application of traffic markings, the following conditions must be met: 1. Temporary traffic markings must be in place prior to reopening road. 2. Temporary traffic markings are allowable for the ninety (90) day waiting period prior to overlay. END OF SECTION 02510 10/27/03 ASPHALTIC PAVEMENT AND BASE 4 442.C1 SECTION 03300 CONCRETE PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers all work necessary for providing, testing and placing ready mix concrete. B. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements which apply to the Work specified herein and are mandatory for this project. 1.02 REFERENCE STANDARDS, CODES AND SPECIFICATIONS (AS REFERENCED IN FLORIDA BUILDING CODE) A. ACI 214 "Recommended Practice for Evaluation of Compressive Test Results of Field Concrete". B. ACI 318 "Building Code Requirement for Reinforced Concrete". C. ASTM C31 "Standard Method for Making and Curing Concrete Compressive and Flexure Test Specimens in t:.e Field". D. ASTM C33 "Standard Specification for Concrete Aggregates". E. ASTM C94 "Standard Specification for Ready -Mix Concrete" 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300 - Submittals and shall include the following: 1. Concrete mix designs and trial mix laboratory reports. 2. Manufacturer's certification of admixtures. 3. Contractor's schedule and sequence of placement. 4. All Test Results. 5. Drawings showing locations of construction joints. 1.04 QUALITY ASSURANCE A. Submit certificates of mill reports on all foreign cements for review by ENGINEER before hatching concrete. B. Secure the services of a reputable manufacturer for counseling regarding the use of any specified admixture. C. The ENGINEER shall have access to and have the right to inspect all batch plants, cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and contractors providing products included in these Specifications. Batch plants shall have current certification that all weighing scales have been tested and are within the tolerances as set forth in the National Bureau of Standards Handbook No. 44. 1.05 CERTIFICATION A. Submit batch delivery tickets to the ENGINEER in compliance with and in accordance to ASTM C94. 10/27/03 03300 442.C1 1 CONCRETE 1.06 TESTING A. Performed by an acceptable Engineering Laboratory at OWNER's expense. CONTRACTOR shall assist in the collection of samples. Any retests shall be within the Scope of the Contract. S. Criteria: 1. Each test: not less than 5 cylinders; retain one after 28 days. 2. One test for every 50 consecutive cubic yards of concrete cast. 3. Furnish ENGINEER with 4 certified copies of tests made of 2 at 7 days and 2 at 28 days. C. Questionable strength of in -place concrete: I. Additional tests may be ordered by the ENGINEER. 2. Execute the core tests in accordance with ASTM C42 procedure. 3. Casts of additional tests showing strength of in -place concrete conforming to design criteria are the responsibility of the OWNER. 4. Costs of additional tests showing noncompliance with the design criteria are the responsibility of the CONTRACTOR. 5. Additional items at CONTRACTOR's expense_ a. Provide load tests as directed by the ENGINEER. b. Reinforce structure as directed or remove and replace all under strength concrete structure in place. PART 2 PRODUCTS 2.01 MATERIALS A. Cement I. Portland cement Type I or Type II conforming to ASTM C 150. In addition, the tricalcium aluminate content of Type I cement shall not exceed 12 percent. 2. Type I or Type II cement, at the Contractor's option, may be used for nonhydraulic structures. 3. Type II cement or Type I cement, in combination with pozzolan (fly ash) as hereinafter specified, shall be used for all hydraulic structures and sanitary sewer structures. R. Water: potable, salt free conforming to ASTM C94. C. Fine Aggregate (Regular) : salt free and clean, conforming to ASTM C33. Fine Aggregate (Pump): salt free and clean, conforming to FDOT 902. D. Coarse Aoareqate (Regular): salt free and clean, conforming to ASTM C33, maximum size 3/4-inch. Coarse Agg regate (Pump)_ Salt free and clean, size #89, FDOT 901. E. All aggregates; quarried/mined in fresh water only. F. Screenings: Screenings meeting the requirements of FDOT 902-5 may be substituted for fine aggregates. 03300 10/27/03 CONCRETE 2 442.Cl 2.02 MIXES A. Fillets, thrust blocks, sidewalks, curbs and miscellaneous slabs on grade. 1. 28 day compressive strength: 3000 p.s.i. 2. Admixture: As required below, use only specified product. 3. Slump: 5 inches, ± 1 inch, 4. Air content (ASTM C 231): 4 to 6 percent. B. Structural (walls, columns, beams, footings, floors and elevated slabs) and precast concrete: 1. 28 day compressive strength: 4000 p.s.i., minimum, or as illus- trated on the Drawings. a. Strengths noted on the Drawings take precedence over herein specified amounts. 2. Water -cement ratio: w/c s 0.4. 3. Slump: 5 inches, ± 1 inch. 4. Air Content (ASTM C231): 4 to 6 percent. 5. Admixture: As required below, use only specified products. C. Pavement (Drives/Roadways): 1. 28 day compressive strength: 4000 p.s.i. 2. Water -cement ratio: w/c s 0.5. 3. Slump: 5 inches, ± 1 inch. 4. Air Content (ASTM C231): 4 to 6 percent 5. Admixture: As required below, use only specified products. D. Flowable Fill A. Cement: 50 to 100 lbs/Cy. (As indicated on drawings.) B. Pozzolan (Flyash): 0 to 600 lbs/Cy. C. Fine Aggregate: 2750 lb/Cy. D. Water: 500 lbs/Cy. (Maximum) E. Curbs A. 28 day compressive strength: 3000 psi B. Slump: 2-inches, ± 1-inch. C. Air Content (ASTM C231): 5 percent. D. Admixtures: As required below, use only specified products. 2.03 ADMIXTURE A. Air -Entraining 1. Provide air -entraining admixture in all concrete. Admixture shall conform to ASTM C 260, except it shall be nontoxic after 30 days and shall contain no chlorides. Furnish manufacturer's compliance statement for these requirements. 2. Material shall be MICRO-ATR, MBAE90 or MBVR by Master Builders, Inc., or equal. B. Water -Reducing 1. All concrete shall contain a water -reducing admixture. The admixture shall conform to ASTM C 494, Type A or Type D, except it shall contain no chlorides, shall be nontoxic after 30 days, and shall be compatible with the air -entraining admixtures. The amount of admixture added to the concrete shall be in accordance with the manufacturer's recommendations. Furnish a compliance 10/27/03 03300 442_C1 3 CONCRETE statement that he adm.ixtu,1- usra sari `_.i.es a"requirements of s this Specification. 2. Material shall be POZZ-GILITH or I.YHE ) ry !aster B wlders, Inc., or equal. C. Pozzolan (Fly -Ash) 1. The pozzolan to be used in combination with Type I cement, as previously specified for use in all hydraulic structures and sewers, shall be Class C or Class F fly ash conforming to ASTM C 618-78 and furnish test data confirming that the fly ash in combination with the cement to be used meets all strength requirements, is compatible with air -entraining agents and other additives, and provides increased sulfate resistance equivalent to or better than Type II cement. D. Silica Fume (Microsilica) 1. Concrete for water retaining structure walls shall ens e d Silica Fume admixture. Material shall be slurry or Material shall be Rheomac SF100 as manufactured by Master Builders, Inc., or equal. Use of this product shall be in strict compliance with the manufacturer's instructions and recommenda- tions. 2. Amount of microsilica required shall be 7% of cement content or manufacturer's recommendation, whichever is greater. 3. Where this material is used, formwork must remain in place and water curing shall be used for a minimum of seven (7) full days from placement of concrete or until concrete has achieved a minimum of 2/3 its specified compressive strength. 4. Use of water -reducing admixture in conjunction with this product shall be as recommended by MANUFACTURER. 2.04 CURING COMPOUNDS A. Normal placement without special finish; approved products: 1. Master Builders, Inc.: "Confilm" or "Masterkure". 2" Sonneborn-Contech: "Kure-N'Seal". 2.05 EPDXY BONDING AGENT A. Epoxy bonding agent shall be a 100% solids, two component epoxy bonding compound for bonding new concrete to existing concrete, the color of the components shall be of contrasting color so when mixed according to manufacturers recommendations shall provide a third color" The epoxy bonding agent shall meet the requirements of ASTM C881, Type II, Grade 2, Class B or C materials except as modified herein: Bond Strength @ 14 days (ASTM C B82) 1,800 psi (12.4 Mpa) min. Tensile Strength @ 7 days (ASTM D 638) 4,400 psi (30.4 Mpa) min. Tensile Elongation @ 7 days (ASTM D 638) 1.49W max. Pot life 1 gallon at 77Q F 70 minutes min. Open time, Thin Film 120 minutes min. B. Material shall be CONCRESIVE Liquid LPL by Master builders, Inc., or equal. 10/27/03 03300 442.C1 CONCRETE 4 2.06 DEFORMED REINFORCING BARS A. ASTM A615: "Standard Specification for Deformed and Plain Billet -Steel Bars for concrete Reinforcement". 1. Grade: 60 2. Minimum yield strength: 60,o00 p.s.i. B. Sizes shall be as indicated on the Drawings. 2.07 WELDED WIRE FABRIC A. Welded wire fabric shall conform to ASTM A185. 2.08 EXPANSION JOINT FILLER A. Expansion joint filler shall be �4-inch thick, preformed asphalt - impregnated, expansion joint material conforming to ASTM D994. 2.09 ACCESSORIES A. Tie wires shall be 16-gauge, black, soft -annealed wire. B. Bar supports shall be of proper type for us intended. Bar supports in beams and slabs exposed to view -4fter stripping shall be galvanized or plastic coated. Use concrete supports for reinforcing in concrete placed on grade. PART 3 EXECUTION 3.01 EXAMINATION A. Place no concrete until all reinforcing steel, pipes, insert., sleeves, etc., have been set in place and reviewed by the ENGINEER. Notify the ENGINEER of scheduled pours 24 hours prior to placement. 3.02 PLACING A. Place concrete expeditiously in clean forms that are not hot to the touch; spray forms with water just prior to placing concrete. Before placing concrete directly against earth, install vapor barrier to prevent water absorption, secure reinforcement in position, inspect, and approve before placing concrete. Do not rest runways for trans- porting concrete on the reinforcing steel. Deposit concrete as nearly as practical in final position; and, do not allow concrete to drop freely more than 5 feet. Place all concrete during daylight, unless otherwise authorized. Where reinforcing steel above the top of the cast is coated with concrete while placing below, remove all concrete from such reinforcing steel after the placing is complete and prior to the next cast. B. Place slabs -on -grade carefully to avoid damages to the vapor barrier. 3.03 CONSOLIDATION A. Consolidate concrete in layers by internal vibrating equipment, supple- mented by hand rodding and tamping as required. Do not use vibrators to move the concrete laterally inside the forms. B. Maintain internal vibrators at speed of at least 5000 impulses per minute when submerged in concrete. Maintain at least 1 spare vibrator in working condition at site at all times. 10/27/03 03300 442.C1 5 CONCRETE C. Limit duration of vibration to time necessary to produce satisfactory consolidation without causing segregation. In no case more than 15 seconds per square foot of exposed surface. Move the vibrator constantly and place in each specific spot only once. 3.04 JOINTS A. Construction joints: 1. Locate as illustrated on the Drawings and as reviewed by the ENGINEER for slabs. 2. Key joints. B. Expansion Joints: Place pre -formed expansion joints as indicated on the Drawings. 3.05 CURING A. Begin curing of concrete as soon as practicable after placing, but not more than 3 hours thereafter. B. Begin curing of the structural elements immediately after removal of forms. C. Apply curing compounds as specified. 3.06 FINISHES A. Formed surfaces: I. Patching: immediately after stripping forms, patch all defective areas with mortar similar to the concrete mix; but, without coarse aggregate. Patch minor honeycombs, bulges and other minor defects as designed by the ENGINEER, only where exposed to view. Clean, dampen, and fill all the holes with patching mortar. a. Major defective areas, as judged by the ENGINEER, including those resulting from the leakage of forms, excessive honey- combs, large bulges, and large offsets at form joints: chip away to a depth of at least 1/4 inch; and, the surfaces that are to be patched coat with an epoxy-polysulfide adhesive. Press patching mortar in for a complete bond and finish to match adjacent areas. b. Minor defective areas, as judged by the ENGINEER, including honeycombs, air bubbles, holes resulting from removal of ties and those resulting from leakage of forms: patch with grout without resorting to chipping. Minor bulges and offsets at form joints: finish as specified herein below. 2. Finishes; locations: a. Rough or board finish: for all concrete surfaces not exposed to public view. 3. Finishes; definitions: a. Rough or board finish: reasonably true to line and plane. Tie holes and defects patched, and the fins exceeding 1/4 inch rubbed down, otherwise, surfaces may be left with texture imparted by forms. B. Unformed surfaces (flatwork): 1. Finishes: 10/27/03 03300 CONCRETE 6 442.C1 a. General: grade and screed slab to exact elevation, as re- quired. After screeding, tamp mixture thoroughly to drive the coarse aggregate down from surfaces and apply finish specified hereinafter. b. Broom finish: slab on grade. 2. Finishes; definition: a. Broom finish: finish with street type broom as soon as surface water sheen has disappeared. 3.07 FIELD QUALITY CONTROL A . Only ready mixed concrete in accordance with ASTM C94 will be accepted B. Place all concrete within 1-1/2 hours after introduction of water to mix. C. Under no circumstances may additional water be added to mix. D. Discard unused concrete older than 1-1/2 hours. Retempering is prohib- ited. END OF SECTION 10/27/03 442.C1 03300 7 CONCRETE SECTION 03600 GROUT PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish all materials for grout in accordance with the provisions of this Section and form, mix, place, cure, repair, finish, and do all other work as required to produce finished grout, all in accordance with the requirements of the Contract Documents. B. The following types of grout shall be covered in this Section: 1. Nor. -Shrink Grout. 2. Cement Grout. 3. Epoxy Grout. C. All items specified herein this section may not be specifically required for this project. CONTRACTOR shall coordinate the requirements of this section with the drawings for proper completion of the Work. D. Like items of materials providzd hereunder shall be the end products of one manufacturer in order to achieve standardization for appear- ance, maintenance, replacement and service. E. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, for information and requirements which apply to the Work specified in this Section and that are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 03300 - Concrete. 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Specifications, codes, and standards shall be as specified in Section 03300 - Concrete and as referred to herein. B. Additional Commercial Standards (Latest Revision): CRD-C 621-82B Corps of Engineers Specifications for Non -shrink grout. ASTM C 109-80 Standard test methods for compressive strength of hydraulic cement mortars (using 2-in or 50-mm cube specimens) . ASTM C 531-81 Test method for linear shrinkage and coefficient of thermal expansion of chemical -resistant mortars, grouts and monolithic suzfacings. ASTM C 579-82 Test methods for compressive strength of chemical - resistant mortars and monolithic suzfacings. ASTM C 827-82 Standard test method for early volume change of cementitious mixtures. ASTM C 696-79 Test method for coefficient of linear thermal expansion of plastics. 10/27/03 03600 442.C1 1 GROUT 1.04 SUBMITTALS A. Submit certified test results verifying the compressive strength, shrinkage, and expansion requirements specified herein; and manufacturer's handling, placement and appropriate uses for each type of non -shrink and epoxy grout used in the work. PART 2 PRODUCTS 2.01 CEMENT GROUT A. Cement Grout: Cement grout shall be composed of one part cement, three parts sand, and the minimum amount of water necessary to obtain the desired consistency. Where needed to match the color of adjacent concrete, white Portland cement shall be blended with regular cement as needed. The minimum compressive strength at 28 days shall be 4000 psi. B. Cement grout materials shall be as specified in Section 03300 - Concrete. 2.02 PREPACKAGED GROUTS A. Nan -Shrink Grout 1. Non -shrink grout shall be a prepackaged, inorganic, non -gas liberating, non-metallic, cement -based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non -shrink grout specified herein shall be that recommended by the manufacturer for the particular application. 2. Class A non -shrink grouts shall have a minimum 28 day compressive strength of 5000 psi; shall have no shrinkage (0.0 percent) and a maximum 4.0 percent expansion in the plastic state when tested in accordance with ASTM C-827; and shall have no shrinkage (0.0 percent) and a maximum of 0.2 percent expansion in the hardened state when tested in accordance with CRD C 621. 3. Class B non -shrink grouts shall have a minimum 28 day compressive strength of 5000 psi and shall meet the requirements of CRD C 621. 4. Application a. Class A non -shrink grout shall be used for the repair of all holes and defects in concrete members which are water bearing or in contact with soil or other fill material, grouting under all equipment base plates, and at all locations where grout is specified in the Contract Documents; except for those applications for Class B non - shrink grout and epoxy grout specified herein. Class A non - shrink grout may be used in place of Class B non -shrink grout for all applications. b. Class B non --shrink grout shall be used for the repair of all holes and defects in concrete members which are not water - bearing and not in contact with soil or other fill material, -- grouting under all base plates for structural steel members, and grouting railing posts in place. C. Grouting equipment installations under 25 HP. 10/27/03 03600 GROUT 2 442.C1 5. Material shall be Escoweld 9000 non -shrink, non-metallic high performance cementitous grout, or equal. B. Epoxy Grout 1. Epoxy grout shall be a pourable, non -shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any nonreactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. variation of component ratios is not permitted unless specifically recommended by the manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. 2. The chemical formulation of the epoxy grout shall be that recommended by the manufacturer for the particular application. 3. The mixed epoxy grout system shall have a minimum working life of 45 minutes at 75 degrees F. 4. The epoxy grout shall develop a compressive strength of 5000 psi in 24 hours and 10,000 psi in seven days when tested in accordance with ASTM C 579, Method B. There shall be no shrinkage (0.0 percent) and a maximum 4.0 percent expansion when tested in accordance with ASTM C 827. 5. The epoxy grout shall exhibit a minimum effective bearing area of 95 percent. This shall be determined by a test consisting of filling a 2-inch diameter by 4-inch high metal cylinder mold covered with a glass plate coated with a release agent. A weight shall be placed on the glass plate. At 24 hours after casting, the weight and plate shall be remc-,ed and the area in plan of all voids measured. The surface of the grout shall be probed with a sharp instrument to locate all voids. 6. The peak exotherm of a 2-inch diar-ater by 4-inch high cylinder shall not exceed 95 degrees F when tested with 75 degree F material at laboratory temperature. The epoxy grout shall exhibit a maximum thermal coefficient of 30 x 10'1 inches/inch/degree F when tested according to ASTM C 531 or ASTM D 696. 7. Application: a. Epoxy grout shall be used to embed all anchor bolts and reinforcing steel required to be set in grout and for all other applications required in the Contract Documents. b. Grouting equipment installations 25HP and above. 8. Material should be Escoweld 7505E/7530, Epoxy machine base grout, or equal. 2.03 CURING MATERIALS A. Curing materials shall be as specified in the section entitled, 03300 - Concrete, for cement grout and as recommended by the manufacturer of prepackaged grouts. 10/27/03 03600 442.C1 3 GROUT 2.04 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. Dry pack consistency is such that the grout is plastic and moldable but will not flow. where "dry pack" is called for in the Contract Documents, it shall mean a grout of that consistency; the type of grout to be used shall be as specified herein for the particular application. 2.05 MEASUREMENT OF INGREDIENTS A. Measurements for cement grout shall be made accurately by volume using containers. shovel measurement will not be allowed. B. Prepackaged grouts shall have ingredients measured by means recommended by the manufacturer. PART 3 EXECUTION 3.01 GENERAL A. All surface preparation, curing, and protection of cement grout shall be as specified in section 03300 - concrete. The finish of the grout surface shall match that of the adjacent concrete. B. The manufacturer of Class A non -shrink grout and epoxy grout shall provide on -site technical assistance upon request. C. All mixing, surface preparation, handling, placing, consolidation and other means of execution for prepackaged grouts shall be done according to the instructions and recommendations of the manufacturer. 3.02 CONSOLIDATION A. Grout shall be placed in such a manner for the consistency necessary for each application so as to assure that the space to be grouted is completely filled. END OF SECTION 03600 10/27/03 GROUT 4 442 C1 SECTION 05500 FABRICATED METALWORK AND CASTINGS PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers the Work necessary to furnish and install, complete, all fabricated metalwork and castings. B. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. C. All items specified herein this section may not be specifically required for this project. CONTRACTOR shall coordinate the require- ments of this section with the drawings for proper completion of the Work. D. See CONTRACT CONDITIONS, and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 09900 - Protective Coatings. 1.03 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - Submittals. B. submittal data shall include, but not be limited to: 1. Shop drawings, including calculations where required. 2. Test pieces and samples. 3. Certificates, test reports, etc. 4• color samples of abrasive nosings. PART 2 PRODUCTS 2.01 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configura- tion desired only. Products of other manufacturers will be considered in accordance with GENERAL CONDITIONS. B. Unless otherwise indicated, all materials shall conform to the latest issue of the following ASTM Specifications: Item Steel Shapes and Plates Zinc (Hot Galvanized) Coatings of Fabricated Steel ASTM Specific tion A36, A501 ASTM A 123 10/27/03 442.C1 1 05500 FABRICATED METALWORK AND CASTINGS Item stainless steel Bars and Shapes Steel Plate, Sheet, and Strip Bolts Nuts Aluminum, Structural Shapes Connection Bolts for Steel Members Galvanized Bolts Connection Bolts for Wood Members Connection Bolts for Aluminum ASTM S ecificatien A 276, Type 316 A 167, Type 316 A 193, Type 316 A 194, Type 316 Alloy 6061-T6; conform to refer- enced specifications and ASTM sections found in the Aluminum Association current construction Manual series A 325-F A 307, A 153 A307 A 2024-T4, or use appropriate stainless steel Cast Iron A 48, Class 30 C. The miscellaneous metalwork and castings indicated on the Drawings, or required to secure the various parts together and provide a complete installation, shall be included under this section. The tabulation of items herein is not intended to be all-inclusive, and it shall be the CONTRACTOR'S responsibility to provide all metalwork and castings shown, specified, or which case reasonably be inferred as necessary to complete the project. 2.02 STEEL ANCHOR BOLTS (NONSUBMERGED USE) A. One -half -inch minimum diameter with hex nuts, or as shown. Bolts and nuts shall be steel as specified hereinbefore. 2.03 STAINLESS STEEL ANCHOR BOLTS (SUBMERGED USE) A. ASTM A 193, Type 316 stainless steel anchor bolt, %-inch minimum diameter with hex nuts, or size as shown. B. Submerged use is defined as any connection to concrete from point 1 foot 6 inches above the maximum water surface in a water -holding basin and any connection below that point. 2.04 STAINLESS STEEL FASTENERS LUBRICANT (ANTI -SEIZING) A. Where stainless steel nuts and machined bolts, anchor bolts, concrete anchors, and all other threaded fasteners are used, CONTRACTOR shall apply an anti -seizing lubricant to the threads prior to making up the connections. The lubricant shall contain substantial amounts of molybdenum disulfide, graphite, mica, talic, or copper. 2.05 MACHINE ANCHOR BOLTS A. For equipment with motors 3 horsepower or greater, fabricate as shown or as required. Size of fastening stud and anchor bolts as required by equipment manufacturer, stainless. 10/27/03 05500 442.Cl FABRICATED METALWORK AND CASTINGS 2 B. All machine anchor bolts, nuts and washers shall be stainless steel. 2.06 ADHESIVE ANCHORS A. Adhesive anchors shall be Parabond capsule anchors with 316 stainless steel stud, nuts, and washers, as manufactured by Molly Division, 504 Mt. Laurel Avenue, Temple, PA 19560; heavy-duty adhesive anchor with HBP adhesive cartridge and has 316 stainless steel anchor rod assembly as manufactured by Hilti, Inc., PO Box 45400, Tulsa, OK 74145, or equal. B. Adhesive anchors shall be used for anchoring all metal components at or below a point 1 foot 6 inches above the peak (maximum) water surface elevations in water -holding structures. For embedded anchors refer to stainless steel anchors as hereinbefore specified. 2.07 SHELL -TYPE ANCHOR A. Shell -type anchors shall be self -drilling or non -drilling Red Head anchors as manufactured by the Phillips Drill Company, or equal. 2.08 WEDGE ANCHORS A. Wedge anchors shall be Red Head wedge -type anchors as manufactured by the Phillips Drill Company, Parabolt anchors as manufactured by the Molly Division of Emhart Corporation, or equal. 2.09 EXPANSION ANCHORS A. Stainless steel expansion anchors shall be a pre -assembled heavy duty sleeve style undercut anchor with an internal hex head meeting the requirements of ASTM A276 and A493. The stainless steel components shall be manufactured from Type 303 or 304 stainless steel. Anchors shall be Kwik Bolt II expansion anchors as manufactured by Hilti, Inc., or equal. 2.10 MASONRY ANCHORS A. 3/16" or 1/4" Tapcon anchors. Head type and embedment per installation requirements. B. Allowed at locations approved by ENGINEER only. 2.11 PIPE SLEEVES A. ASTM A 120 standard weight steel pipe. Where shown, fabricate seepage rings of 1/4-inch steel plate extending 2 inches from pipe and weld continuously to pipe around complete circumference. Galvanize after fabrication. Support pipe sleeves by form work to prevent contact with reinforcing steel. Do not weld reinforcing to pipe sleeves. 2.12 STRUCTURAL STEEL COMPONENTS A. Provide all structural steel components of the sizes, materials and weights shown. All connections shall be welded, unless otherwise shown on the Drawings and as specified herein. 2.13 MACHINE BOLTS, INSERTS, AND FASTENERS A. Machine bolts, inserts, and fasteners permanently embedded in concrete shall be Type 316 stainless steel. 10/27/03 442.C1 05500 3 FABRICATED METALWORK AND CASTINGS g. Machine bolts, inserts, and fasteners not permanently embedded in con- crete, but located outdoors in well wet floors, walls, and ceilings; oams subject to drainage, leakage, chemical handling areas; equipment r and washdown; and in galleries and trenches, shall be Type 316 stainless steel. C. Machine bolts, inserts, and fasteners not permanently embedded in con- crete, but located indoors where washdown, leakage, and drainage are not likely to occur (e.g., in personnel buildings excluding laborato- ries, on motor floors, in electrical equipment rooms, and in control rooms), may be galvanized steel, ASTM A 153• 2.14 GRATING A Grating shall be fabricated of aluminum I -shaped bars, alloy 6063-T6, on s. swith pshall be acedwon 1 3/16"saged cross bcenterps.ars Top 4surface rof bearinggs bars shall be sp striated to provide a nonslip surface. B, Grating shall support a uniform load of 200 pounds per square foot with han 1/411. Maximum not exceed tfiber allowed by theAluminum Associ tionMini um depthl eof not more shall be as noted on Drawings. c. Gratings shall be provided with all frames, seat angles, fasteners, and other appropriate accessories as required. Metals to be embedded in concrete shall be Type 316 stainless steel. D. Cutouts for all circular or square obstructions to be at least 2" depthlarer tan the obstruccion. ll cut openings ar thegsamehas the bearing Abars. he ends ofaall gll be rating anded with b at ng shall be banded. E. Fasteners for anchoring grating to beam and channel flanges shall be stainless steel, Universal clip type with 1/4-inch Type 304 or 316 d nuts. Fasteners shall be furnished for a stainless steel bolts an or as required, for proper support to minimum spacing of four feet, each panel, unless otherwise noted on the Drawings. F. standard installation clearances and tolerances shall conform to by the the requirements of the current Metal Bar Grating Manual published National Association of Architectural Metal Manufacturers. ction hall not exceed 3 feet I G. Width fany single than 2 ot grating eseunlesssinch, otherwise sho n on reviewed belessoshop drawings. H. All support angles and framing shall be provided by the grating manufacturer. Support angles and framing shall be of the size and materials as indicated on the Drawings and as specified herein. I. Aluminum Grating shall be as manufactured by Thompson Fabricating Company, Inc., Alpha Enterprises, or equal. 2.15 ACCESS HATCHES A. Single and double access doors shall be sized as idicatedhe frame on the Drawings. Door leaf shall be 1/4-inch aluminum floor plate. shall be an extruded aluminum channel (trough frame) section with a continuous integral anchor flange. Frame shall drain drain beer all out through ess a 1-1/2-inch drainage pipe coupling. Hinges steel with tamper proof stainless steel nuts and bolts. 10/27/03 05500 442.C1 FABRICATED METALWORK AND CASTINGS 4 Where noted, angle type frame shall be provided in lieu of trough f rame . B. Access doors shall be watertight and equipped with stainless steel accessories, cast aluminum drop handle, and an automatic hold open arm with vinyl release handle grip. Slam Lock mechanisms shall be provided for all doors equipped with spring -assist opening mechanisms. C. Parts of access door units which will be in contact with concrete shall be coated with one coat of coal tar epoxy (minimum 10 mils). D. Loading (H20 or 300 psf) and spring assist requirements shall be as per the following table: Installation Location (No. Required) Frame Type Loading I Spring Assist I Leaf Fill Valve Vault (1) Trough 300 PSF yes E)BL E. Access doors shall be as manufactured by U. S. Foundry and Manufactur- ing Corp., Miami, Florida, Halliday Products, Orlando, Florida, or equal. 2.16 NEOPRENE GASKET A. Unless otherwise indicated, Rubatex No. R-411-N, (ASTM D 1056-RE-41-E), soft, closed -cell, neoprene gasket material, as manufactured by Rubatex Division of Great American Industries, Bedford, VA; equivalent as manufactured by Garlock Manufacturing, San Francisco, CA; or equal. The material shall be suitable for exposure to chlorine, lime and other chemicals typically user. in water treatment. Thickness shall be as indicated, but in no case less than 1/4-inch. Gaskets shall be furnished without skin coat on either side. Provided two spare gaskets for each location shown requiring neoprene gaskets. PART 3 EXECUTION 3.01 GENERAL A. Workmanship and finish of all metalwork specified under this section shall be the highest grade and equal to the best practice of modern shops for the respective work. Exposed surfaces shall have smooth finish and sharp, well-defined lines. Provide all necessary rabbets, lugs, and brackets to that the work can be assembled in a neat, substantial manner. Conceal fastenings where practical. Drill metalwork and countersink holes as required for attaching hardware or other materials. Fabricate materials as specified weld connections, except where bolting is directed. items requiring special fabrication methods are mentioned herein. Fabrication of all other items shall be of equal quality. Methods of fabrication not otherwise specified or shown shall be adequate for the stresses and as directed by the ENGINEER. B. Grind all exposed edges of welds smooth on walkways, guardrails, hand- rails, stairways, channel door frames, steel column bases, and where indicated on the Drawings. All sharp edges shall be rounded to a 1/8- inch minimum radius; all burrs, jagged edges, and surface defects shall be ground smooth. 10/27/03 05500 442.C1 5 FABRICATED METALWORK AND CASTINGS C. Welds and adjacent areas shall be prepared such that there is (1) no undercutting or reverse ridges on the weld bead, (2) no weld spatter on or adjacent to the weld or any other area to be painted, and (3) no sharp peaks or ridges along the weld bead. All embedded pieces of electrode or wire shall be ground flush with the adjacent surface of the weld bead. D. Aluminum: Fabricate aluminum as shown, and in accordance with the Aluminum Association Standards and the manufacturer's recommendations as reviewed. Grind smooth sheared edges exposed in the finished work. 3.02 WELDING A. The technique or welding employed, appearance, quality of welds made, and the methods of correcting defective Work shall conform to codes for Arc and Gas Welding in Building Construction of the AWS and AISC. Surfaces to be welded shall be free from loose scale, rust, grease, paint, and other foreign material, except that mill scale which will withstand vigorous wire brushing may remain. A light film of linseed oil may likewise be disregarded. No welding shall be done when the temperature of the base metal is lower than zero degrees F. Finished members shall be true to line and free from twists. B. All welding operators shall be qualified in accordance with the requirements of current AWS Standard Qualification Procedure D1.1, Chapter 5, and welders of structural and reinforcing steel shall be certified for all positions of welding in accordance with such procedure. Qualification tests shall be run by a recognized testing laboratory at the CONTRACTOR'S expense. C. All welding operators shall be subject to examination for requalifi- cation using the equipment, materials, and electrodes employed in the execution of the Contract work. Such requalification, if ordered by the ENGINEER, shall be done at the expense of the CONTRACTOR. D. Aluminum: Aluminum shall be welded with Gas Metal Arc (MIG) or Gas Tungsten Arc (TIG) processes in accordance with the manufacturer's recommendations as approved, and in accordance with the recommendations of the American Welding Society contained in the Welding Handbook, as last revised. Grind smooth all exposed aluminum welds. 3.03 INSTALLATION OF FABRICATED METALWORK A. Install in accordance with the shop drawings, the Drawings, and these specifications. Perform field welding and erection work by skilled mechanics. Install fabricated metalwork plumb or level as applicable. The completed installations shall, in all cases, be rigid, substantial, and neat in appearance. Erect structural steel in accordance with the applicable portions of AISC Code of Standard Practice, except as modified. Install commercially manufactured products in accordance with manufacturer's recommendations as approved. B. Aluminum: Erection of aluminum shall be in accordance with the Aluminum Association. Mill markings shall not be removed from concealed surfaces. Exposed surfaces not otherwise coated shall have the inked or painted identification marks removed after the material has been inspected and approved by the ENGINEER. 3.04 ANCHOR BOLTS A. All anchor bolts shall be accurately located and held in place with templates at the time the concrete is poured. 10/27/03 05500 442.C1 FABRICATED METALWORK AND CASTINGS 6 3.05 GALVANIZING AND REPAIR A. Galvanizing of steel plates, shapes, bars (and products fabricated from these items), and strip 1/8-inch thick or thicker, shall conform to ASTM A 123. Pipe, welded or seamless steel, shall conform to ASTM A 120. Material thinner than 1/8 inch shall either be galvanized before fabrication in conformance with the requirements of ASTM A 525, Coating Designation G 1'0; after fabrication, in conformance with the require- ments of ASTM A 123, except that the weight of zinc coating shall average not less than 1.2 ounces per square foot of actual surface area with no individual specimen having a weight of less than 1.0 ounce. Unless otherwise provided, galvanizing shall be done before or after fabrication, for material which is thinner than 1/8 inch, at the option of the CONTRACTOR. Galvanizing will not be required for stainless steel, monel metal, and similar corrosion -resistant parts. B. In like manner, galvanizing of iron and steel hardware, and nuts and bolts, shall conform to ASTM A 153. Galvanizing shall be performed after fabrication. Galvanizing of tapped holes will not be required. C. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding, and riveting. D. Components of bolted assemblies shall be galvanized separately before assembly. E. The minimum pitch diameter of the threaded portion of all bolts, anchor bars, or studs shall conform to ANSI B1.1, having a Class 2A tolerance before galvanizing. After galvanizing, the pit diameter of the nuts or other internally threaded parts may be tapped over ANSI B1.1, Class 2B tolerance, by the following maximum amounts: 3/8-inch through 9/16-inch 0.016-inch oversize 5/8-inch through 1-inch 0.023-inch oversize 1-1/8-inch and larger 0.033-inch oversize F. Galvanized surfaces which are specifically to be painted shall not be chemically treated after galvanizing, and prior to cleaning and painting. G. Except for inlet grates not otherwise required to be welded, all edges of tightly contacting surfaces, where galvanized is required, shall be completely sealed by welding before galvanizing. H. Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by SP 1) and hand or power tool (Steel Structures Painting Council SP 1 or SP 3) the damaged areas, removing all loose and cracked coating after which the cleaned areas shall be painted with one of the following coatings: I. One coat of Inorganic Zinc silicate (MIL-P-23236, Class 3). 2. Two coats of Galvanizing Repair Paint (MIL-P-21035). 3. Two coats of Zinc Dust Paint (MIL-E-15145, Formula 102). 1. Paint should be applied to a cleaned surface. Abrasive blasting is required for inorganic zinc silicate. 3.06 ELECTROLYTIC PROTECTION A. Aluminum in contact with or embedded in concrete shall be provided with an electrolysis protective material. the protective material shall be applied to the aluminum surface which will be in contact with the 10/27/03 05500 442.C1 7 FABRICATED METALWORK AND CASTINGS dissimilar material. Protective system shall be System No. 27 as specified in Section 09900 - Protective Coatings. B. Aluminum in contact with steel shall be provided with an electrolysis protective material. The protective material shall be neoprene gasket as specified herein. 3.07 PAINTING A. Thoroughly clean all ferrous metal items not galvanized and give a shop coat of metal primer. Preparation of surfaces and application of primer shall be in accordance with the paint manufacturer's printed directions and recommendations as reviewed and in accordance with Section 09900 - Protective Coatings, utilizing the appropriate painting system. 3.08 PREPARATION FOR SHIPMENT A. Insofar as is practical, the items provided hereunder shall be factory assembled. The parts and assemblies that are of necessity shipped unassembled, shall be packaged and clearly tagged in a manner that will protect the materials from damage, and facilitate the identification and final assembly in the field. END OF SECTION 10/27/03 05500 442.Cl FABRICATED METALWORK AND CASTINGS 8 SECTION 06620 FIBERGLASS FRAMING AND GRATING SYSTEM PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the wcrk required to furnish and install the fiberglass framing and grating systems as shown on the drawings, complete including all installation hardware and all alpurtenant work, all in accordance with the requirements of the Contract Documents, B. Like items of equipment provided hereunder shall be the end products Of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts and manufacturer's service. C. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements which apply to the Work specified herein and are mandatory for this project. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards: ASTM D 790 Flexural: Used to establish load and deflection data. ASTM D 2583 Hardness (Barcol): Per resin manufacturer's specifications. ASTM C 581 Chemical Resistance: Using grating sample. ASTM E 84 Surface Burning; To establish flame spread rating. 1.03 SUBMITTALS A. Submittals shall be in accordance with the requirements of Section 01300 - Submittals. B. Shop drawings shall show details of the products and systems and connections to adjoining materials. Shop drawings shall provide pertinent dimensions, elevations and anchorage locations. C. Manufacturer's literature and any engineering calculations that may be required elsewhere in this Section shall be submitted in accordance with the requirements of Section 01300 - Submittals. calculations by a registered civil or structural engineer shall be submitted showing that the grating system and their structural components are designed to meet code requirements and loads. 1.04 WARRANTY A. The manufacturer and contractor shall warrant the fiberglass framing and grating system being supplied to the OWNER against all defects in workmanship and materials for a period of one (1) year. Warranty period shall commence on Substantial Completion date as outlined in the General Conditions. Warranties for all equipment installed under this contract shall run concurrently. PART 2 PRODUCTS 2.01 GENERAL A. Fiberglass framing and grating systems shall be as manufactured by Chemgrate Corporation or equal. B. Fiberglass framing and grating system shall be provided by a manufacturer who has successfully produced this type of product for a 10/27/03 06620 442.C1 x FIBERGLASS FRAMING AND GRATING SYSTEM minimum of five (5) years and who is e>:perienced in this type of application. 2.02 FIBERGLASS GRATING A. Material: Grating shall be fiberglass t r h wettingreinforced ein of or che d thermoset plastic, constructed to provideou g grade thermoset by the polyester resin. The resin shall be CP-84, a chemical g resin. Color shall be green. The grating shall bemade of the mbearing of single piece construction so the reinforcing g bars are interwoven with the glass of the cross bars. weight n tthe will be 60% to 70% and fiberglass 30% to 40% by g reinforced portion• shall be integrally embedded, to a nominal Angular silica particles depth of 3/16", in the top surface of the grating as an anti -slip surface. This resin/glass fiber composite shall contain no fillers. hall be in the The tops and botThe grs Of ating the bearing bars and cross bars shall be translucent to enable sinspecction for same plane. The g g and the absence of defects, air bubbles and thorough glass wetting, fillers. B. Design: 1. The grating grid pattern shall be as indicated on the drawings, or 1" high 2" x 2". Bearing bars shall be 1/4" wide (minimum) on I- it, centers. Cross bars shall be 1/4" wide (minimum) on 1-3/4" table centers. Grating shall be suifor a(minimum) concentrated , blockwithal% load of 170 pounds applied by a " deflection when supported at 48" on center. s . quare s all have: a 76% open area and a weight of 1.7 lbs. per 2. Bearing and cross bars shall be tapered to allow self-cleaning. 3. Tolerances: The height shall be minus zero and plus 0.060" of nominal bar height. Bearing and cross bar widths ± 0.010". Bars nominal position relative to the neighboring shall be ± 0.010" of That isbuild-up of bar and + 0.030" Mismatch bof true position: build-up bottom tolerances shall not exceed 0.030". bottom surface of crossing bars not to exceed S 020". shall be n inside corners radius approximately 0.015"• 4. The angular silica anti -slip particles shall be applied during insure imum manufacturing and prior to resin g el ation to of the grit layer to the fiber reinforced asubstratea g Nominal thickness of the grit shall be 3/16". 2.03 FIBERGLASS FRAMING MEMBERS A. FRP framing members shall be as indicated on the drawings. 2.O4 ANCHOR BOLTS A. Stainless steel anchor bolts, nuts and washers shall be as specified in Section 05500 - Fabricated Metalwork and Castings. PART 3 EXECUTION 3.01 GENERAL A. Installation shall be in strict compliance with manufacturer's written instructions using non -corrosive materials and methods. 10/27/03 06620 FIBERGLASS FRAMING 2 442.C1 AND GRATING SYSTEM 3.02 SHIPPING, STORAGE AND HANDLING A. Store grating on pallets and cover. Do not top load. Separate each Piece with a non --scratching spacer, such as wood. B. Protect from damage. Avoid sharp or impinging loads such as chain slings. Do not drag panels across one another unless separated by a non -scratching spacer. C. Sand and re -surface coat any scratches, crushed or chipped edges or cuts required in the field. 3.03 INSTALLATION A. Perform all installation in accordance with the drawings and the approved submittals. B. Check supporting structurals for correct layout and alignment. Verify that support surfaces are free of debris. Check measurement of grating to determine fit. C. Set the work accurately in location, alignment and elevation; plumb, level, true and free from rack; measured from established lines and levels. D, Fit grating panels together to abut adjoining panels and at exterior walls. Align bars of adjoining panels of grating. E, Field -cut or sanded surfaces shall be coated with resin furnished by manufacturer and applied in accordance with manufacturer's instructions. F. Hold-down clips shall be spaced a maximum of four feet apart with a minimum of four per piece of grating, unless otherwise noted. G. CONTRI.CTOR is responsible for covering the grating with plywood, or other suitable protective material to protect from other adjacent work. 10/27/03 442.C1 END OF SECTION 06620 FIBERGLASS FRAMING 3 AND GRATING SYSTEM SECTION 07200 INSULATION PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the Work required to furnish and install insulation. B. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 SUBMITTALS A. Product Data: Submit specifications, installation instructions and general recommendations from the manufacturer of the insulation. Include data substantiating that materials comply with specification requirements in accordance with Section 01300 - Submittals. PART 2 PRODUCTS 2.01 INSULATION A. General: Provide preformed units in sizes to fit applications indicated, selected from manufacturer's standard thickness, widths and lengths. B. Unfaced Mineral Fiber Blanket/Batt Insulation: ASTM C 665 for Type I (blankets without membrane facing); and as follows: 1. Mineral Fiber Type: Fibers manufactured from glass or slag. 2• Surface Burning Characteristics: Maximum flame spread and smoke developed values of 25 and 50, respectively. 3. Minimum insulation value: R-19, unless noted otherwise on Drawings. PART 3 EXECUTION 3.01 INSTALLATION A. Comply with insulation manufacturer's instructions for installation Of insulation. END OF SECTION 10/27/03 442.C1 07200 1 INSULATION SECTION 07800 ROOF ACCESSORIES PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the Work required to furnish and install the roof scuttle (s) . B. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 07900 - Sealants. 1.03 SUBMITTALS A. Product Data: Submit specifications, installation instructions and general recommendations from the manufacturer of the roof scuttle. Include data substantiating that materials comply with these specification requirements in accordance with Section 01300 - Submittals. PART 2 PRODUCTS 2.01 ROOF SCUTTLE(S) A. Scuttle shall be Type D by Bilco Co., or equal. Scuttle shall be 12 inches high to top of curb with a 3 1/2 inch roof flange, 11 gauge aluminum cover and curb with 18 gauge cover liner. Cover shall be t- in thick glass fiber board insulated with 3--in deep beaded flange and curb shall be integrally cap flashed and insulated on exterior with same insulation. B. Provide factory applied cadmium plated pintle hinges, telescoping enclosed compression springs, snap latch, exterior and interior turn handles and padlock hasp with neoprene draft seal around cover. Hardware shall be stainless steel. PART 3 EXECUTION 3.01 INSTALLATION A. Install scuttle according to manufacturers instructions. B. Scuttle to be flashed to existing roofing system. Leave scuttle in clean condition, ready to receive flashing. 3.02 CLEANUP A. All loose materials shall be removed from roof and the entire installation shall be cleaned and inspected. END OF SECTION 10/27/03 07800 442.C1 1 ROOF ACCESSORIES SECTION 07900 SEALANTS PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers the work necessary to furnish all labor, materials and equipment required to provide all joint sealants as shown on the drawings and specified herein. S. All items specified herein this section may not be specifically required for this project, CONTRACTOR shall coordinate the requirements of this section with the drawings for proper completion of the Work. C• See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A• Section 09900 - Protective Coatings. 1.03 SUBMITTAL A. Submittals shall be made in accordance with the requirements of Section 01300 - Submittals. In addition, the following specific information shall be submitted: 1. Manufacturer's product data. 2• Submit small sample of materials proposed for use showing color specified. Samples shall be accompanied by Certificate of Compliance with applicable reference standards. 3• Submit applicator's Affidavit of Qualification Compliance. 1.04 QUALITY ASSURANCE A. Applicator shall have a minimum of 5 years experience installing sealants in projects of similar scope. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver all sealants to jobsite in sealed containers, each bearing manufacturer's name and product description. B. Provide for storage of sealant materials as recommended by manufacturer. 1.06 PROJECT CONDITIONS A. The ambient temperature shall be 401 to 100°F, when a sealant is applied. 13. Allow sealants a minimum curing time of one (1) week prior to total water immersion. 1.07 SEQUENCING AND SCHEDULING A. Schedule sealant installation to coincide and expedite work specified in Section 09900 - Protective Coatings. 10/27/03 442.C1 1 07900 SEALANTS PART 2 PRODUCTS 2.01 GENERAL A. sealants shall be approved for use in contact with potable water where required by specific application. B. The use of a manufacturers name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with Section 00705 - GENERAL CONDITIONS. 2.02 SINGLE COMPONENT SEALANT A. Sealant shall be one -part polyurethane conforming to Federal Specification TT-S-00230C and ASTM C-920, Type II Class A, Non -Sag Elastomeric Sealant. B. Color shall be selected from manufacturers standards to match color of adjacent surfaces, where applicable. C. Sealant shall be Sikaflex-lA as manufactured by Sika or equal. 2.03 TWO COMPONENT SEALANT A. Sealant shall be two --component, premium grade, polyurethane --based, conforming to Federal Specification TT-S-00227E and ASTM C-920, Non -Sag (NS) or self -leveling (SL) Elastomeric Sealant. B. Color shall be selected from manufacturers standards to match color of adjacent surfaces, where applicable. c. Sealant shall be Sikaflex-2C, NS/SL as manufactured by Sika or equal. 2.04 JOINT SACKING (BACKER ROD) od g to TM D1751 and A compatibleltopspecified olyethylensealant. e foam rSize cand ouse nS shall be as recommended by manufacturer. 2.05 PRIMER A. Material shall be as recommended by sealant manufacturer where required for adhesion of sealant to joint substrate, as applicable. 2.06 BONA BREAKER A. Bond breaker shall be polyethylene tape or other plastic tape as recommended by sealant manufacturer for preventing bond between sealant to back (3rd) surface of joint substrate or joint backing. PART 3 EXECUTION 3.01 PREPARATION A. Elastomeric sealants shall be applied in accordance with ASTM C962. B. All surfaces to be sealed shall be clean, dry, sound and free of dust, loose mortar and all other foreign material. 10/27/03 07900 442.Cl SEALANTS 2 3.02 INSTALLATION A. Apply sealant materials, bond breaker and primer in strict compliance with the manufacturer's printed instructions as applicable to products and indicated applications. 3.03 CLEANUP A. Surfaces adjacent to sealed joints shall be cleaned of smears, excess sealant materials or other soiling resulting from the sealing application. At no additional cost to OWNER, replace or repair to OWNER's satisfaction any damaged surfaces resulting from sealing. END OF SECTION 10/27/03 442.C1 07900 3 SEALANTS SECTION 08120 ALUMINUM DOORS AND FRAMES PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install aluminum doors, frames and related items, complete and operable, including all finish hardware and all appurtenant work, all in accordance with the requirements of the Contract Documents. B. Work of this section shall be coordinated with Section 08710- Finish Hardware. C. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, replacement and service. D. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, for information and requirements which apply to the Work specified in this Section and that are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 05500 - Fabricated Metalwork and Castings. B. Section 03600 - Grout. C. Section 08710 - Finish Hardware. 1.03 REFERENCE SPECIFICATIONS. CODES AND STANDARDS A. Without limiting the generality of other requirements of the specifications, all work specified herein shall conform to or exceed the requirements of the Building Code and the applicable requirements of the following documents to the extent that the provisions of such documents are not in conflict with the requirements of this Section. B. Products and their installation shall be in accordance with the following standards as applicable: 1. American National Standards Institute (ANSI). 2. American Society for Testing and Materials (ASTM). 3. National Association of Architectural Metal Manufacturers (NAMM). 4. Underwriter's Laboratories, Inc. (UL). 5. Manufacturer's published recommendations and specifications. C. Building Codes I. Florida Building Code, 2001. 1.04 SUBMITTALS A. Submittals shall be in accordance with the requirements of Section 01300 - Submittals. B. Shop drawings shall show details of the products, systems and connections to adjoining materials. Schedules showing sizes, types and locations of louvers and glass shall be submitted along with manufacturer's installation instructions. 10/27/03 08120 442.C1 1 ALUMINUM DOORS AND FRAMES C. Manufacturer's literature and any engineering calculations that may be required elsewhere in this Section shall be submitted in accordance with the requirements of Section 01300 - Submittals. D. Manufacturer's product approval documentation per building code shall be submitted with the shop drawings. E. In lieu of product approval documentation, calculations by a registered structural engineer shall be submitted showing that doors, frames, and their structural connections are designed to meet code requirements and load transfer to the structure. 1.05 DESIGN REQUIREMENTS A. Aluminum doors and frames provided for this project shall be a complete system consisting of the door(s), frame, finish hardware, threshold, anchorage and hinges. B. Exterior Door Design Wind Pressure Criteria: 1. In accordance with the provisions of ASCE 7-98. (Criteria per Florida Building Code section 1606.1.7 shall be as noted on Drawings.) 2. Design wind Pressure: Shall be as scheduled on drawings. 3. Wall Anchorage: Design shall meet requirements of Building Code. Minimum embed depth of 2-inches. PART 2 PRODUCTS 2.01 GENERAL A. All aluminum doors and frames shall be shop fabricated and shop assembled, where possible. Temporary stiffeners, spacers and other accessories necessary to facilitate handling and accurate erection shall be provided. After fabrication, all tool marks and other surface imperfections shall be filled and ground smooth. B. All doors and frames shall be fabricated entirely of extrudable shapes of the 6063-T5 or T6 alloy of a thickness specified for the item being considered. C. Doors and frames shall be reinforced and drilled or tapped for fully templated mortised hardware; and shall be reinforced with plates for surface -mounted hardware, meeting ANSI Series A115-82 requirements. Hardware shall be as specified in Section 08710 - Finish Hardware. D. Aluminum doors and frames shall be as manufactured by Alutech Corporation, Creative Design Doors, Inc., or equal. 2.02 ALUMINUM FRAMES A. Extruded frames for doors and other openings shall be aluminum. Both sections shall be fabricated from 6063-T5 aluminum alloy with a nominal thickness of 0.125 inches. Weather stripping shall be elastromer vinyl conforming to Government Specifications C3-230-60. B. Door jamb depths, trim profile, and backbends shall be indicated on shop drawings submitted by the Contractor. C. Finish shall be as scheduled on the Drawings. 08120 10/27/03 ALUMINUM DOORS AND FRAMES 2 442.Cl 2.03 FRAME ANCHORS A. Anchor types shall be as noted on Drawings and/or as specified in Section 05500 - Fabricated Metalwork and Castings. B. Anchorages shall be as recommended by the manufacturer, and approved by ENGINEER. C. The number of anchors provided per interior door jambs and head shall be as follows: 1. Jambs up to 7-feet 6-inches in height: 3 anchors. 2. Jambs 7-feet 6-inches to 8-feet 0-inches in height: 4 anchors. 3. Jambs over 8-feet 0-inches in height: 1 anchor for each 2-feet fl- inches of fraction in height. 4. Head shall have a minimum of 3 anchors or 1 anchor per foot whichever is greater. D. Number of anchors and type of anchor provided per exterior door frame and head shall be as per the approved shop drawings and calculations. 2.04 ALUMINUM DOORS A. Aluminum doors shall be of 5-ply construction and shall be of a full flush design. Face sheets shall be 0.032-inches thick, 3105 aluminum alloy. Door frames shall be 6063-T5 or T6 extruded aluminum shapes. All doors shall have flush seamless face sheets. Doors shall be rigid and neat in appearance, and shall be free from warpage or buckle. Corner bends shall be true and straight and shall be of not less than the minimum radius for the gauge of metal used. The door top and bottom shall be internally reinforced as needed by additional aluminum members welded in place. Tops of exterior doors shall be provided with flush weather -tight tops. B. Door cores shall be polyisocyanurate foam, 2.0 pounds per cubic foot of Pre -stabilized variety to not allow air pockets. C. Replaceable compressible neoprene or molded PVC type gaskets or replaceable wool, polypropylene, or nylon woven pile, with nylon fabric or aluminum strip backing as suitable for type of door operation. D. Finish shall be as scheduled on Drawings. 2.05 FINISH HARDWARE A. Finish hardware shall be provided for each door as scheduled on the drawings. B. Provided under Section 08710 - Finish Hardware. 2.06 DOOR LIGHTS (GLASS) A. Clear, polished, tempered glass shall be 1/4-inch minimum thickness, shall have a diagonal wire pattern and shall meet the requirements of fire and safety codes. 2.07 FASTENERS A. Provide all necessary stainless steel or aluminum screws, bolts and other fasteners of suitable size and type to secure frame and louvers into position. Fasteners shall match frame finish. 10/27/03 442.C1 08120 3 ALUMINUM DOORS AND FRAMES a. Hardware provided, such as expansion bolts, hex belts, toggle bolts and other approved anchorages shall be coordinated watt job and to each setting condition. 2.08 FINISFI ry finished th n anodized h with A. Aluminum shall be facto selected by ENGINEERlfomathe manufacturers color integral col properlytreated with a chart. The surfaces shall be cleaneto en subonding of the finish conversion coating prior to finishing to the metal. PART 3 EXECUTION 3.01 GENERAL A. All work shall be in accordance with manufacturer's published recommen- dations and specifications. 3.02 CONSTRUCTION A. All work shall be coordinated with appropriate related subcontractors work to assure a proper installation. Field conditions and dimensions shall be verified prior to fabrication. 3.03 SHIPPING AND STORAGE A. Doors and frames shall be shipped and stored with temporary stiffeners and spacers in place to prevent distortion• 3.04 FRAME INSTALLATION A. Frames shall be set plumb and square in true plane. Shims shall be provided and shall be set tight and rigidly attached between frame anchors and structure. All finished aluminum frames shall be strong rance; and square, true and free of defects, and rigid; neat in appea warp or buckle. B. Molded members shall be clean cut, straight and shall be of a uniform profile throughout their lengths. ly ed with all rim C. Corner joints shall have finished smooth. es tThe tuse cofsgut all contacgussets will not faces mitered, be permitted. 3.05 DOOR INSTALLATION rames A. Doors shall be installed plumb an new or existing walls. Doorsth the shall securely anchored to the adjoining operate freely, but not loosely. They shall be free from rattling while in a closed position. s 3/32-inch or minus B. The door clearances shall be plu/32-inch and he manufacturer's shall not exceed the limits specified in tPrinted recommendations. C. Any door that becomes warped more than 3/16 inch out -of -plane shall be replaced by CONTRACTOR within the Scope of the Contract. 10/27/03 08120 fl 442.Cl ALUMINUM DOORS AND FRAMES 3.06 FINISH HARDWARE A. Finish hardware shall be installed in accordance with hardware manufacturer's standard templates and printed instructions. Operable parts shall be adjusted for correct function. END OF SECTION 10/27/03 08120 442.C1 5 ALUMINUM DOORS AND FRAMES SECTION 08710 FINISH HARDWARE PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers the Work necessary for furnishing and installing, complete, the finish hardware. B. The Work hereunder shall include all fabrication and mounting templates as needed for fabricators and for control of application of metal items. C. In addition thereto, the CONTRACTOR shall provide and install all trim, attachments, and fastenings specified or required for proper and complete installation. The work of this Section shall include all hardware that is not specified in other sections, whether or not such hardware is herein specifically scheduled. D. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, replacement and service. E. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, for information and requirements which apply to the Work specified in this Section and that are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 08120 - Aluminum Doors and Frames. 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Hardware products and their installation shall be in accordance with the following trade standards as applicable: 1. Hardware Institute (DHI); Recommended Procedure for Processing Hardware Schedules and Templates and Architectural Hardware Scheduling and Format. 2. Federal Specifications. 3. Manufacturer's published recommendations and Specifications. 4. Underwriters' Laboratories, Inc. (UL) requirements and approvals. B. Numbers in the 600 series are the Builders Hardware Manufacturers Association (SHMA) industry standard for finishes. C. Codes 1. Florida Building Code, 2001. 1.04 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 _ Submittals. B. Submit a complete detailed hardware list and a schedule along with manufacturer's literature on each item for review. No hardware shall be delivered until the hardware schedule has been reviewed by ENGINEER. C. Hardware schedule submitted by CONTRACTOR shall list the actual product series numbers. Manufacturer's catalog requirements for actual size 10/27/03 08710 442.C1 1 FINISH HARDWARE of door closers, brackets and holders shall be observed. All door sizes shall be noted on the hardware schedule and all hardware shall be in strict accordance with height, width and thickness requirements. D. The schedule shall indicate groups, type, manufacture name,all lin number, location and finish of each item to be provided, accordance with the DHI "Architectural Hardware Scheduling Sequence and Format." E. The schedule shall also include a complete template li rasho iof ng template references and data for each item requiring prep doors and frames. PART 2 PRODUCTS 2.01 GENERAL A. Finish hardware shall be coordinated with all other work requiring builder's hardware or attaching to it. Copies of schedules, templates and other items shall be furnished in ample time to avoid fabrication of hardware accordintrg tot the reviewed list and mschedule. All hhardware all be identified made to template. �. All hardware furnished in connection with doors bearing Underwriters' Labels or where necessary to meet special requirements shall be in strict accordance with conditions established by the authority having jurisdiction and shall be subject to approval of that authority. wn. If or hand is changed c construction, CONTRACTOR shall omake necessary changesduring Hand of door shall be as within hescope of the Contract. D. Exit doors shall open outward at all times from the inside without the use of key or any special knowledge or effort. E. Finish hardware required per door shall be as scheduled on the drawings. 2.02 KEYING A. All locks and cylinders shall be master keyed to the OWNER's requirements and the OWNER's existing system. a. All lock cylinders shall be construction master keyed or provided with construction cylinders and construction keys. Three construction master keys shall be obtained by CONTRACTOR; 2 shall be retained by CONTRACTOR for use during construction; remaining construction key shall be provided to ENGINEER for his use. per C. Furnish masr keys cykeys linder delivered completion er d to ENGINEER at 1 onw of ith 5t the project. D. All keying (except when matching existing keying system or when less than 10 locksets are required) shall be done at the factory unless otherwise acceptable to ENGINEER. 10/27/03 08710 2 442.C1 FINISH HARDWARE 2.03 FASTENERS A. Provide all necessary screws, bolts and other fasteners of suitable size and type to secure hardware into position. Fasteners shall match hardware in material and finish. B. Hardware provided, such as expansion bolts, hex bolts, toggle bolts and other approved anchorages shall be coordinated with job and to each setting condition. C. Phillips head screws shall be used at exposed conditions. Machine screws shall be used for aluminum doors and frames. 2.04 HINGES A. McKinney Manufacturing Company, or equal. B. Minimum number of hinges per door leaf, based on height of door: 5'-1" to 7'-71, 3 pairs 7'-7" to 10'-0" 4 pairs Actual number of hinges required shall be as per door manufacturer's submitted wind load calculations. C. Minimum height of hinges, based on width of doors: Up to 3'-01, 4-1/2" 3'- 1" to 41- 0" 5" D. Exterior hinges shall have nonremovable pins. E. Hinge leaves shall be parallel and joint tolerance shall be 0.012 inch maximum, gauged in closed position. F. FINISH: SATIN STAINLESS STEEL, No. 630. G. HINGE TYPES: H1 Five knuckle, standard weight, two ball races, full mortise, McKinney TA2314. 2.05 LOCKS AND LATCH SETS A. Lock and latch sets shall be AL -Series, Saturn design, manufactured by Schlage Lock Company. B. Strikes shall have lip dimensions to fit configuration of trim. Same finish as lock and latch set. C. Backset: Two -and -three -fourths (2-3/4") inches, except as noted. D. Finish: Satin Chromium Plated, No. 626. E. Lock and Latch Types; ID Type Description ANSI Schlage Product L1 Lockset, entrance lock F82 AL53PD L2 Latch set, no locking F75 AL10S L3 Lockset, utility room F86 AL80PD L4 Deadlock N/A N/A 10/27/03 08710 442.C1 3 FINISH HARDWARE ID Tyke Descri tion ANSI Schla e Product L5 Lockset, privacy lock F76 AL40S L6 L7 Not Used Lock by Door Manufacturer; N/A N/A Provide cylinders for keying to other locks as required. L8 L9 Not Used Padlock Hasp and N/A N/A Staple (SST) F. Cylinders shall be standard lever cylinder number 21-020. 2.06 CLOSERS A. LCN Closers, or equal. B. Size closers in accordance with manufacturer's standards. Mount closers on interior or push side of doors. On pair of doors provide closer on active leaf only, unless noted otherwise. Provide hold open option. C. Finish: Satin chromium -plated, No. 652. D. Closer Types: C1 Parallel arm LCN-1460H-TB-AL C2 Parallel arm LCN-1461H-TB-AL 2.07 THRESHOLDS (ALUMINUM) A. Pemko Manufacturing Co., or equal. B. Thresholds shall be one-piece full width of opening. Extend beyond jamb where required. C. Provide with machine screws in threaded expansion anchor at concrete. D. Finish: Mill finish aluminum. Threshold Types: TI No. 270A 2.08 SILENCERS A. Provide three at single leaves and two at pairs. B. Silencers shall be manufactured by Ives; Glynn -Johnson; or equal 2.09 MISCELLANEOUS ACCESSORIES A. Foot Bolts (FBI) 1. 6-inch, stainless steel. 2. Ultra TA1057, Stanley 1057, or equal. B. Heavy Chain Bolt (CBI) 1. 6-inch stainless steel. 2. Ultra TA1055, Stanley 1055, or equal. 10/27/03 08710 442.C1 FINISH HARDWARE 4 C. Cane Bolts (CN1) 1. Deluxe heavy duty, stainless steel. 2. Provide for each door leaf. 3. Ultra CD-CB12 (1211) or CD-CB18 (18"), or equal. D. Combination Astragal and Flush Bolt Assembly (Al) 1. Surface -mount combination Astragal & flush bolt assembly shall be Ultra Ws059, or equal. E. Exit Device (E1) 1. Exit device shall be ED6200 Rim Exist Device with stainless steel finish as manufactured by Corbin Russwin, or equal. PART 3 EXECUTION 3.01 GENERAL A. All required items of hardware, including cylinders for locks and all fitting, adjusting and security of each item neatly and firmly in place, shall be complete and in perfect working order. B. All finish hardware shall be fitted and dismantled before painting work and shall be reinstalled after finish painting work. 3.02 INSTALLATION A. Follow manufacturer's instructions for installation of finish hardware. Make all work neat and secure, developing full strength of components and providing proper function. Prevent marring, scratching, or otherwise damaging adjacent finishes during the installation of hardware. B. Do all fitting, dismantling and reinstalling of finish hardware required for finish painting work. Use strippable coating, removable tape and other means to protect and prevent staining of hardware durino construction. Protective measures shall be removed and permanent lock cylinders installed prior to final cleaning. C. Latch bolts shall be installed to engage in strikes automatically, whether activated by closers or manually. In no case shall additional manual pressure be required to engage latch bolt in strike. D. Cope ends of thresholds neatly to profile of jamb. Thresholds shall be set in sealant and ends shall be sealed to jambs. 3.03 MOUNTING DIMENSIONS A. Use standard door hardware locations as published by the National Builders' Association, except as noted or detailed otherwise. B. install door silencers 3 inches from top and bottom of jamb and 1 inch above strike at single doors, and 3 inches from edges of doors in head for pairs of doors. 3.04 DELIVERY, STORAGE AND HANDLING A. The CONTRACTOR shall provide a room under lock and key to store all finish hardware until installation is made and be responsible for loss and pilferage. 10/27/03 442.C1 08710 5 FINISH HARDWARE B. Each item of hardware shall be marked as to description and location of installation. C. Strippable coating or removable tape protection or other recommending means to prevent any damage or staining of hardware during construction shall be used. Such protective measures shall be removed prior to OWNER's acceptance of project. 3.05 HARDWARE SCHEDULE A. The Hardware Schedule on the Drawings is a guide to functional requirements of each opening. Provide hardware complete. END OF SECTION 10/27/03 08710 442.C1 FINISH HARDWARE 6 SECTION 09900 PROTECTIVE COATINGS PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers the work required to provide all labor, materials, equipment and incidentals to perform all of the necessary surface preparation and painting required to complete this contract in its entirety. B. It is the intent of this specification to paint all concrete exposed miscellaneous ferrous metals, pipes, fittings, valves, equipment and all other work obviously required to be painted unless otherwise specified. Minor items omitted in the schedule of Work shall be included in the Work of this Section where they come within the general intent of the Specifications as stated herein. C. The following surfaces or items are not required to be painted: 1. Aluminum: gratings, checkered plates, hatches, handrails, toeboards, stairways and walkways (except as required for electrolytic protection). 2. Stainless Steel, brass and bronze. 3. Piping buried in the ground or embedded in concrete. 4. Ducts, pipes and other miscellaneous items covered with insulation or plastic coated. 5. Concealed surfaces of pipe and crawl spaces. 6. Finish hardware. 7. Nonferrous architectural metals, unless specifically noted otherwise. 8. Packing glands and other adjustable parts and nameplates of mechanical equipment. 9. Concrete slabs and equipment pads. 10. All manufactured painted electrical equipment (switchgear, transformers, motor control centers, control panels, etc.). D. See CONTRACT CONDITIONS and Division 1, General Requirements, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 07900 - Sealants. B. Individual specifications sections. 1.03 ABBREVIATIONS A. The abbreviations and definitions listed below, when used in this Section shall have the following meanings: 10/27/03 09900 442.C1 1 PROTECTIVE COATINGS ANSI American National Standards Institute ASTM American Society of Testing Materials AWWA American Water Works Association DFT Dry Film Thickness FRP Fiberglass Reinforced Plastic HCL Hydrochloric Acid MDFT Minimum Dry Film Thickness MDFTPC Minimum Dry Film Thickness Per Coat mil Thousandths of an Inch MIL-P Military Specification - Paint NACE National Association of Corrosion Engineers NSF National Sanitary Foundation Health Administration OSHA Occupational Safety and SFPG Square Feet Per Gallon SFPGPC Square Feet Per Gallon Per Coat Sp Surface Preparation SSPC Steel Structures Painting Council 1.04 SUBMITTALS A. Submittals shall be made in accordance with the requirements specified in Section 01300 - Submittals. B. Submittals will be made with the coating system data sheet included at the end of this section. C. The following shall be submitted for each proposed coating system: manufacturer's specifications, surface preparation details, application procedures, technical data sheets and dry film thickness or coverage. D. Schedule of Paintin O erations: The CONTRACTOR shall include a complete Schedule of Painting Operations with the overall project schedule. 1.05 QUALITY ASSURANCE A. The paint manufacturer shall provide a representative to visit the jobsite at intervals during surface preparation and painting as may be required for product application quality assurance and to determine compliance with Manufacturer's instructions and these Specifications, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished under this Contract. 1.06 INSPECTION A. The CONTRACTOR shall give the ENGINEER a minimum of three (3) days advance notice of the completion of any surface preparation work or start of coating application work. B. Before application of the base (prime) coat and each succeeding coat, all surfaces to be painted shall be inspected by ENGINEER. Any and all defects or deficiencies shall be corrected by the CONTRACTOR before application of any subsequent coating. C. Coating applications shall be checked for required MDFT as per these specifications. All coated surfaces failing to meet the MDFT requirements shall be rejected. D. For all coatings subject to immersion, consult the coatings manufacturer's written instructions for time required after system application before immersion. 10/27/03 09900 442.Cl PROTECTIVE COATINGS 2 E. Inspection by the ENGINEER or the waiver of inspection of any particular portion of the Work shall not be construed to relieve the CONTRACTOR of his responsibility to perform the Work in accordance with these Specifications. F. All equipment required for discontinuity (Holiday) testing of steel substrates and continuity verification of concrete substrates shall be furnished and operated by the painting contractor. 1.07 PAINT DELIVERY AND STORAGE A. All materials shall be new and shall be delivered to the project site in unopened containers that plainly show, at the time of use, the designated name, date of manufacture, color, and name of manufacturer. Paints shall be stored in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by the paint manufacturer. 1.08 PROJECT SITE CONDITIONS A. The location of this project requires observance and conformance with EPA Volatile Organic Compound (VOC) restrictions. EPA limits the content of VOC's in painting materials to 3.5 lbs./gallon. Information regarding the VOC content of proposed paints will be required during submittals. 1.09 WARRANTY A. CONTRACTOR shall warrant to the OWNER and guarantee the work under this Section against defective workmanship and materials for a period of two (2) years commencing on the final contract date of Final Completion of the project. B. warranties shall be submitted in accordance with Section 01740- Warranties and Bonds. PART 2 PRODUCTS 2.01 GENERAL A. All products used in immersion service or in contact with potable water shall be ANSI/NSF certified for use in contact with potable water. B. Products containing lead will not be allowed. Oil shall be pure boiled linseed oil. 2.02 PAINT MATERIALS A. Products shall be manufactured by Tnemec Company, Inc., ChemRex, or equal. B. The following paint products are by Tnemec Company, Inc. and are used for the basis of establishing the desired quality expected for the project. PRODUCT TYPE Polyamine Epoxy (Primer) Polyamide Epoxy (Non -Potable) TNEMEC COMPANY INC. PRODUCT NAME Series 201 Epoxoprime Series 66 Hi -Build Epoxoline 10/27/03 442.C1 3 09900 PROTECTIVE COATINGS PRODUCT TYPE Aliphatic Acrylic Polyurethane Acrylic Emulsion (Flat) Polyamide Epoxy Coal Tar Polyamine Novolac Epoxy Waterborne Cementitious Acrylic Water Borne Acrylic Epoxy (Semi Gloss) Epoxy Mastic Silicone Aluminum Vinyl Acrylic PRODUCT TYPE Cementitious Coating (Plastermix) TNEMEC COMPANY, INC__PRODUCT NAME Series 73 Endura-Shield Series 6 Tneme-Cry:l 46-413 Tneme-Tar Series 282 Tneme-Glaze Series 130-6602 Envirofill Series 113 Tneme--Tufcoat Series 135 Chembuild Series 39-1061, Silicone Aluminum Series 51-792, PVA Sealer CHEMREX PRODUCT NAME Thoroseal (Plaster Mix) 2.03 EXTRA PAINT A. Furnish one (1) unopened container of each type and each color of paint used, properly marked for future use by OWNER. Minimum size of one (1) gallon. 2.04 PIPE IDENTIFICATION LABELS A. Piping systems larger than or equal to 1" diameter 1. Stick -on pipe labels shall be durable self-adhesive vinyl, meeting ANSI A13.1 for background color and lettering height as follows: Pipe Diameter Letter Hei ht 1" to 2-1/2" 3/411 2-=/8" to 6" 1-1/4" 6" plus 2-1/2" 2. Custom flow stream identification text shall be provided per the flaw stream requirements noted on the drawings. 3. Stick -on pipe labels shall be as manufactured by Champion America, or equal. B. Piping systems less than 1" diameter 1. Labels shall be reusable plastic snap -on markers as manufactured by Champion America, or equal. 2. Custom flow stream identification text shall be provided per the flow stream requirements noted on the drawings. PART 3 EXECUTION 3.01 PROTECTION OF SURFACES NOT TO BE PAINTED A. Mask or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts,. bearings, nameplates and all other surfaces not intended to be painted which cannot be removed. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. 09900 10/27/03 PROTECTIVE COATINGS 4 442.C1 C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting processes. Openings in motors shall be masked to prevent paint and other materials from entering motors. 3.02 ENVIRONMENTAL CONDITIONS A. Paint shall not be applied in temperatures exceeding the manufacturer's recommended maximum and minimum allowable, nor under adverse conditions such as dust, smoke -laden atmosphere, damp or humid weather. 3.03 SAFETY A. Painting shall be performed in strict accordance with the safety recommendations of the paint manufacturer; with the safety recommendations of the National Association of Corrosion Engineers contained in the publication, Manual for Painter Safety; Federal, State, and local agencies having jurisdiction. B. Ultimate responsibility for safety is the CONTRACTOR's. 3.04 PREPARATION OF FERROUS METAL SURFACES A. All surfaces to be coated shall be prepared as specified herein and shall be dry and clean before coating. Specific surface preparation shall be specified for the individual coating systems. B. Standards for Ferrous Metal Surfaces Preparation 1. SSPC-SP-1 Chemical and/or Solvent Cleaning Remove all grease, oil, salt, acid, alkali, dirt, dust, wax, fat, foreign matter and contaminates, etc, by one of the following methods: steam cleaning, alkaline cleaning, or -volatile solvent cleaning. 2. SSPC-SP-2 Hand Tool Cleaning Removal of loose rust, loose mill scale and loose paint to a clean sound substrate by hand chipping, scraping, sanding and wire brushing. 3. SSPC-SP-3 Power Tool Cleaning Removal of loose rust, loose mill scale and loose paint to a clean sound substrate by power tool chipping, descaling, sanding, wire brushing and grinding. 4. SSPC-SP-4 Flame Cleaning Dehydrating and removal of rust, loose mill scale and some light mill scale by use of flame, followed by wire brushing. 5. SSPC-SP-S (MACE-1) White Metal Blast Cleaning Complete removal of all mill scale, rust scale, previous coating, etc., leaving the surface a uniform gray -white color. G. SSPC-SP-6 (NACE-3) Commercial Grade Blast Cleaning Complete removal of all dirt, rust scale, mill scale, foreign matter and previous coating, etc., leaving only shadows and/or 10/27/03 442.C1 09900 S PROTECTIVE COATINGS streaks caused by rust stain and mill scale oxides. At least 66% of each square inch of surface area is to be free of all visible residues, except slight discoloration. 7. SSPC-SP-7 (NACE-4) Brush -Off Blast Cleaning Removal of rust scale, loose mill scale, loose rust and loose coatings, leaving tightly -bonded mill scale, rust and previous coatings. On concrete surfaces, brush-off blast cleaning shall remove all laitance, form oils and solid contaminates. Blasting should be performed sufficiently close to the surface so as to open up surface voids, bugholes, air pockets and other subsurface irregularities, but so as not to expose underlying aggregate. 8. SSPC-Sp--8 Pickling Complete removal of rust and mill scale by acid pickling, duplex pickling or electrolytic pickling (may reduce the resistance of the surface to corrosion, if not to be primed immediately). 9. SSpC-SP-10 (NACE-2) Near -White Metal Blast Cleaning Removal of all rust scale, mill scale, previous coating, etc., leaving only light stains from rust, mill scale and small specks of previous coating. At least 95% of each square inch of surface area is to be free of all visible residues, and the remainder shall be limited to slight discoloration. 10. SSPC-SP-11-87 Power Tool Cleaning to Bare Metal Complete removal of rust, rust scale, mill scale, foreign matter and previous coatings, etc. to a standard as specified on a Commercial Grade Blast Cleaning (SSPC-SP-6, NACE-3) by means of power tools that will provide the proper degree of cleaning and surface profile. C. Ferrous metal shall be blasted unless otherwise specified. Blasting shall be done with a centrifugal wheel or compressed profblastile de thing equipment, using proper abrasives to attain an average p p 1.5 mils. Do not reuse sand or flint abrasives. Shot abrasives must be thoroughly clean of contamination before reuse. Blow dust and grit from surface with clean, dry air. Coat within 8 hours or before rust contamination occurs. D. shop-Finished_Surfaces: All shop -coated surfaces shall be protected from damage and corrosion before and after installation by treating damaged areas immediately upon detection. Abraded or corroded spots on shop -coated surfaces shall be prepared in accordance with SSPC-SP2 (Hand Tool Cleaning) and then touched up with the same materials as the shop coat. All shop coated surfaces which are faded, discolored, which require more than minor touch-up in the opinion of the ENGINEER shall be repainted. Cut edges of galvanized sheets and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves, not to be finished painted, shall be cleaned in accordance with SSPC-SP1 (Solvent Cleaned) and primed with zinc dust -zinc oxide metal primer. E. Pre -Blast Cleanin Re uirements All oil, grease, welding fluxes, and other surface contaminants shall s shall be removed prior to blast cleaning. Preblast cleaning ll use steam, open flame, hot water, or cold water with appropriatesh detergent additives followed with clean water rinsing. 10/27/03 09900 6 442.Cl PROTECTIVE COATINGS Small isolated areas shall be cleaned as above or solvent cleaned with suitable solvents and clean cloths. All sharp edges shall be rounded or chamfered and all burrs, jagged edges, and surface defects shall be ground smooth. Welds and adjacent areas shall be prepared such that there is: (1) no undercutting or reverse ridges on the weld bead, (2) no weld spatter on or adjacent to the weld or any other area to be painted and (3) no sharp peaks or ridges along the weld bead. All embedded pieces of electrode or wire shall be ground flush with the adjacent surface of the weld bead. 3.05 PREPARATION OF CONCRETE AND MASONRY SURFACES A. All surfaces to be coated shall be prepared as specified herein and shall be dry and clean before coating. Specific surface preparation shall be specified for the individual coating systems. B. Standards for concrete/masonry surface preparation shall be as defined and specified by guideline No. 03732 (latest revision) as published by the International Concrete Repair Institute. C. Concrete and masonry surfaces shall be prepared in accordance with the International Concrete Repair Institute Guideline No. 03732 to provide the specified Concrete Surface Profile CSP 2 - CSP 9, and the recommendations of the repair, coating and lining manufacturer. According to ICRI, surface preparation methods that may result in a CSP 1 - CSP 9, include acid etching, detergent scrubbing, low-pressure water blasting, abrasive (sand) blasting, and high and ultra high pressure water jetting. Concrete and masonry surface preparation method shall be as selected by CONTRACTOR to meet the specified concrete surface profile requirement and the other specified surface preparation requirements. D. The Concrete Surface Profile (CSP) requirements shall be as follows: 1. ICRI CSP 1 - Acid Etched. 2. ICRI CSP 2 - Grinding. 3. ICRI CSP 3 _ Light Shot Blast. 4. ICRI CSP 4 - Light Scarification. 5. ICRI CSP 5 - Medium Shot Blast. 6. ICRI CSP 6 - Medium Scarification. 7. ICRI CSP 7 - Heavy Abrasive Blast. 8. ICRI CSP 8 - Scabbled. 9. ICRI CSP 9 - Heavy Scarification. These classifications are to be used to determine depth of surface profile and are not intended to dictate surface preparation method to be employed. 3.06 PREPARATION OF EXISTING COATED SURFACES A. Existing coated surfaces to be painted shall be detergent washed and fresh water rinsed. Loose, abraded, or damaged coatings shall be cleaned to substrate by SSPC-SP2 (Hand Tool Cleaning) or SSPC-SP3 (Power Tool Cleaning). Surrounding intact coating shall be feathered. one spot coat of the specified primer shall be applied to bare areas overlapping the prepared existing coating. One full finish coat of the specified material shall be applied overall. 10/27/03 09900 442.C1 7 PROTECTIVE COATINGS B. The exact nature of the existing coatings .is not known in all cases; and, while it is assumed that they have oxidized sufficiently to prevent lifting or peeling when overcoated with the paints specified, the compatibility shall be checked by application to a small area prior to starting the painting. If lifting or other problems occur, request instructions from the ENGINEER. 3.07 SHOP PAINTING A. All fabricated steel work and equipment shall receive at the factory at least one shop coat of prime paint compatible with the paint system required by these Specifications. Surface preparation prior to shop painting shall be as specified. Finish coats may be applied in the shop if acceptable to the ENGINEER. All shop painted items shall be properly packaged and stored until they are incorporated in the Work. Any painted surfaces that are damaged during handling, transporting, storage or installation shall be cleaned, scraped and patched before field painting begins. Work shall be equal to the original painting received at the shop. Equipment or steel work that is to be assembled on the site shall likewise receive a minimum of one shop coat of paint at the factory. Surfaces of exposed members that will be inaccessible after erection shall be prepared and painted before erection. B. The CONTRACTOR shall specify the shop paints to be applied when ordering equipment in order to assure compatibility of shop paints with field paints. The paints and surface preparation used for shop coating shall be identified on shop drawings submitted to the ENGINEER for review. C. Shop finish coats may be the standard finish as ordinarily applied by the manufacturer if it can be demonstrated to the ENGINEER that the paint system is equal to and compatible with the paint system specified. However, all pumps, motors, valves, pipe and other equipr.nt shall receive at least one field applied finish coat after insta ..ation. 3.08 Co: NG SYSTEM INDEX A. i,e following is a general index to the Coating System descriptions contained herein: SYSTEM NUMBER 4HH 7E 23E 24 25 27 111E 116 122R 15ONS 3.09 COATING SYSTEMS TITLE Exposed Metal - Highly Corrosive (High Heat) Interior Metal - Highly Corrosive Chemical Resistant Wall (Concrete and masonry) - Existing Exposed FRP, PVC Interior FRP, PVC Aluminum and Dissimilar Metal Insulation. Existing Stucco Cementitious Coating (Flat) Gypsum Wallboard (Epoxy) Existing Stucco or Cementitious Coating Repair Concrete Floor - Chemical Resistant Non -Skid A. System No. 4HH - Exposed Metal - Highly Corrosive (High Heat) Surface Preparation: Abrasive blast clean metal to an SSPC-SP10 (near white metal blast). 10/27/03 09900 442.C1 PROTECTIVE COATINGS 8 Prime Coat: Silicone Aluminum 1.0 mils DFT. Top Coat: Silicone Aluminum 1.0 mils DFT. MDFT: 2.0 Mils for the two (2) coat system. Color: Aluminum Cure: Heat Cure in conjunction with generator exercise run time. B. System No. 7E - Interior Metal - Highly Corrosive. Surface Preparation: Piping, fittings, and valves shall be shop primed in accordance with Section 15005, 2.20A and Section 15100, 3.04B. Pumps and motors shall be shop primed per Section 11028. Prime Coat: Epoxy Mastic (Non -Potable) 7.0 Mils DFT. Top Coat: Polyamide Epoxy (Non -Potable) 3.0 Mils DFT, MDFT: 10.0 Mils for the two (2) coat system. Color: As scheduled on Drawings. C. System No. 23E - Chemical Resistant Wall (Concrete Masonry)- Existing Surface Preparation: Remove all dirt, oil, grease, chemicals and loose paint by high pressure water blasting (min 3500 PSI) and scraping. Feather all edges. Prime Coat/Block Filler: one (1) coat Epoxy waterborne cementitious acrylic at 80 SFPGPC. Top Coat: Two (2) coats Waterborne Acrylic Epoxy (Semi - Gloss) at 4.0 - 6.0 mils DFT per coat. Color: As scheduled on Drawings. D. System No. 24 - Exposed FRP, PVC. Surface Preparation: Solvent cleaning, SSPC-SP1, to remove soluble contaminants. Remove all insuluble contaminants or foreign materials by hand, SSPC-SP2, or Power Tool Cleaning, SSPC-SP3. Prime Coat: Polyamine Epoxy at 6.0 - 8.0 Mils DFT. Top Coat: High Build Acrylic Polyurethane at 2.0 - 4.0 Mils DFT. MDFT: 9.0 Mils for two (2) coat system. Color: As scheduled on Drawings. $. System No. 25 - Interior FRP, PVC. Surface Preparation Solvent cleaning, SSPC-sP1, to remove soluble contaminants. Remove all insuluble 10/27/03 442.C1 09900 9 PROTECTIVE COATINGS contaminants or foreign materials by hand, SSPC-SP2, or Power Tool Cleaning, SSPC-SP3. Prime Coat: Polyamide Epoxy (Non -Potable) 3.0 Mils DFT. Top Coat: Polyamide Epoxy (Non -Potable) 3.0 Mils DFT. for the two (2) coat system. MDFT: 6.0 Mils Color: As scheduled on Drawings. F. System No. 27 - Aluminum and Dissimilar Metal Insulation Surface Preparation: Roughened surface. Top Coat: Polyamide Epoxy Coal Tar at 10.0 mils DFT. MDFT: 10.0 mils for one (1) coat system. Color: Black. G. System No. 111E - Existing Stucco Cementitious Coating (Flat) Surface Preparation: Remove all dirt, oil, grease, chemicals and loose paint by high pressure water blasting (min. 3500 PSI). P file ICRI CSP 1 Surface ro Caulking: Prepare and fill all surface cracks (s 1/4- in Section inch) with sealant as specified 07g00 - Sealants. Patch all existing holes (or holes resulting Patching: from work) in walls with non- shrink grout as specified in Section 03600 - Grout. Stucco Repair: Thoroseal plaster mix with sponge finish. than 3-inch (For damaged areas greater diameter) Acrylic Emulsion (Flat) at 2.0-3.0 Mils (287 Prime: SFPGPC) Acrylic Emulsion (Flat) at 2.0-3.0 Mils (287 Top Coat: SFPGPC). As selected by OWNER from manufacturer's Color: standard available colors. H. System No. 116 - Gypsum Wallboard (Epoxy) Surface Preparation: Remove all dirt, oil, grease, chemical by whatever means is most practical. Prime Coat: One (1) coat Vinyl Acrylic at 1.0-2.0 mils DFT. Waterborne Acrylic Epoxy (semi -gloss) at 4.0- Tap Coat: 6.0 mils DFT. Two (2) coat appliedif roller applied. One (1) coat if spray Color: As scheduled on Drawings. 10/27/03 09900 10 442.Cl PROTECTIVE COATING'S I. System No. 122R - Cementitious Coating and Stucco Repair Surface Preparation: As indicated on Drawings. First Coat: As indicated on Drawings. Second Coat: As indicated on Drawings. Color: Grey J. System No. 150NS - Concrete Floor (Chemical Resistant) Non -Skid Surface Preparation: Allow new concrete to cure 28 days. Prepare concrete surface by abrasive blast cleaning or acid etching to achieve a finish the roughness of 50 grit sandpaper. Surface to be clean, dry and roughened prior to application of coating. Prime Coat: Intermediate Coat: Top Coat: MDFT: Color: 3.10 UNIDENTIFIED SURFACES Polyamine Epoxy (Primer) at 6.0-8.0 Mils DFT. Polyamine Novolac epoxy at 6.0-8.0 mils DFT. Broadcast 50 mesh dry washed silica sand into the prime coat while still wet. Polyamine Novolac epoxy at 6.0-8.0 mils DFT. 18.0 - 24.0 mils for three (3) coat system. As scheduled on Drawings. A. Any surfaces not specifically named in the Schedule and not specifically excluded or exempted shall be prepared, primed and painted in the manner and with materials consistent with these Specifications. The ENGINEER shall select which of the manufacturer's products, whether the type is indicated herein or not, shall be used for such unidentified surfaces. This painting shall be done within the Scope of the Contract. 3.11 WORKMANSHIP A. On metal surfaces apply each coat of paint at the rate specified by the manufacturer to achieve the minimum dry mil thickness required. If material has thickened or must be diluted for application by spray gun, the coating shall be built up to the same film thickness achieved with undiluted material. one gallon of paint as originally furnished by the manufacturer shall not cover a greater area when applied by spray gun than when applied unthinned by the application of an additional coat(s). On masonry, application rates will vary according to surface texture, however, in no case shall the manufacturer's stated coverage rate be exceeded. On porous surfaces, it shall be the painter's responsibility to achieve a protective and decorative finish either by decreasing the coverage rate or by applying additional coats of paint. B. All safety equipment shall be painted in accordance with OSHA Standards as approved. C. Materials shall be mixed in proper containers of adequate capacity. All materials shall be thoroughly stirred before use and shall be kept 10/27/03 442.C1 09900 11 PROTECTIVE COATINGS stirred while using. No unauthorized thinners or other materials shall be added to any paint. D. only skilled painters shall be used on the work and specialists shall be employed where required. E. Steel members, metal castings, mechanical and electrical equipment and other metals which are shop primed before delivery at the site will not require a prime coat on the job. All piping and other bare metals to be painted shall receive one coat of primer before exposure to the weather, and this prime coat shall be the first coat as specified in the painting schedule. F. Finish surfaces shall not show brush marks or other irregularities. Undercoats shall be thoroughly and uniformly sanded with No. 00 sandpaper or equal to remove defects and provide a smooth even surface. Top and bottom edges of doors shall be painted and all exterior trim shall be back -primed before installation. G. Painting shall be continuous and shall be accomplished in an orderly manner so as to facilitate inspection. All exterior concrete and masonry painting shall be performed in one continuous manner structure by structure. Materials subject to weathering shall be prime coated as quickly as possible. Surfaces of exposed members that will by inaccessible after erection shall be cleaned and painted before erection. H. Before final acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted as directed by the ENGINEER. 3.12 APPLICATION SCHEDULE A. Coating systems shall be used at locations as scheduled on the drawings. B. System No. 27 - Aluminum and dissimilar metal insulation. This system shall be used on all aluminum in contact with concrete. Insulate all contacting dissimilar metals with this system. Neoprene pads may be substituted to insulate aluminum from concrete or aluminum from steel. 3.13 COLOR CODING FOR PIPES AND EQUIPMENT A. All proposed piping, valves and equipment shall be color coded. When color coding is specified, it shall consist of color code painting and lettering identification of all exposed conduits, trough items and pipelines for the transport of gases, air, liquid and semi -liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors and all operating accessories which are integral to be whole function mechanical pipe electrical conduit system. B. All hangers and pipe support floor stands shall be painted. The system shall be painted up to but not including the flanges attached to the mechanical equipment nor the flexible conduit connected to electrical equipment. Colors shall be as noted in the Paint Color Schedule. C. All systems which are an integral part of the equipment that is originating from the equipment and returning to the same piece of equipment, shall be painted between and up to but not including the fixed flanges or connections on the equipment. D. Color coding requirements are as indicated by the Piping Schedule contained in the Drawings. 10/27/03 09900 442.Cl PROTECTIVE COATINGS 12 E. CONTRACTOR shall submit proposed schedule for color coding pipes and equipment for approval by ENGINEER/OWNER. 3.14 PIPE LABELING A. All exposed piping shall be labeled to indicate flow stream and direction of flow. B. Labels shall be installed following completion of specified protective coating system application. C. Maximum spacing between labels shall be 10'-0" on center. D. In locations where pipes are horizontally or vertically stacked, pipe labels shall be arranged in similar, 3.15 CLEAN IIP A. It shall be the responsibility of the Contractor to collect and dispose of properly, all waste materials from the site in accordance with all requirements of the Federal, State and local Environment Protection Agencies. H. At completion of the Work, remove all paint where spilled, splashed, splattered, sprayed or smeared on all surfaces, including glass, light fixtures, hardware, equipment, painted and unpainted surfaces. C. After completion of all painting, the Contractor shall remove from the job site all painting equipment, surplus materials and debris resulting from this Work. END OF SECTION 10/27/03 442,C1 09900 13 PROTECTIVE COATINGS PAINT SYSTEM DATA SHEET (To be included with submittal) Paint system number (from spec): Paint system title (from spec):_ Coating supplier name: address: Local representative name: address: Surface Preparation: Paint Material Product Number/Name Coats/Minimum (Gener— ProrieaCovera e Color Notes: 10/27/03 09900 442.C1 PROTECTIVE COATINGS 14 SECTION 11028 HORIZONTAL SPLIT CASE CENTRIFUGAL PUMPS - GENERAL PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers all work required to furnish and install, complete, the horizontal split case centrifugal pumps specified herein, and as further specified by the individual specific horizontal split case centrifugal pump specifications hereinafter. S. It shall be the CONTRACTOR's responsibility to confirm operational compatibility between the pumps and variable frequency drives supplied for this project. A letter from the pump/motor system supplier shall be required for verification of compatibility as part of the shop drawing submittal process. C. Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, Operation maintenance, spare parts and manufacturer's service. D. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 11028-1 - Horizontal Split Case Centrifugal Pump - Specific. B. Section 15029 - Testing and Disinfection (Pipelines, Structures and Equipment). 1.03 DEFINITIONS A. Total Head: Total head in feet of liquid pumped to be supplied by the pump and is the sum of discharge head, and fitting, valve and pipe losses. B. Overall Efficient : Overall efficiency shall include motor and pump efficiencies, taking into account connecting shaft friction and discharge head losses. 1.04 SUBMITTALS A. Submittals of all materials required to establish compliance with the specifications shall be submitted in accordance with Section 01300 Submittals. B. Submittals for establishing specification compliance shall include but not be limited to the following items: 1. Performance data curves showing head, capacity, horsepower demand, and pump efficiency over the entire operating range of the pump, from shutoff to maximum capacity. The equipment manufacturer shall indicate separately the head, capacity, horsepower demand and overall efficiency corrected for materials of construction. Performance requirements shall be as defined in the Hydraulic Institute Standards. 10/27/03 11028 442.C1 HORIZONTAL SPLIT CASE 1 CENTRIFUGAL PUMPS - GENERAL 2. Descriptive literature, bulletins, and/or catalogs cuts of the equipment. Include complete manufacturer's specifications including materials descriptions. 3. Certified shop and erection drawings showing all important details of ccize including dimensions, b olt locations,sand location of tonnetonstoother work, weight of equipment and bill of materials. 4. Complete NEMA required motor nameplate information. 5. Electrical connection diagrams for motors. 6. Special handling instructions and requirements for storage and protection prior to installation. 7, Information certifying that the factory applied coating systems meet or exceed the requirements specified herein. g List of MANUFACTURER's recommended spare parts and special tools with manufacturer's part numbers and current price for each item. 9. Short commercial test of all motors to be provided. C. Complete set of Operation and Maintenance Ma and Maintena e su anted in accordance with Section o start-up. & M Manuals shall be provided prior D. Warranty information all be submitted in accordance with Section 01740 - Warranties 1.05 QIIALITY ASSURANCE s and equipment covered by these Specifications are intended A. The pump equipment of proven ex ability as manufactured by to be standard pumpingexperience in the production of a reputable MANUFACTURER having long P such pumps. The pumps furnished shall be designed, constructed and installed in accordance with the best practice and methods, and shall operate satisfactorily d aulicinstall d tePumpsstanshall be manufactured in accordance with theY g. All equipment furnished under this specification shall be new and unused, shall be the standard product of MANUFACTURERSequipment and successful record of manufacturing and servicing the systems specified herein for a minimum of five (5) years. 1.06 DELIVERY, STORAGE AND HANDLING A. Proper shipping, storage and handling procedures shall be followed as recommended by the equipment MANUFACTURER and asotecspecified herein. ed so that no damage or B. All parts shall be properly p shipment t normal unloading, storage and deterioration will occur during ship installation. C. All equipment and parts must be properly protected against any damage during a prolonged storage period at the site. Proper job site storage is the responsibility of the CONTRACTOR. D. Factory assembled parts and components shall not f om theantled ENGINEER shipment unless permission is received in writing 10/27/03 11028 HORIZONTAL SPLIT CASE 2 442.Cl CENTRIFUGAL PUMPS - GENERAL This provision shall not apply if the items are too large to be shipped in a completely assembled condition. E. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. F. Each box or package shall be properly marked to show its net weight in addition to its contents. 1.07 WARRANTY A. The pump manufacturer and contractor shall warrant the pumps being supplied to the OWNER against all defects in workmanship and materials for a period of one (1) year. Warranty period shall commence on Substantial Completion date as outlined in the General Conditions. Warranties for all pumps installed under this contract shall run concurrently. B The MANUFACTURER's warranty period shall run concurrently with the CONTRACTOR's warranty period. No exception to this provision shall he allowed. The CONTRACTOR shall be responsible for proper storage of the equipment so as to remain in an "as shipped" condition. If the equipment remains in storage at the jobsite for longer than six (6) months, before installation, the CONTRACTOR shall provide factory service personnel for a complete inspection of the equipment. Any work necessary to restore the equipment to an "as shipped" condition will be the responsibility of the CONTRACTOR. PART 2 PRODUCTS 2.01 GENERAL A. The use of a manufact-irer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. B. Pumps shall be as manufactured by Paco Pump Company, Patterson Pump Company, Fairbanks-M,rse, or Flowserve (Ingersol-Dresser Pump) all requirements of these specifications. meeting C. Pumps shall be horizontal split case centrifugal type, designed and built for 24-hour continuous service at any and all points within the specified range of operation without overheating, cavitation, or excessive vibration or strain. D. Refer to the specific horizontal specifications of the individual requirements of each pump. 2.02 PUMP CONSTRUCTION A. Pump Type split case centrifugal pump installations for the specific I. Horizontal split case centrifugal, single stage, double suction. B. Materials 10/27/03 1. Manufacturer's standard cast iron, bronze fitted, unless otherwise hereinafter specified. 442.C1 11028 HORIZONTAL SPLIT CASE 3 CENTRIFUGAL PUMPS - GENERAL 2. AISI, ASTM, etc. numbers, types, and grades specified are typical of material composition and quality. Equivalent materials will be considered. C. Casing 1. Cast iron, ASTM A48 Class 30. Hydrostatic test case at 1-1/2 times shutoff head. 2. Suction and discharge connections shall be flanged type and shall conform to ANSI/AWWA C115/A21.15. 3. Provide %-inch FNPT tapped casing vent and drain connections. Both connections shall have factory installed �4-inch MNPT plugs rated for the specified casing hydrostatic test pressure. 4. Provide 3/8-inch FNPTnozzd suction and les flanges. Both connections discharge shall connections on the pump no have factory installed 3/8-inch MNPT plugs rated for the specified casing hydrostatic test pressure. D. Impeller STM 2 or 05- The 1. Enclosed shall dbe bleyedc to suction,bronze nandAheldB in place e 5by shaft impeller sleeves. E. Casing Wear Ring ASTM B-145 or ASTM 584 or aluminum bronze, heat treated, 1. Bronze, ASTM A allay 954. Brinnell hardness number shall be 50 units ell number of impel oer wear r screws.ing press fit greater than the Brinn or dowel to case and/or lock pins, lugs, F. Impeller wear Rings . or ASTM B 145, Alloy 938. Shrink fit to 1Bronze, ASTM B 584 impeller. G. Stuffing Box 1. The stuffing box shall be constructed of cast iron A Class as�ings designed to accommodate the installation of the packing specified herein. 2. Stuffing box shall have two (2) 3/8-inch FNPT connections 1800 ions. Both connections shall have apart located for drain connect factory installed 3/8-inch MNPT plugs. H. Packing 1. Five rows minimum of graphite -impregnated, braided non -asbestos ing. Provide ASTM B 584, Alloy 836 packing and Teflon lantern r e throat bushing per manufacturer's bronze split gland and renewabl requirements. I. Stuffing Box Lubrication 1. The pumped liquid shall lubricate the packing. 10/27/03 11028 HORIZONTAL SPLIT CASE 4 442.C1 CENTRIFUGAL PUMPS - GENERAL J. Shaft 1. Manufacturer's standard alloy steel, heat treated, ground and polished. K. Shaft Sleeves 1. Bronze, heat treated, ASTM B-148, Grade 9C, manufacturer's standard, as required and securely locked against reverse rotation. Sleeve shall extend beyond gland. L- Bearings I. Outboard end, steel ball or roller thrust bearing; inboard end, steel ball or roller radial bearing. Rating life 20,000 hours as defined by AFBMA Standards. M. Bearing Lubrication 1. Grease, with addition and relief fittings or manufacturer's standard. N. Coupling 1. Provide coupling as manufactured by TB Woods, Falk, Lovejoy or equal. 2. An aluminum OSHA Guard shall be provided at the coupling. O. Pump and Motor Base 1. The pump and motor base shall be fabricated from fabricated steel designed to provide rigid support of the pump and motor. Each base shall be furnished with suitable bolt and grout holes to facilitate mounting at site. Motor mounting surface shall be designed for standard horizontal motor mounted in a horizontal position. 2. Pump and drive motor shall be factory mounted. P. Anchor Bolts and Nuts 1. Stainless steel, sized as per pump manufacturer's requirements and recommendations. Q. Other required materials and parts shall be manufacturer's standard. 2.03 DRIVE MOTORS (General) A. Drive motors shall be designed, manufactured and tested in accordance with the latest revised editions of NEMA MG-1, IEEE, ANSI and AFBMA Standards as applicable and shall be capable of continuous operation. B. Motors shall be designed for driving horizontal split case centrifugal type pumps, squirrel cage induction, NEMA design B. The motor nameplate horsepower rating shall not be exceeded at any head -capacity point on the pump curve. C. Maximum temperature rise of motor windings shall not exceed IEEE and NEMA Standards when motor is operated continuously at rated horsepower, rated voltage and frequency in ambient temperature of 40 deg. C. D. Motors shall conform to the following: 10/27/03 11028 HORIZONTAL SPLIT CASE 442.C1 5 CENTRIFUGAL PUMPS - GENERAL Mounting Enclosure Service Factor Duty Cycle Ambient Temperature Rating Starting Current Winding Insulation Temperature Rise Voltage, phase, frequency Horizontal, Motor Horizontally Mounted TEFL, Severe Duty 1.15 Continuous 40 Degrees C. 6 x Full Load Current Max Class H (minimum) Class B 460 volts, 3-phase, 60-Hz Coupling As required by driven equipment Bearing Lubrication Grease with addition and relief fittings Maximum Speed 1800 RPM, unless noted otherwise. E. Motor Modifications 1. sealed winding insulation. 2. Grounding lug in conduit box. 3. Threaded hub conduit box for entrance of power and control conduit. 4. Breather/drain, automatic type, stainless steel. 5. Normally closed thermal switches to open on overtemp. 6. Motor winding heaters, 200 watts maximum. 7. Motors shall be premium efficiency, inverter duty. 8. Motors shall meet IEEE 841 standard, latest revision. 9. Exterior motor coating shall be manufacturer's standard primer. F. Motors shall be U. S. Motors 841 Plus, or equal meeting all the requirements of this Specifications. 2.04 MISCELLANEOUS PUMP ACCESSO71ES A. Lifting Lugs 1. Lifting lugs shall be provided for equipment weighing over 100 pounds. B. Stainless steel nameplates A. Stainless steel nameplates giving the name of the MANUFACTURER, the rated capacity, head, speIdentificati nall her platertinent shall also bearshall the be attached to each pump. 10/27/03 r 11028 HORIZONTAL SPLIT CASE 6 CENTRIFUGAL PUMPS - GENERAL 442.Cl identification number assigned to each pump as specified and shown on the drawings. B. Stainless steel nameplates giving the name of, the motor manufacturer, serial number, model number, horsepower, speed, voltage, amps and all other pertinent data shall be attached to the motor. 2.05 SPARE PARTS A. Furnish the manufacturer's recommended spare parts including at least the following: I. One (1) set of packing and lantern ring, as specified. 2. One (1) set of outboard and inboard bearings, as specified. B. All parts shall be furnished in containers which are clearly marked and identified as to the contents. C. Provide spare parts bill of materials with submittals for approval. PART 3 EXECIITION 3.01 INSTALLATION A- Installation of the pumps shall be in strict accordance with the Manufacturer's instructions and recommendations and the locations shown on the Drawings. Anchor bolts shall be set by the CONTRACTOR in accordance with the manufacturer's recommendations, B. The pump base shall be rigidly and accurately anchored into position, precisely leveled and aligned so that the completed installation is free from stress or distortion, All necessary anchor bolts, plates, nuts and washers shall be installed by the CONTRACTOR and shall conform to the recommendations and instructions of the pump manufacturer. 3.02 PROTECTIVE COATING A. All exposed ferrous parts (excluding motors) shall be factory primed as follows: Surface Preparation: Abrasive blast clean metal to an SSPC-SP10 (near -white metal blast). Prime Coat: Tnemec Series 20 Pota-Pox, or equal, 3.0 - 5.0 Mils DFT. Color: Manufacturers Standard. B. Field painting shall be in accordance with and as specified in Section 09900 - Protective Coatings. 3.03 FACTORY TESTS A- lus - A factory test certified by the pump manufacturer's test representative shall be performed on the pump assembly actually furnished and written notice of the same shall be furnished to the ENGINEER. Pump assembly shall b defined as the complete specified system inclusive of the pump, motor, coupling, and base. Information required to be furnished at the time of test is as necessary to show 10/27/03 11028 442.C1 HORIZONTAL SPLIT CASE 7 CENTRIFUGAL PUMPS - GENERAL conformance with the specified performance 'Tests shall conform to AWWA E101, latest revision. B. Balance and vibration: The rotating parts of each pump and its driving balanced before final assembly. The driving unit shall be dynamically unit alone shall operate without vibration in excess of the limits stated in the latest revision of NEMA MG-1• C. Short commercial tests of all motors provided. D . Factory test R reports items sde P very eof tbhe pumps.shallove be submitted for ENGINES approval prior to 3.04 MANUFACTURER'S SERVICES DURING CONSTRUCTION A. The experiencedrepr representativeFACTURER shall has complete services knowledge ofproper competent and ati equipment for a period of not less operation and maintenance of the equip than two (2) days in two separate visits to inspect the installed equipment, supervise the initial test run, and to provide instructions to the plant personnel. The first visit will be for checking and inspecting the equipment after it is installed. Tersonne1 insecond lsit operation be allocated solely to the instruction of plant p period shall be and maintenance of the equipment. This instruction p scheduled at least ten days in advance with the acceptance by the OWNER.ER and shall take place prior to start --up B. The final copies of the MANUFACTURER'S operation and maintenance ration and shallbsesdeliveredln Section 01730 - to the ENGINEER Prior to scheduling 1theninstrnce uuction shall period with the OWNER. 3.05 FIELD TESTS A. After pumps have been completely installed, such tests saancere ecessary to indicate that pump installation, and discharge perform to the S nd OWNER. ions eld tests shalldincludelall pumps prow ded under ENGINEER this Specification. B. Supply all electric power, labor, equipment and incidentals required to complete the field tests. C. The following tests shall be required. Plant startup, all pumps shall be 1. Function Test: Prior to p uiet operation, proper connection inspected for proper alignment, q and satisfactory performance by means of a function test (start-up check) . 2. vibration Test: The complete assembly, consisting of the driving unit and pump connected and in no mal operation, shall not s recommended by the currenevelop amplitudes of vibration exceeding limit addition of the Hydraulic Institute Standards. Performance Test: The CONTRACTOR shall perform field tests to 3. s' conformance to the specifications to the demonstrate pump satisfaction of the ENGINEER. A test log shall be submitted to the ENGINEER as specified herein. Pump performance shall be documented by obtaining concurrent readings, showing motor voltage, amperage, pump suction head, and 10/27/03 11028 HORIZONTAL SPLIT CASE 8 442.Cl CENTRIFUGAL PUMPS -- GENERAL PUMP discharge head and the pumping capacity as specified. Each power lead to the motor shall also be checked for proper current balance. D. Units apparently failing to meet the specifications to the satisfaction of the ENGINEER will be more accurately tested by CONTRACTOR in accordance with Hydraulic Institute Standards. If the pump fails this second test, the unit will be rejected and the CONTRACTOR shall furnish a unit which will perform as specified. In addition, if the specified pump fails the second test, all identical pumps covered by this Specification shall be tested under this same provision within the Scope of the Contract. E. Field testing shall be witnessed by OWNER and ENGINEER. Forty-eight hours minimum notice required to schedule field testing. 3.06 TEST LOGS A. A test lag shall be submitted to ENGINEER upon completion of each test that records the following: 1. General Information: Pump number, test date, beginning test time and ending test time. 2. Flow, as measured by plant instrumentation and/or field measurements. 3. Pump discharge pressure converted to feet of the liquid pumped and corrected to pump discharge centerline, calculated velocity head at the discharge flange, and field head, all tabulated in feet. 4. Driving motor voltage and amperage measured for each phase and three-phase kilowatts. 3.07 MANUFACTURER'S CERTIFICATION A. Provide certification from pump manufacturer stating that the pumps have been installed in accordance with the manufacturer's stated recommendations and that the pumps meet the specified performance requirements. B. Certification to be submitted in accordance with the requirements of Section 01300 - Submittals. END OF SECTION 10/27/03 442.C1 11028 HORIZONTAL SPLIT CASE 9 CENTRIFUGAL PUMPS - GENERAL SECTION 11028-1 HORIZONTAL SPLIT CASE CENTRIFUGAL PUMP - SPECIFIC PART 1 GENERAL 1.01 GENERAL PUMP DATA A. Installation location: Grants Plaza Repump Station. B. Tag Numbers: P-3020 and P-3030. C. Acceptable Pump Manufacturers: Paco Pump Co., Patterson Pump Company, Fairbanks -Morse, Flowserve (Ingersol-Dresser Pump). D. Quantity: Two (2). 1.02 SERVICE CONDITIONS A. Minimum NPSH available: 32 feet (Gauge). H. Liquid Pumped: Potable water with chloramine concentration of 0 to 5 mg/l. C. Operation Protocol: Variable speed. D. Pump shall not overload the motor at any point along the pump curve. 1.03 PROJECT/SITE CONDITIONS A. The liquid to be pumped is as described by the following parameters: 1. Liquid Pumped Potable Water 2. Pumping Temperature (PT) 70 degrees F. 3. Specific Gravity at PT 1.0 4. Viscosity at PT 1.0 cs 5. Vapor Pressure at PT 0.36 Asia 1.04 PUMP DESIGN/PERFORMANCE REQUIREMENTS A• Conditions of service (COS) at maximum speed COS 1 Flow = 2000 GPM Head = 185 Feet Minimum Efficiency at Rated Capacity = 82 Percent COS 2 Flow = 1000 GPM Head = 240 Feet Minimum Efficiency at Rated Capacity = 65 Percent COS 3 Flow = 2200 GPM Head = 175 Feet Minimum Efficiency at Rated Capacity = 75 Percent B. Motor Requirements 1. Maximum horsepower: 125 HP 2. Power requirement: 480 V, 60 Hz, 3 phase 8/27/03 11028-1 HORIZONTAL SPLIT CASE 442.C1 1 CENTRIFUGAL PUMP - SPECIFIC Pump speed: 1800 rpm (maximum) END OF SECTION 11028-1 HORIZONTAL SPLIT CASE CENTRIFUGAL PUMP - SPECIFIC 10/27/03 442.C1 SECTION 13700 PROCESS INSTRUMENTATION AND CONTROLS PART 1 GENERAL 1.01 WORK INCLUDED A. Provide all engineering, labor, materials and equipment to furnish, install, adjust, test, document and start-up all process instru- mentation and controls as shown on the Drawings and specified herein, complete. B. the process instrumentation and control system specified herein shall be a complete system. C. Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for ap- pearance, operation and maintenance. D. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements which apply to the work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 13711 - Existing PLC/RTU System Modifications. B. Section 13720 - Variable Frequency Drive. C. Section 16000 - Electrical General Requirements. D. Section 16050 - Electrical General Provisions. 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A• ISA Standards and Practices for Instrumentation - Current Edition. 1.04 DEFINITIONS A. The instrumentation and control (I&C) subcontractor shall be a single firm, under direct contract and direction of the general contractor. The I&C subcontractor shall assume complete responsibility for the engineering, furnishing, technical advise on, certification as to correctness of installation, final connections to, adjusting, documenting, testing and start-up of the process instrumentation and control system shown on the Drawings and specified herein. The I&C subcontractor may have the electrical subcontractor make final connections of the I&C system, but the I&C subcontractor shall be fully responsible for these connections. B. General contractor, as distinct from the I&C subcontractor, shall provide all additional materials and labor necessary to supplement the materials and labor provided by the I&C subcontractor as necessary to satisfy the requirements of this project. C. System acceptance shall be defined as the point in time when: 1. All record "as -built" submittals and documentation have been submitted, reviewed and accepted. 10/27/03 13700 PROCESS INSTRUMENTATION 442.C1 1 AND CONTROLS 2. The complete system of instrumentation and controls has success- fully completed all testing requirements specified herein. 3. All OWNER'S staff personnel training has been completed. 1.05 SYSTEM INSTALLATION RESPONSIBILITY A. The general contractor shall be ultimately responsible for the complete and proper installation of the process instrumentation and control system. The general contractor shall either include install- ation within the scope of the I&C subcontractor's contract or shall provide for the installation by an experienced I&C system installer, acceptable to ENGINEER. 1.06 SUBMITTALS A. Submittals shall be in accordance with Section 01300 - Submittals. B. Catalog information, descriptive literature, wiring diagrams, and shop drawings on all controllers, recorders, indicators, transmitters, primary elements, flow measuring equipment and appurtenances, gauges, and all other components of the system shall be provided. C. Individual data (or specification) sheets shall be provided for all components provided under this section. The purpose of these data sheets is to supplement the generalized catalog information provided by citing all specific features for each specific component (e.g.; scale range, materials of construction, special options included, etc.). Each component data sheet shall bear the component name and instrument tag number designation shown on the Drawings and Speci- fications. D. Catalog information on all electrical devices furnished under this section. E. Shop Drawings and catalog material for all control panels and enclo- sures. F. Panel elementary diagrams of prewired panels. Diagrams shall be similar to those diagrams shown on the Drawings, but with the addition of all switched analog signals and all auxiliary devices such as relays, alarms, fuses, lights, fans, heaters, etc. Drawings shall include all terminal numbers. G. Plumbing diagrams of preplumbed panels and interconnecting plumbing diagrams. H. Interconnecting wiring diagrams, showing all component and panel terminal board identification numbers and external wire numbers. This diagram shall include all intermediate terminations between field elements and panels (e.g., terminal junction boxes, motor control centers, etc.). This diagram shall be coordinated with the Electrical Subcontractor and shall bear his mark showing that this has been done. Diagrams, device designations, and symbols shall be in accordance with NEMA ICA 1-101. I. A tabulation of steady state air consumption of each pneumatic instru- ment (as applicable). J. Loop diagrams, which shall consist of an individual wiring and/or plumbing diagram for each analog loop showing all terminal numbers, the location of the do power supply, the location of any booster 10/27/03 13700 PROCESS INSTRUMENTATION 442 C1 AND CONTROLS 2 relays or common dropping resistors, etc. The loop diagrams shall meet the minimum requirements of ISA 55.4 plus the following require- ments: each loop diagram shall be divided into three areas for identification of element locations: panel face, back -of -panel, and field, respectively. On each diagram present a tabular summary of: (a) the output capability of the transmitting instruments, (b) the input impedance of each receiving instrument, °) an estimate of the loop wiring impedance based on the wire sizes and lengths shown, (d) the total loop impedance, and (e) reserve output capacity. Loop diagrams shall be on individual 9-1/2-inch by 11-inch or 11-inch by 17-inch Drawings. K. Systems testing, calibration and adjustment procedures along with the proposed calibration, adjustment and check-out forms for this project. L. Operation and maintenance manual including operating and maintenance information and specifications for all components specified under this Section. Submitted literature shall be of sufficient detail so as to facilitate the operation, removal, installation, adjustment, calibra- tion and maintenance of each component specified in this Section. 0&M Manuals shall include internal wiring diagrams for all panels. Wiring diagrams shall show all terminal block number designations and wire numbers. Operation and Maintenance Manual shall also include the following: 1. Detailed descriptive control strategies and start/stop sequences in narrative English. 2. Description of equipment protection, interlocks and alarm settings. 3. Detailed descriptive instructions for clearing and resetting alarm functions. 4. Details descriptions of normal, bypass and emergency operation procedures. 5. Final instrumentation technician field settings. M. The I&C subcontractor shall submit one set of as -built Drawings on reproducible mylars of all process and instrumentation diagrams. P&ID's shall be same format as in Contract Documents. N. All test results, system calibration and adjustment settings shall be submitted to ENGINEER for review prior to the introduction of current to the system of individual components. 1.07 QUALITY ASSURANCE A. The CONTRACTOR's attention is directed to the fact that the in- strumentation and control functions result in an integrated system. Therefore, it is the intention of this specification that all controls and instruments including panel assemblies, will be provided, fur- nished, assembled and shipped, along with installation supervision, inspection and start-up by one Instrumentation Subcontractor which has a minimum of five (5) years of experience on installations of similar complexity even though individual control and instrumentation components may be the standard products of separate manufacturing companies. 10/27/03 13700 PROCESS INSTRUMENTATION 442.C1 3 AND CONTROLS B. Since many control items and instrumentation devices involve the assembly and interlocking functions of many individual parts, solenoids, pressure switches, timing relays, relays, switches, push buttons, contacts, dials, charts, clocks, pens, etc., the functional system descriptions contained herein are given to allow the In- strumentation Subcontractor to choose the proper components and to assemble them so as to provide a rugged, low maintenance, easy cleaning, reliable mechanism suitable for the temperature, salt spray and humidity conditions of the South Florida coastal area and which will perform the described function(s). C. All of the equipment furnished by the Instrumentation Subcontractor shall be the latest and proven design. Specifications and Drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the CONTRACTOR. 1.08 SEQUENCING AND SCHEDULING A. Every effort shall be made to minimize interference with the OWNER's existing plant operation. Should any shutdown, total or partial, be required, it shall be scheduled and coordinated with the OWNER and his approval must be obtained prior to the shutdown. B. The I&C subcontractor shall obtain from the CONTRACTOR the required information on those primary elements, valves, valve actuators and other control equipment or devices that are required to be interfaced with, but are not provided within the context of this section. C. The I&C subcontractor shall coordinate his work with the CONTRACTOR to ensure that all components provided undef this section are properly installed; the proper type, size and nu«lber of control wires and conduits are provided and installed; the proper type, size and number of pneumatic tubes with their conduits are provided and installed and proper electrical circuits are provided for all components and systems. 1.09 DELIVERY, STORAGE AND HANDLING A. Proper shipping, storage and handling procedures shall be followed as recommended by the equipment MANUFACTURER and as specified herein. B. All parts shall be properly protected so that no damage or deteriora- tion will occur during shipment, normal unloading, storage and installation. C. All equipment and parts must be properly protected against any damage during a prolonged storage period at the site. Proper job site storage is the responsibility of the CONTRACTOR. D. Factory assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the ENGINEER. This provision shall not apply if the items are too large to be shipped in a completely assembled condition. E. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. F. Each box or package shall be properly marked to show its net weight in addition to its contents. 13700 10/27/03 PROCESS INSTRUMENTATION AND CONTROLS 4 442.C1 1.10 WARRANTY A. The manufacturer and contractor shall warrant the equipment being supplied to the OWNER against all defects in workmanship and materials for a period of one (1) year. Warranty period shall commence on Substantial Completion date as outlined it the GENERAL CONDITIONS. Warranties for all equipment installed under this contract shall run concurrently. B. The MANUFACTURER's warranty period shall run concurrently with the CONTRACTOR's warranty period. No exception to this provision shall be allowed. The CONTRACTOR shall be responsible for proper storage of the equipment so as to remain in an "as shipped" condition. If the equipment remains in storage at the job site for longer than six (6) months, before installation, the CONTRACTOR shall provide factory service personnel for a complete inspection of the equipment. Any work necessary to restore the equipment to an "as shipped" condition will be the responsibility of the CONTRACTOR. 1•J1 TEST PROCEDURE DEVELOPMENT AND DOCUMENTATION A. I & C subcontractor shall prepare and submit to the ENGINEER for review, a detailed description of the test procedures that he proposed to perform to demonstrate conformance of the complete system of instrumentation and controls to this Specification. B. It is recommended that the I & C subcontractor develop the test procedures in two steps by first submitting general descriptions and outlines of the tests and then, upon receipt of approval, submit the required detailed procedures and forms. C. Operational Acceptance Tests 1, The I & C subcontractor shall prepare check -off sheets) for each loop and an instrument calibration sheet for each active I & C element (except simple hand switches, lights, etc.). These check -off and data sheets shall form the basis for these operational tests and this documentation. 2. Each loop check -off sheet shall cite the following information and shall provide spaces for sign -off on individual items and on the completed loop by the I & C subcontractor: a. Project name; b. Loop number; C. For each element: Tag number, description, manufacturer and model number, installation bulletin, and Specification sheet number; d. Loop description; e. Installation check; f. Termination check; g. Calibration check; h. Adjustment check; i. Space for comments; j. Space for loop sign -off by 1 & C subcontractor and date. 3. Each instrument calibration sheet shall provide the following information and a space for sign -off on individual items and on the completed unit by the I & C subcontractor: a. Project name; b. Loop number; 10/27/03 13700 PROCESS INSTRUMENTATION 442.C1 5 AND CONTROLS C. Tag number; d. Manufacturer; e. Model number; f. Serial number; g. Calibration range; h. Calibration data: Input, output, and error at 10 percent, 50 percent and 90 percent of span; i. Switch setting, contact action, and dead band for discrete elements; j. Space for comments; k. Space for sign -off by I & C subcontractor and date. D. Functional Acceptance Tests The I & C subcontractor shall prepare two types of test forms as follows: 1. For those functions that can be demonstrated on a loop -by --loop basis, the form shall include: a. Project name; b. Loop number; C. Loop description; d. Test procedure description; e. For each component: Tag number, description, manufacturer, and data sheet number; f. Space for sign -off and date by both I & C subcontractor and ENGINEER. 2. For those functions that cannot be demonstrated on a loop -by -loop basis, the test form shall be a listing of the specific tests to be conducted. with each test description the following informa- tion shall be included: a. Spec page and paragraph of function demonstrated; b. Description of function; c. Space for sign -off and date by both I & C subcontractor and ENGINEER. PART 2 PRODUCTS 2.01 GENERAL A. The process instrumentation and control system shall provide all of the functions as described hereinafter for each loop and as shown by the electrical and P & ID Drawings. Major equipment items are specified for each loop. However, it shall be the responsibility of the I&C subcontractor to provide all items of equipment, whether indicated or not, that are necessary to effect the required loop performance. B. Display and control loops are shown on the Drawings. C. Control panel(s) shall be provided with a U.L. label and be manufactured by a U.L. 508A panel manufacturer. Panel manufacturer shall submit proof of current enrollment in U.L.'s custom builder's program. D. Process instrumentation and control systems shall be manufactured and provided by CC Control Corporation, or equal. 13700 10/27/03 PROCESS INSTRUMENTATION AND CONTROLS 6 442.C1 2.02 LOOP SPECIFICATION FORMAT A. "Functions" specify the functional performance of the loop and includes a description of any functional interlocks to be provided by the I&C subcontractor. For more precise information on a loop's functional interlocks, refer to the Drawings. B. "Components" specify the major components to be provided for a loop. Each component is identified by three pieces of information: tag number, component identification code and component name and options. C. Tag numbers example HS-1-3-7 HS = Instrumentation society designation: Hand Switch. 1 = Unit process number. 3 = Scoop number. 7 = Unit or item number. D. Component identification code is an alphanumeric code used to reference a particular component specification within this section. E. Component name and options are listed as required for each specific requirement. One particular nomenclature has been used to define the action of discrete devices about their set points. "Rising" -in reference to a set point means that the contacts are closed for all process variable values above that point. "Falling" -in reference to a set point means that contacts are closed for all process variable values below that point. 2.03 POTABLE WATER STORAGE AND PUMPING A. Functions I. Provide a continuous 4-20 MA DC signal from PIT-3001 to PLC/RTU corresponding to distribution system pressure. 2. Measure and indicate locally high service pump discharge pressure, PI-3020 and PI-3030. 3. Provide discrete signal from flow switches FS-3022 and FS-3032 to PLC/RTU on no pump discharge flow. 4. Provide discrete signal to PLC/RTU from intrusion proximity switches, ZS-3009 (A through G), upon opening door(s). Intrusion switches shall be wired in parallel. B. Components Component Component Name Tag Number ID Code and 0 tions PLC/RTU Section 13711 Existing PLC/RTU PIT-3020 P9/P7 Pressure indicating transmitter PIT-3030 Range: 200 psig, w/diaphragm PI-3020 P4/P6 Pressure Gauge with Diaphragm PI-3030 Range: 0-100 psig VFD-3020 Section 13720 Variable Frequency Drives VFD-3030 10/27/03 442.C1 13700 PROCESS INSTRUMENTATION 7 AND CONTROLS Component Component Name Tag Number ID Code and Options FS-3022 FS1 Flow switch normally open FS-3032 Close on no flow. LSH L8 Float Switch, rising. ZS-3009 Z1 Proximity Switch, normally open. (A through G) 2.04 MODIFICATIONS TO EXISTING PLC/RTU A. Modifications to the existing PLC/RTU system shall be as specified in Section 13711 - Existing PLC/RTU System Modifications. 2.05 FS1 FLOW SWITCH A. Units shall be GEMS FS-550 paddle -type flow switch, or equal. See drawings for additional information. 2.06 LS LEVEL SWITCH, FLOAT -TYPE WITH INTEGRAL SWITCH A. Direct -acting float type consisting of a mercury switch enclosed in a float and connected to a two -conductor, combination support and signal cable. The entire assembly shall form a completely watertight and impact -resistant unit. Floats shall be of chemical -resistant polypropylene material or other corrosion -resistant material. Cable shall be rugged and flexible with heavy neoprene or PVC jacket. The actuation/deactuation differential shall not exceed 1-inch. The mercury switch shall be rated at 5 amps at 120 VAC. Units shall be pipe mounted or suspended type as noted and provided with A MINIMUM 30 feet of cable unless otherwise noted. Each pipe mounted type shall be provided with a clamp to secure the cable to its support pipe, 2 feet of stainless steel support pipe and stainless steel pipe mounting clamps. B. Each suspended type shall be provided with necessary brackets and clamps to suspend the unit from the top of a tank or vessel. The suspended type shall include an integral or attached weight assembly for stabilization and positive operation of the unit. All mounting clamps shall be PVC or Neoprene. C. Units shall be B/W controls Series 7010, or equal. 2.07 P4 PRESSURE GAUGE A. Units shall be bellows or Bourdon tube actuated pressure gauges. Gauges shall be stem mounted with 4-1/2-inch dial size, unless otherwise noted. Casing material shall be black phenol with threaded polypropylene ring. Scale range shall be as noted and accuracy shall be plus or minus % percent of span. B. The sensing element material shall be phosphor -bronze, unless otherwise noted. C. Provide diaphragm seals as specified herein for all gauges in contact with fluids other than potable water. D. Units with ranges below 10 psi shall be bellows actuated and shall be Ashcroft "General Service Series 1180", or equal. E. Units with ranges above to psi shall be Bourdon tube actuated and shall be Ashcroft "Duraguage Type 127911, or equal. 13700 10/27/03 PROCESS INSTRUMENTATION AND CONTROLS 8 442.C1 2.08 P6 PRESSURE SEAL, DIAPHRAGM A- Units shall consist of corrosion -resistant lower housing and diaphragm and instrument mounting upper housing. Lower housing shall have NPT female process and flushing connections and shall be 316 stainless steel, unless other noted. Diaphragm shall be 316 stainless steel unless otherwise noted. Upper housing shall have bleed screw NPT female instrument connection. Filling fluid shall be as noted. B. where noted, capillary assembly shall be furnished to connect diaphragm seal to instrument with length as noted. C. wherever practical, pressure seal shall be factory filled and assembled to primary element (i.e., pressure switch, pressure transmitter, ...). D- Units shall be Ashcrost Type 101, or equal. 2.09 P9 ELECTRONIC PRESSURE INDICATING/TRANSMITTER (GAUGE) A. Instrument shall be a field -mounted pressure transmitter for measuring gauge pressure and transmitting a liner 4 to 20 mA do output for use in a standard, 24 vdc supply voltage system. B. The instrument range shall be fully adjustable throughout the span limit. Accuracy shall be ± 0.1% of Span. C. All process -wetted parts of the instrument shall be Type 316 stainless steel. The transmitter shall be protected by a gasketed, weatherproof NEMA 4X enclosure. The transmitter shall be approved for use in hazardous locations (nonincendive for Class I and Class II, Division 2 locations; intrinsically safe or explosion proof for Class I and Class II, Division 1 locations). Housing finish shall be epoxy. D. Transmitter shall include an integral special scaling analog meter and a stainless steel bleed valve. E. Transmitter shall have a %-inch NPT male thread process connection. F. Transmitter shall he provided with integral mounting bracket and hardware for installation location as shown on Drawings. G. Transmitter shall be Model 3051 CG gauge pressure transmitter as manufactured by Rosemount, Inc. H. when specified herein, the P9 electronic pressure indicating/transmitter gauge shall be provided with the specified diaphragm or pressure sensor. The pressure indicating/transmitter shall be factory mounted to the diaphragm or pressure sensor. The completed assembly shall be factory calibrated and tested to the specified instrument range." 2.10 Z1 PROXIMITY SWITCH A. Simplex, UL Listed, flush or surface mounted contact switch. Contacts shall be hermetically sealed. B. Rated for 30V, Square D, Class 9007, AP221 door switch. C. Provide stainless steel mounting brackets and hardware to facilitate installation at locations shown on the drawings. 10/27/03 13700 442.C1 PROCESS INSTRUMENTATION 9 AND CONTROLS 2.11 SPARE PARTS A. Furnish the manufacturer's recommended spare parts including at least the following: 1. one (1) pressure indicating transmitter. B. All parts shall be furnished in containers which are clearly marked and identified as to the contents. C. provide spare parts bill of materials with submittals for approval. PART 3 EXECUTION 3.01 GENERAL materials and equipment in a workmanlike manner utilizing A. Install craftsmen skilled in the particular trade. Provide wank which has a neat and finished appearance. . Electrical work shall be performed in compliance with these Specific- gations. where theseSpecification PInRPs ad t550he Dsha1lgbedutdelineate precise installation to installation procedures. C. Coordinate I&C work with the OWNER, the CONTRACTOR and work of other trades to avoid conflicts, errors, delays and unnecessary interference with operation of the existing plant(s) during construction. 3.02 PROTECTION OF EQUIPMENT A. Throughout this Contract, the Contractor shall provide protection far loss or damage and from the effects materials and equipment against in of weather. Prior to install stores' esareas foritems it ems l subjecd tiontore tto locations. Provide heating g corrosion under damp conditions. specific storage requirements shall INFER -reviewed I&C be in accordance with the ENGsubcontractor's recommendations. 3.03 EQUIPMENT INSTALLATION A. Follow manufacturers' ion instructions indicated. wherever tang conflict arises x between manufac- turers ' instructions, and these Contract Documents, oflmanufacturers� decision, at no additional cost to OWNER. Keep copy instructions on the job site available for review at all times. 3.04 ELECTRIC CONTROL AND SIGNAL WIRING A. Control and signal wiring external to the control panels and all power wiring shall conform to the requirements of Division 16 - Electrical. B. Control and signal wiring in control panels shall be restrained by end so plastic ties or ducts. Hinge w��lwiring aroundbthee longiitudinalhaxis of that any bending or twisting protected with a sleeve. the wire and the bend area shall be p C. Arrange wiring neatly, cut to proper length and remove surplus Provide abrasion protection for any wire bundles which p holes or across edges of sheet metal. 10/27/03 13700 PROCESS INSTRUMENTATION 10 442.C1 AND CONTROLS D. wiring shall not be spliced or tapped except at device terminals or terminal blocks. E. Panels and panel mounted equipment shall be assembled as far as possible at the I&C subcontractor's plant. No work, other than correction of minor defects or minor transit damage, shall be done on the panels at the job site. F• I&C subcontractor shall observe and advise on the installation to the extent required to certify in writing that the equipment will perform as required. 3.05 MANUFACTURER'S SERVICES A. The supervisory services of a factory -trained service engineer who is specifically trained on the type of equipment herein specified shall be provided for a period specified below during construction to assist the CONTRACTOR in the location of sleeves; methods of installing conduits and special cable; mounting, piping and wiring of one of each type of device and the method of protecting all of the equipment prior to placing it into service. Upon completion of the installation, the services of the above service engineer shall be provided for a period specified below for calibration and start-up of the equipment. The minimum days specified below do not relieve the Instrumentation Subcontractor from providing sufficient service to place the system into satisfactory operation. Event Duration Minimum Construction/Installation Assistance One (1) Eight (8) Hour Man Days I&C System(s) Startup/Calibration One (1) Four (4) Hour Man Days OWNER Personnel Instruction One (1) Four (4) Hour Man Days S. No form of energy shall be turned on to any part of the instrumenta- tion system prior to receipt by the ENGINEER of a certified statement of approval of the installation from the CONTRACTOR containing his supplier's authorization for energizing the system. C. A factory trained service engineer shall be provided for placing the system into operation. After the system is being operated by the OWNER's personnel, the service engineer shall return for a one -day instruction course in the maintenance and operation of the system. D. All instrumentation shall be calibrated in the presence of the ENGINEER in accordance with the range and accuracy specified herein. Certified test reports shall be filed with the ENGINEER. 3.06 TESTING A. All elements of the Instrumentation and Control system shall be tested to demonstrate that the total system satisfies all of the requirements of this specification. g. All special testing materials and equipment shall be provided by the I & C Subcontractor. Where it is not practical to test with real process variables, the I & C subcontractor shall provide suitable means of simulation. These simulation techniques shall be subject to the approval of the ENGINEER. C. The I & C Subcontractor shall coordinate all of his testing with the CONTRACTOR and all other associated subcontractors. 10/27/03 442.C1 13700 PROCESS INSTRUMENTATION 11 AND CONTROLS D. As a minimum, the testing shall include the following: 1_ Factory Tests All analog panels and panel assemblies shall be tested for proper & C subcontractor's factory prior to the operation at the I ts shipment of any system element to the site. Res �oval before factory tests shall be recorded and submitted for app shipment of any panel or panel assembly to the plant. 2. Operational Acceptance Tests The objective of these tests is to demonstrate that the system of Process Instrumentation and Control is READY for final operation. The I & C System shall be checked for proper installation, adjusted, and calibrated on a loop -by -loop basis to verify that it is ready to function as specified. All elements shall d to verify that they have beensystem b installed d properly and that alleterminations have been made correctly. All discrete elements and systems shall have their set points adjusted and shall be checked for proper operation (e.g., interlock functions, contact closure on rising/falling P.V., etc .) . All continuous elements and systems shall have three-point calibrations performed. All controller tuning constants shall be adjusted to preliminary settings. The OPERATIONAL ACCEPTANCE TESTS shall be completed prior to starting the FUNCTIONAL ACCEPTANCE TESTS. The actual testing program shall be conducted in accordance with prior approved procedures and shall be documented as required hereinafter. 3. Functional Acceptance Tests The objective of these tests is to demonstrate that the system the of Instrumentation and Controls is operating and complying with specified performance requirements. A witnessed, FUNCTIONAL ACCEPTANCE TEST shall be performed on the complete system of Instrumentation and Controls. Each function shall be demonstrated to the satisfaction Of the ENGINEER on a loop -by -loop and/or paragraph -by -paragraph Each test shall be witnessed and signed off by both the I & C subcontractor and the ENGINEER upon satisfactory completion. The actual testing program shall be conducted in accordance with prior approved procedures and shall be documented as required hereinafter. shall notify ENGINEER at weeks prior stocthe rdate re of the FUNCTIONAL ACCEPTANCE TEST.least 2 10/27/03 13700 PROCESS INSTRUMENTATION 12 442.C1 AND CONTROLS 3.07 CLEAN-UP A. Keep the premises free from accumulation of waste material or rubbish. Upon completion of work, remove materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touch-up scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as Possible the type, color, consistency and type of surface of the original finish. END OF SECTION 10/27/03 13700 442.C1 13 PROCESS INSTRUMENTATION AND CONTROLS SECTION 13711 EXISTING PLC/RTU SYSTEM MODIFICATIONS PART 1 GENERAL 1.01 WORK INCLUDED A. The Contractor shall coordinate and furnish all labor and materials to modify the existing PLC/RTU System including all hardware and programming revisions for a complete and functional system. B. Provide all equipment and re -developed PLC software files including manuals and disks for proper communication. Include all PLC located equipment, PC located equipment, interposing equipment, cable (length as required), connectors and the like. Contractor shall utilize his computer for startup and testing. After successful startup, all re- developed software shall be provided to the OWNER. C. All programming, field debugging and testing shall be provided. D. In order to establish sole source responsibility for the Instrumentation and Control (I&C) System, the CONTRACTOR shall be responsible for all systems and subsystems provided and coordination of work between system vendors. E. Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, operation and maintenance. F. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 13700 - Process Instrumentation and Controls. B. Section 13720 - Variable Frequency Drive. C. Division 16 - Electrical. D. Appendix A - Existing PLC/RTU panel schematics for Grant Is Plaza Repump Station. 1.03 SUBMITTALS A. Submittals shall be Trade in accordance with the requirements of Section 01300 - Submittals. 1. It is incumbent upon the Contractor to coordinate the work specified in these Sections so that a complete PLC program will be provided. PLC program shall be provided with other submittal data. 2. As part of the responsibility as assigned by the Contractor, the PLC/RTU System supplier shall prepare and submit through the Contractor, complete and organized program printouts including fully annotated ladder diagrams and reports, I/O schedules, I/O addresses, Rack assignments, Communication channel/drop assignments. 10/27/03 442.C1 13711 1 EXISTING PLC/RTU SYSTEM MODIFICATIONS 3. During the period of preparation of this submittal, the Contractor shall authorize direct informal liaison between his single I&C supplier and the Engineer for exchange of technical information. As a result of this liaison certain minor refinements and revisions by tin he the systems as specified may be authorized informally y shall not alter the scopeOf During f rk r thiEngineer, but these s cause increase or decrease in the Contract price. be informal exchange no oral statement bycomponent1oremethod� nor construed to give formal approval of any shall any statement be construed to grant formal exception to, or variation from these specifications. 4, The original and backup copy of the developed files shall be provided on CD -Rom. B. complete sets of operation and Mainteerateonaand lMaintenansubmitteds shall be Maintenance Data. 0 in accordance with Section 01730 - 0p & M Manuals shall be provided prior to start-up. 1. Manuals shall contain copies of submittal data. 2. Manuals shall contain all Engineering shop drawings with all field modification revisions. 3. Provide print out of final PLC/RTU programming. 4. Provide print out of final PLC/RTU I/O list. 5. Provide print out of final operator interface parameters. C. Warranty information shall be submitted in accordance with Section 01740 - Warranties and Bonds. 1.04 QUALITY ASSURANCE A. In order to maintain system and operational consistency with the existing SCADA system, this work shall be completed by the following: 1. Curry Controls Company 1019 pipkin Road Lakeland, FL 33811 Contact Person: Milton weaver or Ralph Borgsmiller 863/646-5781 1.05 WARRANTY A. The Contractor shall warrant all equipment and programming for a period of one (1) year from the date of project substantial completion. PART 2 PRODUCTS 2.01 EXISTING PLC/RTU SYSTEM (FIELD) A. Existing PLC/RTU system is based on Modicon components as noted in Appendix A. s Motorola Mobile Radio M1ILTGD6CB1-N, as shown B. Existing RTU component i in Appendix A. `- C. New field wiring terminations for new field equipment and instrumentation shall be as shown on the drawings and field coordinated with the approved shop drawings. 10/27/03 13711 442.C1 EXISTING PLC/RTU SYSTEM MODIFICATIONS 2 2.02 EXISTING COMPUTER OPERATOR INTERFACE A. Existing computer hardware and software systems shall be reused as is with programming modifications as specified herein. 2.03 SPARE PARTS A. Furnish the following spare parts: 1. None required. B. All parts shall be furnished in containers which are clearly marked and identified as to the contents. C. Provide spare parts bill of materials with submittals for approval. PART 3 EXECUTION 3.01 PLC I/O SCHEDULE A. Provide PLC I/O schedule. Refer to the P&I diagram, schematic diagrams and control strategies. Provide I/O per these requirements. DI denotes Discrete Input DO denotes Discrete Output AI denotes Analog Input AO denotes Analog Output 3.02 PLC PROGRAMMING STRATEGIES, GENERAL REQUIREMENTS A. Provide all programming to fully implement the following control strategies to produce output and receive input from the instrumentation and control system and the RTU. B. The existing PLC in conjunction with the computer operator interface shall provide the normal control system. The following strategies describe the minimum control logic requirements. Additional timers, interlocks, and logic shall be provided as required for a completely functional system. Alarms and status I/O which are required for the system shall be provided. Please note that the following control strategies do not distinguish between new functions or existing functions or existing functions to be modified. It shall be the responsibility of the named system provider to complete all of the programming requirements to provide the specified functions. Underlined and bolded items represent WTP SCADA HMI, operator interface items. CAPITALIZED AND UNDERLINED items are internal PLC/RTU program adjustable software values. C• Loop 300 - Ground Storage Tank Monitoring and Fill Valve Control (Existing) 1. Existing tank level monitoring and tank fill valve control functions shall remain as is. 10/27/03 442.C1 13711 3 EXISTING PLC/RTU SYSTEM MODIFICATIONS 2. Existing valve pit sump high level monitoring functions shall remain as is. D. Loop 300 Discharge Flow Monitoring (Revised) 1. Continuous analog signal corresponding to distribution system, PIT- 3001, shall be transmitted to WTP SCADA HMI (exist) via RTU (exist) E. Loops 301 and 302 - High Service Pumping (Revised) 1. A lead -backup pump control strategy shall be used for controlling the pump start -stop sequence (normal operation). System control parameter shall be downstream discharge water main pressure. 2. The LEAD, BACKUP, initial selections shall be set via the WTP SCADA HMI (exist). Except for fault conditions, the sequence shall follow the selected order. 3. LEAD pump shall start when the distribution system pressure drops below the LEAD START PRESSURE SETPOINT, after a time delay. PID programming in the PLC shall vary the VFD output speed reference to maintain the distribution s stem resaure set oint Psi . 4. LEAD pump shall be stopped when either of the following conditions are met following a time delay: a. When LEAD pump is running at MINIMUM SPEED SETPOINT FOR DELETING LEAD PUMP and the downstream water main pressure rises to the distributi DreSsure set pint PSI . Or b. When '.EAD pump is running and no flow is detected by FS-3022 and/c i FS-3032. 5, LEAD -BACKUP control strategy shall continue in the event any of the pumps are in a faulted mode. 6. When a faulted condition exists for any pumping system fault or if the pump HOA is not in AUTO, the pump shall be automatically removed from the control strategy. When fault conditions clear or the HOA is returned to AUTO, the pump shall be automatically added, bumpless. Logic shall be applied to minimize transients to the system when deleting or adding faulted pumps/drives to the control strategies. 7. Upon receipt of discrete signal from VFD-3020 and/or VFD-3030, on internal diagnostic failure or pump over -temperature, indication of such shall be transmitted to WTP SCADA HMI (exist) via RTU (exist). g_ The PLC/RTU shall monitor the status of pump/VFD control hand switch, HS-3020 and/or HS-3030, and when hand switch is in the "Auto" position, PLC/RTU shall allow output reference speed to the associated drive in accordance with the above specified pump control strategy. itor position PLC/RTU shall also montion of pump/VFD hand switch HS-3020 sition indication to WTP SCADA HMI and/or HS-3030 and transmit po (exist) . 9. When VFD -3020 and VFD-3030 speed output rises above 0%, PLC shall receive a discrete signal for run indication and transmit same to WTP SCADA HMI (exist) via RTU (exist). 10/27/03 13711 442•C1 EXISTING PLC/RTU SYSTEM MODIFICATIONS 4 10. PLC/RTU shall receive an analog signal on actual operating speed from VFD-3020 and VFD-3030. Indication of such shall be transmitted to WTP SCADA HMI (exist) via RTU (exist), 11. When limit switch, ZS-3011, indicates that tank fill valve is not closed, all high service pump(s) PLC outputs shall be locked out of operation. Pump operation shall resume once limit switch, ZS-3011, indicates tank fill valve is closed following a time delay. 12. Should the level of the ground storage tank drop below the LOW LOW LEVEL LOCKOUT SETPOINT, all high service pump(s) PLC outputs shall be locked out of operation. Pump operation shall resume once the level of the ground storage tanks rises above the LOW LOW LEVEL LOCKOUT RESUME PUMPING SETPOINT, following a time delay, F. Loop 3009, Intruder Alarm (Revised) 1. Upon receipt of discrete signal from any position switch, ZS-3009 (A through G), indication of such shall be transmitted to WTP SCADA HMI (exist) via RTU (exist). G. Miscellaneous Loops and Functions (Existing) I. Existing pump room high level monitoring function shall remain as is. 2. Existing rain gauge (future), chlorine scale (future), diesel fuel level, FPL power status, Gen. Running, Gen, Fail, Chlorine leak alarm (future), chlorine residual transmitter (future), high vacuum chlorine area, chlorine gas leak detect transmitter, man down switch chlorine area, and diesel fuel sump high level, all remain as is. H- PLC/RTU System Diagnostics (Existing) 1. All PLC/RTU system diagnostics shall remain as existing, I. Communications with RTU I. Communication systems and protocol between PLC and RTU and WTP HMI shall remain as existing. J. Internal PLC program adjustable software set points. The following parameter elements shall be provided for system adjustment and operation: Descri tion Ran a Initial Settin 1. LEAD Start Pressure etpoint 2. Minimum s eed set Dint for deletin 0-100 psi, 55 psi LE --pub 0-100%, 75% 3. Low Low Level Lockout Set Dint 4. Low Low Level Lockout Resume Pum in 0-23 Ft, 4 Ft Set Dint 0-23 Ft, 10 Ft 5. Miscellaneous Time Delays 0-300 sec, 10 sec 6. Other parameters shall be provided as required. 3.03 EXISTING COMPUTER OPERATOR INTERFACE MODIFICATIONS (WTP SCADA HMI) A. Provide all programming and software modifications of the existing WTP SCADA HMI program to implement the requirements as specified herein and shown on drawings. 10/27/03 442.C1 5 EXISTING PLC/RTU SYSTEM MODIFICATIONS B. General programming shall include but not be limited to the following: 1. Graphic display of all new and existing discrete and analog data. 2, Reporting of all new and existing discrete and analog data. 3. Alarm reception and acknowledgment of the new and existing alarms. 4. Control output of data from central computer to the RTU per PSI diagram and these specifications. 5. Software modifications shall be similar to and consistent with the existing computer operator interface. C. Specific functions shall be as follows: 1. General Alarm Reset a. Exist display alarm/function shall remain as is. 2, Backup Battery Voltage Low a. Exist display alarm/function shall remain as is. 3. Generator Fail Existing Display Alarm/Function shall remain as is. a. 4. High Level Fuel Sump. Existing Display Alarm/Function shall remain as is. a. 5. Diesel Fuel Level (Ft) Readout a. Existing Display Function shall remain as is. 6. High Level Pump Room Existing Display Alarm/Function shall remain as is. a. 7. Rain Gauge Counts. a. Existing Display Alarm/Function shall remain as is. g. Manual Fill Valve Open/Close. a. Existing Tank Fill Valve Functions shall remain as is. 9. Man Down Alarm a. Existing Display Alarm/Function shall remain as is. 10. PLC Battery Voltage Low. a. Existing Display Alarm/Function shall remain as is. 11. Intruder Alarm. Existing Display Alarm/Function shall remain as is. a. 12. AC Power Failure. a. Existing Display Alarm/Function shall remain as is. 13. RTU/PLC Trouble. Existing Display Alarm/Function shall remain as is. a. 14. Pump/VFD Fail Existing display alarm/function shall remain as is. a. 15. Distribution Pressure (psi) Readout a. Existing display function shall remain as is. 16. High Discharge Pressure is. a. Existing Display Function shall remain as 17. VFD Speed (%) Readout (Typ of 2) a. Provide readout function of each VFD speed. Input value shall be actual speed output from VFD. 10/27/03 13711 442.Cl EXISTING PLC/RTU SYSTEM MODIFICATIONS 6 b. Range w 0-100$. 18. Pump Run Indication (Typ of 2) a. Existing display function shall remain as is. 19. Pump control handoff/auto indication (Typ of 2). a. Existing display function shall remain as is. 20. Distribution Pressure Setpoint (psi). a. Input value shall be value used by PLC/RTU to calculate speed reference output(s) to VFD(s). b. Range: 0-100 psi. 21. LEAD/BACKUP Selection/Indication a. Selection capability shall be provided to select with pump is in the LEAD position. By default, the second pump will be the BACKUP pump. b. Provide indication of LEAD BACKUP selection. 22- Pump Auto/Manual Control a. An auto/manual selector shall be provided for each pump. Manual Mode I. When manual mode is selected, additional on -screen start/stop functions and a manual pump speed command (�) will appear. 2. Operator can use the pump start/stop and manual pump speed command (�) setpoint functions to control selected pump(s) Auto Mode 1. When auto mode is selected, the on -screen pump start/stop functions and manual pump speed command (%) setpoint will not appear. 2• In auto mode, pumps will operate automatically as specified herein to maintain the operator selected distribution pressure setpoint (psi). C. Each pump shall have its own set of auto/manual, start/stop controls and manual setpoint display. d. When transferring from auto to manual, the transfer shall be bumpless with the current on/off status being maintained and the current PID setpoint transferring to the manual setpoint. 23. GST Level (Ft) Readout a. Existing Display Function shall remain as is. 24. valve Pit Sump High. a. Existing Display Alarm/Function shall remain as is. 25. Fill valve open/close indication. a. Existing display function shall remain as is. 26. UPS low battery. a. Existing Display Alarm/Function shall remain as is. 3.04 DOCUMENTATION A. Fully annotated ladder diagrams, screen design graphics and other reports and documentation shall be included in the 0&M manuals reflecting final corrections. Other required reports shall include but not be limited to bit, word, timer, counter and memory usage reports. g. The CONTRACTOR shall provide the typewritten program description in the O&M manuals. The description shall include the program name, date, preparer/programmer, preparing company etc. The processing section of 10/27/03 442.C1 7 EXISTING PLC/RTU SYSTEM MODIFICATIONS nd the description shall 1nludtrunastre�m andstructure a detailedfdescr�ptiOnthe of program. Describe the program how the program operates. Describe all input and outputs elements- C. Describe how fault sensing is achieved and the actions required from operators to acknowledge or clear faults. he the D. After all corrected ladder diagrams oftware start up andCONTRACTOR s as listed abovedeliver asopart OWNER all C of the O&M manuals. CONTRACTOR shall also tarovide to the OWNER on disk he OWNER becomes the owner of such all annotated, developed files. T files. 3.05 TESTING A. All programming shall be shop simulated as much as possible before elementsAll f the rm shall downloading to the existing PLC/RTU. e of tEng veer and tohis satipsfagction. The be checked in t p the mers on site with instrument CONTRACTOR shall provide program technicians for the purposes of start up and testing of the system software. B. A minimum Of three (3) man days shall be provided for on -site testing. 3.07 START UP MODIFICATIONS A. Programming modifications may be required during startup per the CITY/ENGINEER'S requirements. B. Provide an additional two (2) man days of programming time for these r changes changes. These man days shall be in dsystem with dition tlme oothe equipment required to integrate the existing vendors. END OF SECTION 10/27/03 13711 442.C1 EXISTING PLC/RTU SYSTEM MODIFICATIONS 8 SECTION 13720 VARIABLE FREQUENCY DRIVE PART I GENERAL 1.01 WORK INCLUDED A. Provide complete Variable Frequency Drive (VFD) system(s) as specified within and as indicated on the drawings. System shall be provided complete with all necessary accessories and appurtenances as required for a completely functional system ready for immediate use. B. Variable Frequency Drive manufacturer shall submit letter as part of the shop drawing submittal process indicating compatibility of variable frequency drive with pump/motor system(s) being provided for this project. C. Units shall be provided as specified herein and with additional requirements as indicated on plans. D. Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, operation and maintenance. E. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 11028 - Horizontal Split -Cast Centrifugal Pumps - General. B. Section 13700 - Process Instrumentation and Controls. C. Section 13711 - Existing PLC/RTU System Modifications. D. Division 16 - Electrical. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Section 01300 - Submittals. B. Shop drawings shall be submitted via the control system vendor to the ENGINEER for review and comment. Vendor shall clearly indicate his conformance to the requirements of this specification. Along with standard literature, a detailed schematic and assembly drawing shall be provided. A recommended spare parts list shall be provided. Vendor shall not release the unit for manufacture without approved shop drawings. C- Complete set of Operation and Maintenance Manuals shall be submitted in accordance with Section 01730 - Operation and Maintenance Data. O & M Manuals shall be provided prior to start-up. D. Warranty information shall be submitted in accordance with Section 01740 - Warranties and Bonds. 10/27/03 442.C1 13720 1 VARIABLE FREQUENCY DRIVE 1.04 QUALITY ASSURANCE A. All equipment furnished under this specification shall a be w and manufacturer having ful unused, shall be the product of a record of manufacturing and servicing the equipment specified herein for a minimum of five (5) years. 1.05 WARRANTIES A. Provide a full warranty covering labor, materials, the services of a factory authorized technician including all expenses for a period of two (2) years. During this period, manufacturer shall repair any failures associated with the drive. B. This warranty period shall begin on the contract date of substantial Completion, no exceptions. PART 2 PRODUCTS 2.01 VARIABLE FREQUENCY DRIVE (VFD) A. Fully engineered Variable Frequency Drive (VFD) system for use with a pump/motor as listed below. Units shall utilize PWM technology. Power input shall be listed below,r Yaskawa by 1e shall e Series GP10 by Saftronics Series GP10, AAB o 1. Minimum drive inverter amps of output shall not be less than the amps as listed by horsepower/voltage combination in Table 430-150 of the latest issue of the National Electrical Code. 2. Minimum drive overload capability shall not be less than 110% of the output rated amps for 60 seconds. 3. Installation Locations: Location Ta Numbers Horse, power Valtage VFD-3030 125 480 P-3030 125 480 P-3020 VFD-3020 B. As a minimum include the following features. 1. Exterior front cabinet door mounted equipment shall be as follows: a. Hand -Off -Auto selector switch. b. Programmer/Monitor/Display Module and required appurtenances. Display shall indicate speed in percent. C. Engraved legend plate shall be provided for all devices. d. Manual speed potentiometer. e. Pilot/control devices including 800T style lights and switches. Pilot lights shall be transformer type, push -to - test. Pilot/control devices shall be provided as shown on drawings. s, non-resetable, electro-mechanical f. Elapsed time meter, hour Engler 200 series, or equal. g. Provide digital readouts for tank level and distribution system pressure. 10/27/03 13720 2 442.C1 VARIABLE FREQUENCY DRIVE 2. Circuit Breakers a• For control circuits, units shall be Square D with poles, voltage and ratings as indicated on the drawing. Units shall interrupt the maximum prospective fault current available. 3. Fuses a. Bussman 600 volt, dual element type. 4. Control Relays a. Control relays shall be programmable. b. Omron or equal. 5. Indicator Lights a. Square-D trans type 6 volt, Class 9001, type KX, push to test, or equal. b. Lens color shall be as noted. C. Single or dual indicator lights shall be as noted herein. d. Provide finger -safe contact blocks. 6. Selector switches a. Square•-D, Class 9001, Type KX, or equal. b. Operators shall be black knob type or key switch, 4-position, 3-position or 2-position, as noted C. Selector switches shall be spring return where noted. d. Provide finger -safe contact blocks. 7. Pushbuttons a. Square-D Class 9001, Type KX, pushbutton, or equal. b. Non -illuminated pushbuttons shall be black. C. Illuminated pushbuttons shall have lens colors as noted. d. Provide finger -safe contact block. 8. Elapsed Time Meter a. Hour meter, non -reset type, Cramer 635K, or equal. 9. Ground Fault Duplex Receptacle a. Leviton Duplex Receptacle or equal b. AC receptacle box shall be Steel City 58351-1/2 or equal C. Covers shall be Steel City 58-C-5, or equal. 10. Signal Isolator a. Signal isolator shall be plug-in type. b. AGM Electronics or equal. 11. Phase Monitor a. Diversified or equal with auto reset. 12. Surge and Lightning Arrestors a. All control panels shall be provided with surge and lightning arrestors as specified. b. Surge Arrestor 10/27/03 442.C1 13720 3 VARIABLE FREQUENCY DRIVE 1. Surge arrestor shall be GE Tranquell, 9L15FCB001. C. Lightning Surge suppressor 1. Lightning surge suppressors shall be Innovative Technology PTX160 series. d. Signal 1800 series• 1. Panel surge arrestors (PSA) shall be Bourns, 2. Field surge arrestors (PSA) shall be Bourns, 1669-06. 13. Fluorescent Lamp a 8 watt, 120v, 1211, Grainger 2V809, or equal. b. Bulb, 8w, 1211, miniature, Phillips, or equal. 14. Ground Lug a. #1/0 Wire Ilsco AU-O, or equal. 15. Time Delay Relays a. Time delay relays shall be programmable with adjustable ranges, DPI switch settable. b, Omron or equal 16. Totalizer w/ Indicator a. Red Lion Controls Model IMP -Apollo, 4-1/2 digit intelligent meter, with totalization and front panel total reset. s or circuit 17 Padlockabreakersbconnected outsideto door handle, A defeater shall handle main disconnect with ebe provided. re or ypss 18. Where drives are utilized contactor operationwshall tbe output /coordinatedwith bdrive contactors, operation. a. Contactor shall close before drive operation starts. b. Contactor shalpossible, open hall be powered utilizing drive operation ends. C. Where possible, output Ups power. 19. Drive shall be provided with the capabilities to ride through brown outs and to restart on power loss and return after time delay. wired to 20. Discrete input and output sshallshall be reov quired ui ed as ided a indicated labeled terminal strip. q "C" contacts shall be on Bi (3) additional form praded. Addit onal slave relays shall beprov d d as req ired. 21. Provisions to receive a 4-20 mA DC signal for remote speed reference. Signal isolation shall be provided in the drive. 22. Provide self -powered speed indication signal output, fully isolated, 4-20 mADC, 24 volts. 23. Provisions to receive a 4-20 mA DC signal for ground storage tank level indication. Signal isolation shall be provided in drive. 24. Provisions to receive a 4-20 mA DC signal for distributionprovided systin pressure indication. signal isolation shall be p drive. 10/27/03 13720 4 442.C1 VARIABLE FREQUENCY DRIVE 25. Joslyn lightning arrestors, Surgitron, 1454-01 or an equal 26. Provisions shall be made to be certain the operation of the drive shall not disturb the operation of the existing telemetry system. 27. Provide line reactors of 3% impedance as a minimum to limit harmonic distortion to the power system. Line reactor shall be installed within the drive enclosure. 28. Provide power output harmonic filters (reactors) sized as required to prohibit excessive harmonic spikes. Output filter shall be a KLC filter as manufactured by Transcoil or equal. Transcient peaks shall not exceed 1200 V. a• Filter shall be specific for each application and location. b. Total harmonic distortion shall not exceed 3W. C. Cable lengths and sizes shall he included in determining filter requirements. 29. Drives shall perform over operating range of pump/motor with a 15 KHz adjustable frequency to keep noise levels low. The adjustable range shall be from 2 KHz to 15 KHz. 30. VFD System Enclosure a. NEMA 12, painted steel, gasketed, Freestanding enclosure, UL labeled assembly with cooling fans and filters. b. Minimum metal thickness shall be 14-gauge. C. All doors shall be rubber-gasketed with continuous hinge. d. Print pocket and one (1) set of reduced drawings shall be provided on interior side of door. e. Minimum overall dimensions shall be as indicated by Drawings or as required by UL subject 508A for industrial control panels. f. Provide door stop kits for cabinet door(s). g• Panel electrical 1. Wiring a. All electrical wiring shall be in accordance with the applicable requirements of Division 16 - Electrical. Wires shall be 600-volt class, PVC insulated stranded copper and shall be of the sizes required for the current to be carried, but not below 16 AWG enclosed in either sheet metal raceway or plastic wiring duct. Wiring for signal circuits shall be twisted shielded pairs not smaller than No. 18 AWG, and be separated at least 6 inches from any power wiring. b. All panel wiring shall be labeled with T&B Shrink-Kon HVM marker system. Wire marker numbers shall agree with control panel provided terminals. h. Terminal Blocks 1. Terminal blocks shall be one-piece molded plastic blocks with screw type terminals and barriers rated for 300 volts. Terminals shall be double sided. Terminals shall have permanent, legible identification. 2. Wires shall be terminated at the terminal blocks with crimp type, preinsulated, locking forked -tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated. 10/27/03 442.C1 13720 5 VARIABLE FREQUENCY DRIVE 3. Terminals shall be Allen Bradley 1492 series or equal. 4. Terminal numbers and wire numbers shall agree. i. Wire Ducts 1. Wire duct shall be by Panduit, or equal. j. Power Supplies 1. Provide do power supplies as required to power instruments requiring external do power. 2. Power supplies shall convert 120V ac, 60-Hz power to do power of the appropriate voltage(s) with sufficient voltage regulation and ripple control to assure that the instruments being supplied can operate within their required tolerances. 3. Output overvoltage and overcurrent protective devices shall be provided with the power supply to protect the instruments from damage due to power supply failure and to protect the power supply from damage due to external failure. Provide NEMA 1 enclosure for all power supplies. Power supplies shall be mounted such that dissipated heat does not adversely affect other components. k. Uninterruptible Power Supply (UPS) 1. Provide properly sized UPS for all equipment and instruments as noted on drawings. 2.02 VrD OPERATION A. Hand -Off -Auto mode selector 1_ Discrete control a. Hand. The drive ramps up to the speed reference per the local drive keypad- b. Off: Drive ramps down to the minimum speed, the output stops. while in the off position the drive is not permitted to run. C. Auto: upon receiving a start command, the drive ramps up the remote speed reference. Drive shall ramp ordination minimum speed set point before stopping pump. of the output contactor with drive speed is critical. 2. Speed control a. The speed reference shall be from the local potentiometer while from t remote 4h local o de 20analog al g input signal while in d n the auto mode b. Adjustable minimum and maximum speed settings shall be provided. C. Separate adjustable ramp slope settings shall be provided for both acceleration and deceleration. 10/27/03 13720 6 442•Cl VARIABLE FREQUENCY DRIVE 2.03 NAMEPLATES, NAME TAGS AND SERVICE LEGENDS A. All components provided under this section, both field and panel mounted, shall be provided with permanently mounted name tags bearing the entire ISA tag number of the components. Panel mounted tags shall be plastic; field mounted tags shall be stamped stainless steel. B. Circuit breakers and all dead front panel items shall be clearly labeled by name, no tag number. Nameplates are defined as inscribed laminated plastic plates mounted under or near a panel face mounted instrument. Service legends are defined as inscribed laminated plastic integrally mounted on a panel face mounted instrument. C. Service legends and nameplates shall be engraved, rigid, laminated plastic. Service legends and nameplates shall be fastened to the panel by screws or with a specially applied adhesive. Fastening shall not depend only on the adhesive backing of the nameplate. Unless otherwise noted, color shall be black with white letters and letter height shall be 3/16-inch. D. Field mounted tags shall be 16-gauge, 304 stainless steel with 3/16- inch high characters. E. Each panel shall be provided with a cabinet face mounted laminated nameplate as specified above. Unless otherwise noted, color shall be black with white letters %-inch high. 2.04 SPARE PARTS A. VFD manufacturer shall supply owner with the following: 1. Two (2) sets of fuses for every size fuse used in VFD(s). 2. One (1) line reactor as specified herein for each horsepower size. 3. One (1) output filter as specified herein for each horsepower size. 4. One (1) carton of indicator lights of each type provided. B. All parts shall be furnished in containers which are clearly marked and identified as to the contents. C. Provide spare parts bill of materials with submittal for approval. PART 3 EXECUTION 3.01 GENERAL A. Install equipment in a workmanlike manner utilizing craftsmen skilled in the particular trade. Provide work which has a neat and finished appearance. B- Coordinate work with the OWNER, the CONTRACTOR and work of other trades to avoid conflicts, errors, delays and unnecessary interference with operation of the existing plant during construction. C. Follow manufacturers' installation instructions explicitly, unless otherwise indicated. Wherever any conflict arises between manufac- turers' instructions, and these Contract Documents, follow ENGINEER's 10/27/03 442.Cl 13720 7 VARIABLE FREQUENCY DRIVE decision, at no additional cost to OWNER Kee, ob) � manufacturers' ll, rimes. instructions on the jobsite available for ravle 3.02 MANUFACTURER'S SERVICES A. Provide a factory authorized service technician for two (2) man days to start up, test and place unit. This ifproblems service all be ex required,atthe manufacturer's expe se,arise extended, with the drive unit(s)• ne(1) man day of training. This B. Provide separate from the start-up, o time shall be at to convenience of the OWNER. Minimum training instructions shall include the following. 1. Routine Maintenance. 2. programming, including entering the programming mode, changing set points, interpreting fault information. 3. Trouble shooting. 4. Fault corrections and resetting actions. R the 5. VFD repput levels using testequipmentntative shall emonstrate to N(re: oscilloscope) s out output trara p 6. Provide signed, typewritten test report certifying total harmonic distortion levels. 7, provide type -written report documentation for all software parameters. For each parameter, include the range and current setting. 3.03 CLEAN-UP A. Keep the premises free from accumulation of waste material debris b materials, scraps,, from Upon completion of work, remove premises and from interior and exterior of all devices and equipment. Touch-up scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type, color, consistency and type of surface of the original finish. END OF SECTION 10/27/03 13720 8 442.C1 VARIABLE FREQUENCY DRIVE SECTION 15005 DUCTILE IRON PIPE (WATER) PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install ductile iron pipe and all appurtenant Work, complete in place, all in accordance with the requirements of the Contract Documents. B. All items specified herein this section may not be specifically required for this project. CONTRACTOR shall coordinate the require- ments of this section with the drawings for proper completion of the work. C. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements which apply to the Work specified herein and are mandatory for this project. D. Like items provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, operation and maintenance. 1.02 RELATED WORK SPECIFIED ELSEWHERE a. Section 02200 - Earthwork. b. Section 15029 - Testing and Disinfection (Pipelines, Structures and Equipment). 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Commercial Standards (Latest Revisions): ANSI/AWWA C104/A21.4 ANSI/AWWA C110/A21.10 ANSI/AWWA C111/A21.11 ANSI/AWWA C115/A21.15 ANSI/AWWA C150/A21.50 ANSI/AWWA C151/A21.51 ANSI/AWWA C153/A21.53 Cement -Mortar Lining for Ductile Iron Pipe and Fittings for Water. Ductile -Iron and Gray -Iron fittings, 3 in. through 48 in, for water and other liquids. Rubber Gasket Joints for Ductile -Iron and Gray -Iron Pressure Pipe and Fit- tings. Flanged Ductile -Iron Pipe with Threaded Flanges. Thickness Design of Ductile -Iron Pipe. Ductile -Iron Pipe, Centrifugally Cast, in Metal Molds or Sand -Lined Molds for Water and Other Liquids. Ductile -Iron Compact Fittings, 3 in. through 24 in. and 54 in. through 64- in., for water service. 10/27/03 442.C1 15005 1 DUCTILE IRON PIPE (WATER) ANSI/AWWA C210 Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. ANSI/AWWA C600 Installation of Ductile -Iron Water Mains and their appur�,enances. 1.04 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 - submittals. B. shop drawings of pipe and fittings to demon- Sho Drawin s: Submit strate conformance with the requirements of this section and the requirements of the referenced standards. C. Certifications: When requested by ENGINEER, furnish an affidavit of compliance for all pipe, fittings, pipe linings and other miscellaneous pieces and accessories furnished. Affidavit shall certify that all materials supplied to the job site have been manufactured in accordance with these specifications and the referenced standards and that all tests and inspections have been conducted and approved. All expenses incurred in making samples for certification of tests shall be within the Scope of the Contract. D. Submit complete piping layout drawings to or e project ons. Layout. Layout drawings drawings shall show all fitting shall also reference location and type of all restrained joints. Detailed drawings shall be provided for all locations requiring additional detail as applicable for clarification. ,joint restraint requirements shall be as shown on the drawings and specified herein. Layout drawings shall be produced and provided by the pipe manufac- turer. 1.05 QUALITY ASSURANCE A. Ins ection: All pipe shall be subject to inspection at the place of manufacture in accordance with the provisions of the referenced standards, as supplemented by the requirements herein. Notify t14 he ENGINEER in writing of the manufacturing starting date not less than days prior to the start of any phase of the pipe manufacture. g. During the manufacture of the pipe, the ENGINEER shall be givenaccess to all areas where manufacturing is in process and shall be permitted to make all inspections necessary to confirm compliance with the Specifications. C. Tests: Except as modified herein, all materials used in the manu- facture of the pipe shall be tested in accordance with the requirements of the referenced standards as applicable. D. Perform said material tests within the Scope of the Contract. The ENGINEER shall have the right to witness all testing conducted; provided, that the schedule is not delayed for the convenience of the ENGINEER. E. in addition to those tests specifically required, the ENGINEER may request additional samples of any material including lining and coating samples for testing by the OWNER. The additional samples shall be furnished within the scope of the Contract. 10/27/03 15005 442.Cl DUCTILE IRON PIPE (WATER) 1.06 DELIVERY, STORAGE AND HANDLING A. Handling and Stora e: All pipe, fittings, etc., shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. Pipe shall he handled and stored at the trench site in accordance with the following paragraphs. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. B. Stockpiled pipe shall be supported on sand or earth berms free of rock exceeding 3 inches in diameter. The pipe shall not be rolled and shall be secured to prevent accidental rolling. C. Strut ; Adequate strutting shall be provided on all specials, fit- tings, and straight pipe 48 inches in diameter and larger so as to avoid damage to the pipe and fittings during handling, storage, hauling, and installation. D. All pipe damaged prior to Substantial Completion of the project shall be repaired or replaced by the CONTRACTOR within the Scope of the Contract. PART 2 PRODUCTS 2.01 GENERAL A. The pipe shall be of the diameter shown, shall be furnished complete with rubber gaskets and all specials and fittings shall be provided as specified herein and required under the Contract Documents. B. La in hen ths: Maximum pipe laying lengths shall be 20 ft. with shorter lengths provided as required. C. Finish: The pipe shall have smooth dense interior surfaces and shall be free from fractures, excessive interior surface crazing and roughness. D. The use of a manufacturer's name and model number is for the purpose of establishing the standard of quality and general configuration desired. Products from other manufacturers will be considered in accordance with Section 01005 - General Requirements. 2.02 MATERIALS A• Ductile Iron Pipe: Pipe materials shall conform to the requirements of ANSI/AWWA C151/A21.51 and unless otherwise noted herein this specifica- tion or the drawings, all ductile iron pipe shall be as follows: Minimum Special Cases Nominal Diameter Pressure Class Thickness Class 3" thru 12" 350 Psi _ 14" thru 36" 250 Psi _ 42" thru 54" 200 psi _ Flanged Pipe (all diameters) -- 53 (Min) B. Cement: Cement for mortar lining shall conform to the requirements of ANSI/AWWA C104/A21.4; provided that cement for mortar lining shall be 10/27/03 442.C1 15005 3 DUCTILE IRON PIPE (WATER) V. Fly ash or pozzolan shall not be used as a cement Type II or replacement. 2.03 DUCTILE IRON PIPE A. General: Ductile iron pipe used in this project shallArrS e in accordance -51 with the requirements of ANSI/AWWA C150/A21.50, and ANSI/AWWA C115/A21.15 as applicable. B. Ductile iron pipe for water mains shall be standard cement lined in an asphaltic accordance with ANSI/AWWA C104/A21.4 and seal coating with with AWWA C151. coating approximately 1 mil thick in accordance C. Flanged pipe shall be in accordance with ANSI/AWWA lined as C115/A21.15 and specified above. ANSI/AWWA C110/A21.10. Pipe shall be cement D. Ductile iron pipe shall be of the diameter as shown on the drawings and class as specified herein. 2.04 CEMENT -MORTAR LINING A. Cement -Mortar Linin for Shop A lica:ion". Except as otherwise provided herein, interior surfaces of all ductile iron pipe, and specials shall be cleaned and lined by the pipe manufacturer /AWWA th cement -mortar lining applied centrifugally in conformity C104/A21.4. The lining machines shall be of a type that have been used successfully for similar Work. Every precaution shall be taken to prevent damage to the lining. If lining is damaged or found faulty at delivery site, the damaged or unsatisfactory portions shall be replaced with lining conforming to these Specifications. g, The minimum lining thickness shall be as specified in ANSI/AWWA C104/A21.4. 2.05 PUSH -ON JOINTS (NON -RESTRAINED TYPE) A. Push -on pipe joints (non -restrained type) shall be "Fastite" as manufactured by American Cart Iron Pipe Company, "Tyton" as manufac- tured by U.S. Pipe and Fou;:dry, ar equal. Push -on joints shall meet the requirements of ANSI/AWWA C111/A21.11. 2.06 PUSH -ON JOINTS (RESTRAINED TYPE) A. Push -on joints (restrained type), 24-inch and smaller, shall u el"Fast- Grip" gasket system by American Cast Iron Pipe Company, Lok gasket system by U.S. Pipe and Foundry, or equal. B. push -on joints (restrained type) greater than 24-inch, shall be "LOK- Ring" restrained joint by American Cast Iron Pipe "TR Flex" restrained joint by U.S. pipe and Foundry, or equal. 2.07 MECHANICAL JOINTS (STANDARD) A. Mechanical joints for fittings and valves shall meet the requirements of ANSI/AWWA C111/A21.11. 2.08 MECHANICAL JOINTS (RESTRAINED) A. Restrained mechanical joints shall be utilized for fittings and valves at locations indicated on the drawings. 10/27/03 15005 4 442.C1 DUCTILE IRON PIPE (WATER) B. Restraint of mechanical joints shall he accomplished by using a Megalug Series 1100 restraining follower gland as manufactured by EBAA Iron Sales, Inc. or equal. C. Mechanical joints for fittings and valves shall meet the requirements Of ANSI/AWWA C111/A21.11. 2.09 FLANGED JOINTS A. Flanged joints meeting the requirements of ANSI/AWWA C115/A21.15 shall be utilized at locations shown on the Drawings. B. Gaskets for flanged joints shall be ring type gaskets, 1/8-inch thick, compatible for the service conveyed by the pipeline. Bolts, nuts and washers shall meet the requirements of AWWA C115/A21.15 and shall be either type 304 stainless steel or standard low carbon steel as follows: type 304 stainless steel, bolts, nuts and washers shall be used for all flanged locations exposed to weather or submerged and the low carbon steel bolts, nuts and washers shall be used for all interior flanged piping locations. 2.10 JOINT ACCESSORIES A. Joint gaskets shall be synthetic rubber as per ANSI/AWWA C111/A21.11. Gaskets shall be compatible to applicable service. B. Joint lubricants shall be furnished by the pipe manufacturer. 2.11 FITTINGS AND SPECIALS A. Mechanical joint fittings (3-inch through 24-inch) shall be ductile iron compact fittings manufactured in accordance with ANSI/AWWA C153/A21.53 with a pressure rating of 350 psi. Fittings shall have mechanical joints in accordance with ANSI/AWWA C111/A21.11. B. Mechanical joint fittings (30-inch and larger) shall be ductile iron fittings manufactured in accordance with ANSI/AWWA C110/A21.10 with a pressure rating of 250 psi. Fittings shall have mechanical joints in accordance with ANSI/AWWA C111/A21.11. C. Fittings for flanged pipe shall be short body ductile iron with flanged ends in accordance with AWWA/C110 with 125# flanges having a pressure rating of 250 psi. D. Fittings shall be coated and lined as specified for the applicable pipe application. E. Fittings shall be of the diameter and pressure class as shown on the Drawings or specified herein. 2.12 DUCTILE IRON WALL PIPES A. Provide ductile iron wall pipes of the proper diameter and with ends as shown on the Drawings for connection to adjacent ductile iron pipes where they pass through concrete walls which are to be watertight. All wall pipes shall be provided with standard seep ring. Wall pipes shall be of a class equal to or greater than the remainder of the pipe in the line. If standard castings are not readily available, special castings shall be cast or fabricated which will provide a watertight installa- tion. 10/27/03 442.C1 15005 5 DUCTILE IRON PIPE (WATER) 2.13 DUCTILE IRON FLANGE COUPLING ADAPTERS (NON -RESTRAINED TYPE) A. Flange adapters shall be used as required on plain end ductile iron pipe. Flanges shall be cast from 60-42-10 as cast ductile iron for ASTM 536. Bolt pattern shall meet ANSI B16.1,125 lbs. Flanges shall contain ductile iron set screws. Flange adapters shall be series 1000 as manufactured by EBBA Iron, Inc. or equal. 2.14 DUCTILE IRON FLANGE COUPLING ADAPTORS (RESTRAINED TYPE) A. Flange adaptors shall be made of ductile iron conforming to ASTM A536 and have flange bolt circles that are compatible with ANSI/AWWA C115/A21.15. Restraint for the flange adaptor shall consist of a plurality of individually actuated gripping wedges to maximize restraint capability. Torque limiting actuating screws shall be used to insure proper initial set of the gripping wedges. B. The flange adaptors shall be capable of deflection during assembly or permit lengths of pipe to be field cut to allow a minimum 0 .6" gap between the end of the pipe and the mating flange without affecting the integrity of the seal. C. The flange adaptor shall be the SERIES 2100 MEGAFLANGE adaptor as produced by EBAA Iron, Inc., or equal. 2.15 MECHANICAL JOINT RETAINER GLANDS A. The mechanical joint retainer glands shall be designed to fit standard mechanical joint bells with Standard T head bolts conforming to ANSI/AWWA C111/A21.11 and ANSI/AWWA C153/A21.53 of latest revision. Glands shall be manufactured of ductile iron conforming to ASTM A536-80 grade 60-42-10. Set -screws shall be of hardened ductile iron and require the same torque in all sizes. Steel set -screws are not permitted. These devices shall be UL listed and have the stated pressure rating with a minimum safety factor of 2:1 and shall be Series 100 as manufactured by EBAA Iron, Inc., or equal. 2.16 DUCTILE IRON COUPLINGS A. Couplings for joining of plain end pipe shall be Ford Ductile Iran Couplings Style FC1, Dresser Style 153, or equal. Thrust ties, where indicated on drawings, 1 1/2 ltimesprtheded as specif spered to cified mum ustain the operating force developed by pressure. B. Couplings for joining of plain end pipe of different outside diameter (O.D.) shall be Ford ductile iron couplings FC2A, Dresser Style 162, or equal. Thrust ties, where indicated on drawings, shall be provided as required to sustain the force developed by 1-1/2 times the specified maximum operating pressure. 2.17 FLEXIBLE COUPLINGS A. Flexible couplings for use with steel pipe shall be Dresser style 38, Rockwell 411, or equal. Flexible couplings for use with the cast and ductile iron pipe shall be Dresser Style 53 or 153, Rockwell 431, or equal, with zinc -plated bolts and nuts. Thrust ties shall be provided 10/27/03 15005 442.C1 DUCTILE IRON PIPE (WATER) 6 as required and shown to sustain the force developed by 1"-1/2 times the operating pressure specified. 2.18 FLEXIBLE EXPANSION JOINT A. Flexible expansion joints shall be installed in the locations indicated on the drawings and shall be manufactured of ductile iron conforming to the material properties Of ANSI/AWWA C153/A21.53 with mechanical joint ends. B- Each flexible expansion joint shall be pressure treated against its own restraint to a minimum of 350 psi. C• Each flexible expansion joint shall consist of an expansion joint designed and cast as an integral part of a ball and socket type flexible joint, having a minimum of 15 degrees deflection per ball and 4-inches minimum expansion. D. All internal surfaces and seal contact surfaces parts shall be lined with a minimum of 15 mils of NSF approved fusion -bonded epoxy conform- ing to the applicable requirements of ANSI/AWWA C213 and shall be holiday tested with a 1500 volt spark test conforming to said specific- ations. E. All external surfaces shall be coated with a catalyzed coal tar epoxy conforming to the material requirements of AWWA C210. F. All double -ball flexible expansion joints shall be FLEX -TEND as manufactured by EBAA Iron, Inc., or equal. 2.19 PIPE FINISH (BURIED) A. The pipe shall have smooth dense exterior and interior surfaces and shall be free from fractures. The outside coating shall be an asphaltic coating at least 1 mil thick and applied to the pipe after lining has been placed. 2.20 PIPE FINISH (EXPOSED) A. Exposed piping and fittings shall be shop primed with a catalyzed rust inhibitive epoxy primer. Minimum dry film thickness shall be 2-3 mils. Surface preparation shall be white metal blast cleaning in accordance with Steel Structures Painting Council No. 10 (SSPC-SP10). Primer shall be compatible for use with coatings specified in Section 09900 - Protective Coatings. PART 3 EXECIITION 3.01 INSI"""-LLATION OF PIPE A. Inspect each piece of pipe and fitting prior to installation to insure that there are no damaged portions of the pipe, B- Before placement of the pipe in the trench, the interior of each pipe or fitting shall be thoroughly cleaned of any foreign substance, which may have collected thereon and shall be kept clean at all times thereafter. For this purpose, the openings of all pipes and fittings in the trench shall be closed during any interruption of the Work. C. Pipe shall be installed in accordance with AWWA C600. 10/27/03 442.C1 7 15005 DUCTILE IRON PIPE (WATER) D. pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that i forms o sa c ntinuous, solid bearing for the full length of the pipe• shall be made as needed to facilitate removal of handling devices after the pipe is laid. Sell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings. Excavation habe made to as needed outside the normal trench section at field joints it adequate access to the joints for field connection operations and for application of coating on field joints. e, within E. In laying pipe, it shall be laid to the seradoseafnderoaslope, the approximately one inch plus or minus. on g intent is to lay to grade. F. Where necessary to raise or lower the pipe due to unforeseen obstruc- tions or other causes, the ENGINEER may change the alignment and/boy the grades. Such change shall be made by the deflection of joints, use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed the maximum deflection recommended by the pipe manufacturer. No joint shall be misfit any amount which will be detrimental to the strength and water shall tightness of the finished joint. In all cases the j op be the controlling factor. G. Except for short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding to percent. pipe plachichuntil Y s laid on a downhill grade shall be blocked and held i n pto prevent sufficient support is furnished by the inst installed as shown. movement. All bends shall be properly 3.02 PUSH -ON JOINTS p,. Immediately before jointing pipe, the bell end of the pipe shall be clean rubber gasket installed lubricated with thoroughly cleaned, and a a manufacturers approved vegetable -based lubricant. The spigthe ot o the pipe section shall then be inserted into thebellof Tilting of the laid joint and telescoped into its proper position. pipe to insert the spigot into the bell will not be permitted. After the pipe lengths have been joined, a feeler gauge shall be inserted into the recess and moved around the periphery of the joint to detect any irregularity in the position of the gasket. If the gasket cannot be felt all around, or there is a shallow area, the joint shall be disassembled. If the gasket is undamaged, as determined by the ENGINEER, it may be reused, but only after the bell end and gasket have been relubricated. 3.03 RESTRAINED JOINTS A. provide and install restrained joint, pipe and accessories as indicated on the Drawings and specified herein. B. Restrained joints shall be completed in accordance with the manufactur- er's installation instructions. c. Restrained type joints as specified shall be used for all joints within jack and bore casings and within 20 feet of the limits of the casing. 3.04 INSTALLATION OF PIPE APPURTENANCES A. All valves shall be handled in a manner to prevent tali injury or hall damage be to any part of the valve or adjoining pipe. ior to installation. Adjust all stem thoroughly cleaned and prepared pr 10/27/03 15005 8 442-C1 DUCTILE IRON PIPE (WATER) packing and operate each valve prior to installation to insure proper operation. B. All valves shall be installed so that the valve stems are plumb and in the location shown. 3.05 THRUST BLOCK INSTALLATION A. Provide reaction or thrust blocking for all fittings, valves and other items as indicated by the Drawings. Dimensions shall be as shown on the Drawings. S• The concrete mix shall be as specified in Section 03300 - Concrete, for a 28-day compressive strength of not less than 3000 psi. C. Place blocking between the undisturbed ground and the fitting to be anchored. The bearing surface shall be as shown on the Drawings or as directed by the ENGINEER. Place the blocking so that the pipe and fitting joints will be accessible to repairs, unless otherwise shown. 3.06 CLEANING AND DISINFECTION A. As pipe laying progresses, keep the pipe interior free of all debris. Completely clean the interior of the pipe of all sand, dirt, mortar splatter and any other debris following completion of pipe laying and any necessary interior repairs prior to testing and disinfecting the completed pipeline. B. Disinfect all potable piping in accordance with Section 15029 - Testing and Disinfection (Pipelines, Structures and Equipment). END OF SECTION 10/27/03 442.C1 15005 9 DUCTILE IRON PIPE (WATER) SECTION 15029 TESTING AND DISINFECTION (PIPELINES, STRUCTURES AND EQUIPMENT) PART 1 GENERAL 1.01 WORK INCLUDED A. This section covers the work necessary to test new pipeline systems and disinfection of new pipelines, new structures and new equipment and appurtenances which will be in contact with potable water. B. Process piping and associated equipment and structures corresponding to the following flowstream identification shall be cleaned, tested and disinfected: 1. As scheduled on drawings. C. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements which apply to the Work specified herein and are mandatory for this project. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards (Latest Revisions): ANSI/AWWA B300 Hypochlorites. ANSI/AWWA B301 Liquid Chlorine. ANSI/AWWA C651 Disinfecting Water Mains. ANSI/AWWA C652 Disinfection of Water Storage Facilities ANSI/AWWA C653 Disinfection of Water Treatmen' Plants. B. Local Permitting Authority Florida Department of Environmental Protection (FDEP). Broward County Health Department (BCHD). 1.03 SUBMITTALS A. Submit a minimum 48-hour advance written notice of proposed testing schedule for review and concurrence of the ENGINEER. Proposed plans for water recirculation, control, disposal and chlorine dosage shall be submitted. B. Submit copies of all test results to ENGINEER. PART 2 PRODUCTS 2.01 GENERAL A. The disinfection shall be accomplished by the use of chlorine solutions prepared from chlorine gas, sodium hypochlorite, or calcium hypo - chlorite. B. Chemicals for chlorination and temporary valves, bulkheads, or other water control equipment and materials shall be determined and furnished by CONTRACTOR subject to the ENGINEER's review. No materials shall be used which would be injurious to the construction or its future function. 10/27/03 442.C1 15029 TESTING AND DISINFECTION (PIPELINES, 1 STRUCTURES AND EQUIPMENT) 2.02 DISINFECTION SOLUTIONS A. Disinfecting solution shall be chlorine -water solution having a free chlorine residual as specified herein t on for shallthe be:indicaat1dgdissinfectuidion procedure. The disinfecting as; or 3) a calcium or sodium gas -water mixture; 2) dry chlorine g hypochlorite and water mixture. B. The liquid chlorine gas -water mixture shall he applied by means of an approved solution feed chlorinating device. Dry chlorine gas shall be fed through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the waterwith nst e pthe ipe being treated. Chlorinating devices for feeding chlorine gas or the gas itself must provide means for preventing the backflow of water into the chlorine cylinder. C. If the calcium hypochlorite procedure is used, first mix the dry powder with water to make a thick paste, then thin to approximately a one percent solution (10,000 ppm chlorine). If the sodium hypochlorite procedure is used, dilute the liquid with water to obtain a 1 percent solution. The following proportions of hyp wll be required: Product quanta Water Calcium Hypochlorite (1) 1-pound 7.5-gallon (65-70 percent Cl) Sodium Hypochlorite (2) 1-gallon 4.25-gallon (5.25 percent Cl) (1) Comparable to commercial products known as HTH, perchloron, and pittchlor. (2) Known as liquid laundry bleach, Chlorox, purex, etc. PART 3 EXECUTION 3.01 GENERAL A. Unless otherwise provided herein, water for testitng, flushihe OWNERand disinfection and other purposes shall be furnished by will be made available to the CONTRACTOR at the existing facilities of the OWNER in accordance with Section 01500 - Construction Facilities and Temporary Controls. CONTRACTOR shall furnish all necessary pipe, hose extensions or transportation to the point of use. The CONTRACTOR shall exercise care in the use of water. B. All pressure pipelines shall be tested. All chlorinating and testing operations shall be performed in the presence of the ENGINEER. C. Disinfection operations shall be scheduled as late as possible during the contract time period so as to assure the maximum p degree the sterility of the facilities at thshalle be performed by ork is eated certified OWNER. Bacteriological testing testing laboratory acceptable to theENGztestwithinNEER ingshall be satisfactory Contract. Results of the bacteriological with FDEP. D. Release of water from pipelines and structures, after testing and disinfecting have been completed, shall be as reviewed by the ENGINEER. 10/27/03 15029 TESTING AND DISINFECTION (PIPELINES, 2 442.C1 STRUCTURES AND EQUIPMENT) 3.02 TESTING OF PIPELINES A. General 1. Conduct pressure and leakage tests on all newly installed pipe- lines. Furnish all necessary equipment and material and make all taps in the pipe, as required. The ENGINEER will monitor the tests. Test pressures shall be as per the Piping Schedule on the Drawings. 2. Testing New Pipe Which Connects to Existing Pipe: New pipelines which are to be connected to existing pipelines shall be tested by isolating the new pipe with spectacle blinds or blind flanges or plugs. B. Hydrostatic Leak Tests 1. Equipment: Furnish the following equipment for the hydrostatic tests: Amount Descri tion 2 Graduated containers 2 Pres_ure gauges 1 Hydraulic force pump Suitable hose and suction pipe as required 2. Prior to testing, all pipelines shall be flushed or blown out as appropriate. Test all pipelines either in sections or as a unit. No section of the pipeline shall be tested until all field -placed concrete or mortar has obtained an age of 7 days. The test shall be made by closing valves when available, or by placing temporary bulkheads in the pipe and filling the line slowly with water. Responsibility for ascertaining that all test bulkheads are suitably restrained to resist the thrust of the test pressure without damage to, or movement of, the adjacent pipe are the CONTRACTOR'S. Care shall be taken to see that all air vents are open during filling. 3. The pipeline shall be filled at a rate which will not cause any surges or exceed the rate at which the air can be released through the air valves at a reasonable velocity and all the air within the pipeline shall be properly purged. After the pipeline or section thereof has been filled, it shall be allowed to stand under a slight pressure for a sufficient length of time to allow the concrete or mortar lining, as applicable, to absorb what water it will and to allow the escape of air from any air pockets. During this period, bulkheads, valves, and connections shall be examined for leaks. If leaks are found, corrective measures acceptable to the ENGINEER shall be taken. 4• The test shall consist of holding the test pressure on the pipeline for a period of 2 hours. The test pressure shall be as indicated on the pipe schedule measured at the lowest point of the pipeline section being tested. All visible leaks shall be repaired in an acceptable manner. 5. Maximum allowable leakage shall be determined by the following formula: L = S p 133,200 10/27/03 1502 442.C1 3 TESTING AND DISINFECTION (PIPELINES, STRUCTURES AND EQUIPMENT) C 3.03 A B C. E F. in which L is allowable leakage in gallons per hour; S is the length of pipe tested in feet; D is nominal diameter of pipe in inches; and P is average test pressure in pounds per square inch gage. Prssure during the test shall not vary more than +5 psi. An additional amount of 0.0078 gal/hr/inch of nominal valve size will be allowed if test is run against a closed, metal -seated valve. In the case of pipelines that fail to pass the prescribed leakage test, the CONTRACTOR shale determine the cause of the excessive leakage, shall take corrective measures necessary to repair the leaks, and shall again test the pipelines, all at no additional cost to the OWNER. Test Records: Records shall be made of each piping system installation during the test. These records shall include: 1. Date of test. 2. Description and identification 3. Test fluid. 4. Test pressure. 5. Test results. 6. Remarks, to include such items a. Leaks (type, location). b. Repairs made on leaks. 7. Certification by CONTRACTOR ENGINEER. DISINFECTING pIPELINES of piping tested, as: and initialed acknowledgment by General: All potable water pipelines and appurtenances shall be disinfected as hereafter described. Chlorination: A chlorine -water mixture shall be applied by means of a solution -feed chlorinating device. The cat hlorine solution shall bs applied at one end of the pipeline tough a tap �n s1i duch mn er h tothe water hr the pipeline is filled with water , the dosag m applied shall be taken entering the ipe shall be approximately 50 pp treated from to prevent '.le strong chlorine solution in the line being flowing back into the line supplying the water. Retention Period: Chlorinated water shall be retained in the pipeline long enough to destroy all non -spore -forming bacteria. This period shall be at least 24 hours. After the chlorine -treated water has been he chlorine residual at the pipeline retained for the required time, t tative points shall be at least 25 extremities and at other represen ppm. Chlorinatin Valves: During the process of chlorinating the pipelines, all valves and other appurtenances shall be operated while the pipeline is filled with the heavily -chlorinated water. Final Flushin Following chlorination, all treated water shall be thoroughly flushed from the pipelines at their extremities. Should the initial treatment fail to produce satisfactory disinfection of the he orine porintion ipelines repeatedtuntil lacceptable residual, el as resultsareobtained, procroc within the Scope of the Contract. Residual Chlorine Tests: After disinfection outlined above has been continue until the residual chlorine tests accomplished, flushing shall at hstandard methods u e stnsi using a standard or hotolidintest esival chbe lorine tests with 10/27/03 15029 TESTING AND DISINFECTION (PIPELINES, 4 442.C1 STRUCTURES AND EQUIPMENT) G. I£ methods of disinfection differ materially from those outlined above, such methods shall be in accordance with the directives of the Flor-da Department of Environmental Protection (FDEP), and all methods employed shall have approval of that agency. 3.04 BACTERIOLOGICAL TESTING (PIPELINES) A. Provide bacteriological testing after the water system has been pressure tested, disinfected and thoroughly flushed, as specified herein. B. Provide sample points for bacteriological testing at the source end and Opposite end of pipe being tested. Intermediate sample points shall be provided as required to limit the maximum distance between sample Points to 1000 feet. Types and installation of sample points shall be as shown in the standard details. C. Take samples on two (2) consecutive days from the sample points in suitable sterilized containers. Forward samples to an approved testing laboratory for bacterial examination. If tests of such samples indicate presence of coliform organisms, disinfection as outlined above shall be repeated until tests indicate absence of such pollution. Bacterial tests shall be satisfactorily completed before system is placed in operation and it shall be the CONTRACTOR's responsibility to obtain satisfactory samples. D. Bacteriological sampling and testing shall be completed in strict accordance with FDEP Rules and Regulations. 3.05 STRUCTURE DISINFECTION A- Prior to disinfection, remove any foreign material from structures. Clean using fire hoses and other tools required for adequate scrubbing and cleaning. The scrub water shall be pumped or drained from the structures before disinfection. B. A solution of 200-mg/L available chlorine shall be applied directly to the surfaces of all parts of the storage facility that would be in contact with water when the storage facility is elevation. full to the overflow C. Method of application. The chlorine solution may be applied with suitable brushes or spray equipment. The solution shall thoroughly coat all surfaces to be treated, including the inlet and outlet piping, and shall be applied to any separate drain piping such that it will have available chlorine of not less than to mg/L when filled with water. Overflow piping need not be disinfected. D- Retention. The disinfected surfaces shall remain in contact with the strong chlorine solution for at least 30 min, after which potable water shall be admitted, the drain piping purged of the 10-mg/L chlorinated water, and the storage facility then filled to its overflow level. The structures shall be filled with potable water containing at least 2 ppm of free chlorine and after 24 hours of contact must remain. time 1 ppm of chlorine 3.06 BACTERIOLOGICAL TESTING (STRUCTURES) A. Provide bacteriological testing after the water storage structure has been cleaned and disinfected thoroughly, as specified herein. 10/27/03 442.C1 15029 TESTING AND DISINFECTION (PIPELINES, 5 STRUCTURES AND EQUIPMENT) B. Take samples on two (2) consecutive days from the sample points in suitable sterilized containers. Forward samples to an approved testing laboratory for bacterial examination. If tests of such samples indicate presence of coliform organisms, disinfection as outlined above shall be repeated until tests indicate absence fbefo e pollution, syste Bacterial tests shall be satisfactorily is placed in operation and it shall be the CONTRACTOR's responsibility to obtain satisfactory samples. C. Bacteriological sampling and testing shall be completed in strict accordance with FDEP Rules and Regulations. 3.07 CHLORINATION OF PERMANENT EQUIPMENT AND MATERIAL A. Permanent equipment and materials to be installed shall be chlorinated just prior to their installation. B. Chlorination shall be accomplished by spraying such items with a solution having an available chlorine concentration of not less than 200 mg/L. 3.08 CONNECTIONS TO EXISTING SYSTEM A. where connections are to be made to the existing water system, HTH shall be added at the points of connection. Final connection shall be made only after the written approval of local permitting authority which requires two continuous negative bacteriological tests. 3.09 CLEANING A. Interim Cleanin Care shall be exercised during fabrication to prevent the accumulation of weld rod, weld spatter, pipe cuttings and filings, gravel, cleaning rags, etc. within piping sections. All piping shall be examined to assure removal of theand other foreign objects prior to assembly. Shop cleaning may employ Y ntional commercial cleaning method if it does not corrode, deform, swell, or otherwise alter the physical properties of the material being cleaned. B. Final Cleaning: Following assembly and testing and prior to final his section, except plant acceptance, al pipelines installed under t process air lines and instrument air lines, shall be flushed with water and all accumulated construction debris and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet per second. END OF SECTION 10/27/03 15029 TESTING AND DISINFECTION (PIPELINES, 442.Cl STRUCTURES AND EQUIPMENT) SECTION 15100 MANUALLY OPERATED VALVES PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish all labor, equipment, materials and incidentals for the complete installation of the following types of manually operated valves, check valves and appurtenances shown on the Drawing and specified herein. 1. Valve Appurtenances, 2. Gate Valves. 3• Butterfly Valves. 4. Ball Valves. 5• Globe Valves. 6. Check Valves. 7. Sample Valves. 8• Tapping Sleeves and Valves. 9. Corporation Stop. B. All items specified herein this section may not be specifically required for this project. CONTRACTOR shall coordinate the require- ments of this section with the drawings for proper completion of the Work. C. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, replacement and service. D• See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements which apply to the Work specified herein and are mandatory for this project. 1.02 SUBMITTALS A. Submit detailed shop drawings and valve manufacturer's specifications in accordance with Section 01300 - Submittals. Clearly indicate make, model, location, type, size and pressure rating. PART 2 PRODUCTS 2.01 GENERAL A. All valves shall be complete with all necessary operating handwheels, chain wheels, extension stems, floor stands, worm and gear operators, operating nuts, chains, and wrenches which are required for the proper completion of the Work included under this section. B. Renewable parts including discs, packing, and seats shall be of types recommended by valve manufacturer for intended service. 2.02 MANUFACTURERS A. All units shall have the name of the manufacturer and the size of the valve cast on the body of bonnet or shown on a permanently attached plate in raised letters. 10/27/03 442.C1 15100 1 MANUALLY OPERATED VALVES The use of a manufacturer's name and moel or numer is for the alog B purpose of establishing the standa d o f qualitytand g ne r pural configura- tion desired. 2.03 VALVE BOXES A. Valve boxes shall be of the two-piece adjustable screw type, cast iron, with 5-1/4-inch shaft of appropriate length for the installation. Extension pieces, if required, shall be the manufacturer'sWA andarrd type. Valve box tops shall have raised letters saying "SEWER", as applicable. Valve boxes shall be as manufactured by Tyler pipe, or equal. 2.04 VALVE STEM EXTENSIONS A. where the depth of the valve is such that its centerline is more than 4 feet below grade, operating extension stems shall be provided to bring the operating nut to a point 6 inches below the surface of the ground and/or valve box cover. Extension stems shall have 2-inch standard operating nut and steel alignment washer. Extension stems shall be by the General Engineering company, or equal. 2.05 LIMIT SWITCHES A. Certain valves are required to be provided with limit switches. Switches and associated attachment mountings shall be factory installed and, unless otherwise indicated, limit switches shall eNEMA echaDPDal rated at 5 amps, 120 volts ac. Check the various process drawings and the instrumentation and control drawings to locate valves requiring limit switches. Limit switches shall be normally closed or normally open as indicated by the Drawings. B. Limit switches shall make when valve is g0% open or 10% closed, as applicable. 2.06 IDENTIFICATION TAG REQUIREMENTS A. Exposed Valves: Each valve operator shall be provided with a 1-1/2-inch minimum diameter heavy brass tag. Each tag shall bear the valve number shown on the Drawings. The tags shall be attached to the operator with soldered split key rings so that ring and tag cannot be removed. The numbers and letters shall be of block type with 3/8-inch high numbers and letters engraved thereon and filled with black enamel. B. Buried Valves: underground valve identification markers shall be 3-inch diameter, 1/8-inch thick, solid hard brass, with 1/4-inch tamper -proof hook -end rod anchor. Surface to be engraved with 1/4-inch to 3/8-inch capital letters, approximately 0.015--inch deep. Hand punched lettering is not acceptable surface of marker ground smooth and epoxy coated to prevent tarnishing. Markers shall be Wagco markers or equal. 2.07 GATE VALVES A. V1: Gate valves 2-1/2-inches and smaller for water service shall be all -bronze with screwed bonnet and ends, single solid wedge gate, and nonrising stem. Valves shall be rated 125-pound SWP, 200-pound WOG, and shall be Walworth Company figure 4; Crane Co. cat. No. 438; NIBCO Fig 133; or equal. B. V-2. Gate valves 2-1/2-inches and larger for water service shall be iron body, bronze trim with flanged ends, double disc gate with nonrising bronze stem, and handwheel operator, conforming to AWWA C- 10/27/03 15100 2 442.Cl MANUALLY OPERATED VALVES 500. Valves shall be rated 125-pound SWp, 200-pound WOG, and shall be Mueller, or equal. C. V-3: Resilient -seated gate valves must be wedge type conforming to ANSI/AWWA C309 and UL262 for 3-inch and larger buried service. Resilient -seated gate valves, wedge -type, shall have a cast or ductile iron body and bonnet, rubber -coated cast iron disc, mechanical joint ends, non -rising stem, 0-ring seals, bronze stem nut, flanged bonnet and 2-inch square operating nut. All ferrous surfaces, interior and exterior, shall receive a minimum 8 mil fusion -bonded epoxy coating conforming to AWWA C550. All valves must be UL Listed and FM approved. AWWA, UL-FM designation must be cast into valve body. Valves shall be as manufactured by American Flow Control, Mueller, Clow, or equal. 2.08 BUTTERFLY VALVES A. All butterfly valves shall conform to the requirements of AWWA C-504, latest revision. Valves shall have ductile iron or cast iron bodies per ASTM A 126 C1 B with integrally cast trunions. Discs shall be of cast iron ASTM A 126 C1B or ASTM A 48 C1 40 or of ductile cast iron ASTM A 536 Grade 65-45-12. Disc edges shall be type 316 stainless steel or monel. Valve shafts shall be one or two piece, type 304 or 316 stainless steel and shaft diameter shall meet minimum requirements established by AWWA Standard C504 for class 150B. Disc -shaft connec- tion shall be solid and operator shall connect to the shaft with the use of keys and keyways. The use of compression or friction connec- tions is not acceptable. Valve seats shall be EPDM material for water with chloramines. Valve seats shall be located in the valve body and shall be simultaneously molded, vulcanized and bonded to the body or retained by mechanical means 'without the use of retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be adjustable and replaceable in valves 24" and larger without removing the disc and/or shaft. Valve shaft bearings shall be sleeve -type, self-lubricating and corrosion -resistant. Valves shall be as manufactured by Henry Pratt Company, DeZurik, Mueller, or equal. All interior and exterior ferrous surfaces shall be epoxy coated. Epoxy coatings shall be compatible for service fluid as applicable. Coating for use with potable water processes shall be NSF approved for contact with potable water. Epoxy coating application shall be manufacturer's standard unless otherwise specified. B. V-20: Standard service butterfly valves 10 inches and smaller with 125-pound, full-faced, flanged ends, drilled in accordance with ANSI B16.1 and manual locking hand lever actuators as per AWWA C-504. C. V-21: Standard service butterfly valves 12 inches through 20 inches With 125-pound, full-faced, flanged ends, drilled in accordance with ANSI B16.1 and totally enclosed, worm gear or traveling nut -type, manual handwheel actuators as per AWWA C-504. D• V-22: Standard service butterfly valves 12 inches through 20 inches with 125-pound, full-faced, flanged ends, drilled in accordance with ANSI B16.1 and chainwheel actuators as per AWWA C-504. Chainwheels and guides shall be galvanized or cadmium -plated. Chains shall be of the size of the operating floor. chains shall be heavily galvanized or cadmium -plated and shall be smooth welded link type chain. Where chains hang in normally traveled areas, appropriate "L° 10/27/03 442.C1 15100 3 MANUALLY OPERATED VALVES type tie back anchors shall be provided and located as directed by the ENGINEER. Chainwheel operators shall be marked with an arrow and the word "OPEN" indicating direction to open - have E. 3_23, Buried service butterfly valves 2 cast inches an s llerjoinends ANSI ,'AWWA Cill/A21.11 Class 150B, integrally and enclosed buried service geared operators as per AWWA C-504. Operators shall be equipped with a square operating nut and be fullr gasketed and grease packed to withstand an external ground minimum. Extension stems and a ground lever valve pressure of 10 psi, furnished for installation in each valve position indicator shall be box. The indicator shall be hermetically sealed for installation shall inside a cast iron valve box and all show valve disc position, direction of rotation, and number rof ov turns d by the vane manufay open cturer, closed. This indicator shall be p complete. es larg all have F. V_24: Burieservice .11 Class butterfly 15D Bvalve echanicalhjo n d endseand henclosed ANSI/AWWA Cl / geared operators per AWWA C-504. Operators shall be equipped with a square operating nut and be fully gasketed and grease valve ai packed pp tiontindicatorexternal shall be water furpressure for 10 Psi minimum. installations each i valve ide a castindicator iaoivalve box bhermetically ox. The andshallshow sealed for valve disc position, direction of rotation, and number of turns from fully open to fully closed. This indicator shall be provided the valve manufacturer, complete. G. V-25: Butterfly valves shall conform to the requirements of C504, latest revision. A11 valve ss. The use of compression operatorsnnected to or friction the use of key and keyway able. Valves shall be flanged nu�dshort man° dy connections is not accept a type, AWWA class 150B, with worm gear or traveling type actuator as per AWWA C-504. Valve bodies shall be ASTM A-743, type 316L stainless steel with 125-pound full-faced, flanged ends drilled in accordance with ANSI 816.1. Discs shall be ASTM A-743, Type 316 stainless steel. Valve shaft shall be type 316 stainless steel with self-lubricating TFE corrosion -resistant sleeve type bearings. Valve seats shall be attached to the valve body and shall be of EPDM material. 2,09 BALL VALVES A. V-30: Ball valves 2 inches and smaller, far general water, oil and air ntry type, with screwed ends, full service, shall be all -bronze, top e bore ports, Teflon seats, and hand liver operators, rated 250-pound WOG minimum 125 psi SWP. Valves shall be Crane Co. Accesso, Cat. No. 2330- TF; Lunkenheimer Figure No. 700-SB; or equal. B y-31: Thermoplastic ball valves 4 inches and smaller r sha, Gradell be rated vnyl 150 psi at 105 degrees F, with ASTM D1784, Type be of end entry, double chloride body, ball and stems. Valves shall union design with solvent weld socket ends. Valves all double E DM O rreplace- able Viton seats with an o-ring backing seals. The valve shall have a left hand threaded spacing ring on one es have a for manual side to adjust ball stens l�be ofVGFv Plastic l systems, hType e 346, spears operation. Valves True Union 2000, or equal. and seats shall be used Vitcn or Teflon backing rings, 0-rings, seals, for sodium hypochlorite installations. 10/27/03 15100 442.C1 MANUALLY OPERATED VALVES 4 C. v-31V; Thermoplastic ball valves 4 inches and smaller shall be rated 150 psi at 105 degrees F, with ASTM D1784, Type 1, Grade 1 polyvinyl chloride body, ball and stems. Valves shall be of end entry, double union design with solvent weld socket ends. Valves shall have replaceable Viton seats with an O-ring, backing, and double Viton 0- ring stem seals. The valve shall have a left hand threaded spacing ring an one side to adjust ball tension. Valves shall have a handle for manual operation. Valve ball shall have a small vent in the ball to the upstream side. Valves shall be as GF plastic, Type 346 (with field drilled vent), Spears True Union (with field drilled vent), Plast-O-Matic (with optional vent), or equal. D. V-33. Ball valves for ammonia gas under pressure shall be 600-pound WOG, double -seal ball valves with carbon steel body, monel ball and stem, reinforced Teflon seat, Teflon seals, and screwed ends, nonlubricated. Ball shall be vented downstream to prevent gas from being trapped in the valve. Provide lever type handle for each valve. Valves shall be Apollo 7A-130-26 Series, or equal. E.y-34, Two-inch corporation stop, suitable for the insertion of a 1- 1/2-inch diffuser tube. Corporation stop shall have Mueller threads and shall be U.S. Filter/Wallace and Tiernan No. UXA17877, or equal. Main Connection shall be a complete package including diffuser, safety chain and fittings required for insertion and securing the diffuser with the safety chain. F. V-35: Ball valves 2 inches and smaller for general corrosive service shall be all Type 316 stainless steel, top entry type with screwed ends, full bore ports, Teflon seats and cadmium plated carbon steel hand lever operators and stem nuts, cadmium plated alloy steel body bolts and nuts and vinyl handle sleeve. Valves shall be manufactured by Whitey Company or equal. 2.10 GLOBE VALVES A. v-40, Y_type PVC globe valves, 1-1/2-inches through 3-inches shall have spigot type end connections in accordance with ASTM D-1785 and shall carry a pressure rating of 150 psi at 68°F. Valve body material shall be translucent PVC to meet or exceed the requirements of 12454B as per ASTM D-1784. Valves shall be Y-globe valve type 301 as manu- factured by George Fischer, or equal. Angle type hose valves 2-inches and smaller shall be brass or bronze body, with rising stem, composition disc and handwheel rated 250 Psi WOG minimum. Valves shall have standard hose thread on the outlet end with cap and chain. Valves shall be James Jones Co., J-383; Powell Valve Co., Figure 150H; Jenkins Figure 112, or equal. Provide hose connection vacuum breakers for V-41 installations 3/4-inch and smaller. Vacuum breaker shall be Watts Series 8, or equal. C. V-42. Globe valves 3 inches and smaller shall be all bronze with screwed ends, union bonnet, inside screw, rising stem and TFE disc. Valves shall be rated 150 psi SWP, 300 psi WOG and shall be Crane Co. Cat, No. 7, Nibco T-235-Y, or equal. 10/27/03 442.C1 5 15100 MANUALLY OPERATED VALVES 2.11 CHECK VALVES A. V-70: Ball check valve with PVC body shall meet or exceed the require- ments of ASTM D-1784. Valve shall carry a pressure rating of 150 psi at 68°F. Valves shall be ball check type 360 PVC as manufactured by George Fischer, or equal. B. y-72: The slanting disc check valve shall have a 2 piece cast iron 3 body conforming to ASTM A48, Class 0 with flanged ends which are capture bolted together through the center of the valve in aand disct�ing must the seat on a 55 degree angle. The bronze seat ring be replaceable in the field without special tools or machining. The pivot pins and bushings shall be stainless steel or aluminum bronze. An indicator shall be provided to show the position of the disc. The area through the valve body shall be equal to the full pipe area while the area through the seat section shall be 40% larger than the inlet indicated and outlet of the valve to achieve lowest head loss. Whfor determin- on drawings, provide a limit switch, as specified herein, ing valve OPEN/CLOSE position. The valve shall be rated 150 psi WOG and be APCO Series 800, or equal. v-73: The check valve shall be of the silent operating type that begins to close as the forward flow velocity diminishes and be fully closed at zero velocity preventing flow reversal and resultant water hammer or shock. The valve design shall incorporate a center guided, spring loaded e ends and having a short linear stroke that poppet, guided at opposit generates a flow area equal to the pipe, The operation of the valve shall not be affected by the position of installation. It shall be capable of operating in the horizontal or vertical position with the flow up or down. All component parts shall be field replaceablewithout tho t the and held need of special tools. A replaceable guide bushing shall be in position by the valves spring. The spring shall be designed to withstand 100,000 cycles without failure and exert a force which allows the valve to start operating at a differential pressure of 0.5 p. and to fully open at a flow velocity of 4 F.P.S. The valve disc shall be concave to the flow direction providing for disc stabilization, maximum strength and a minimal flow velocity to fully open the valve. The valves disc and seat shall be field replaceable and have a seating surface finish of 32 micro -inch or better to insure positive seating at rate not xceed all pressures he le rate allowed byatheeAWWA C508 orl.5 oz. ePer hour per ainch lf tof allowab valve size. A BUNA-N seal shall be furnished to provide zero leakage. The seal design shall provide for both a metal to metal seal and a metal to BUNA-N seal to achieve resilient sealing at both low and high pressures without over -loading or damaging the BUNA-N seal. Silent check valve shall be VALMATIC Series 1800 silent Check Valve, Globe style, or equal. D. y-55: goo straight pattern horizontal swing check val eplug with rated cast bronze body, rubber flapper, removable bronze top 125 psi wsp/200 psi wog with female NPT ends. Valves shall be Series CV as manufactured by WATTS Regulator or equal. 10/27/03 15100 6 442.C1 MANUALLY OPERATED VALVES E. V-76: Horizontal swing check valves with outside lever and weight shall have an iron body, flanged ends, bronze mounted and shall meet the requirements of AWWA C508. Valve shall have rubber faced disc and low zinc bronze seat ring for abrasion resistance. Provide limit switches as specified herein, for determining valve OPEN/CLOSE Position. Valves shall he Clow F-5382, List 115, or equal. F. V-79: Diffuser check valves shall be all rubber of the flow operated check type with a wafer -style connection. The check valve shall be designed to slip over the specified pipe outside diameter and attached by means of vendor furnished stainless steel clamps. The port area shall contour down to a duckbill which shall allow passage of flow in one direction while preventing reverse flow. The valve shall be one piece rubber construction with nylon reinforcement. The bill portion shall be thinner and more flexible than the valve body and formed into a curve of 180°. Manufacturer must have available flow test data from an accredited hydraulics laboratory to confirm pressure drop data. Company name, plant location, valve size and serial number shall be bonded to the check valve. Valves shall be of the Series TF-2 as manufactured by the Red Valve Co., Inc., or equal. 2.12 SAMPLE VALVE A. V-100: Compression sink fitting, solid cast brass body with solid flange, %" - 14 NPS female threads, plain end, 4-arm handle and polish chrome finish. Valves shall be Model 0007-1/2 by Central Brass or equal. 2.13 TAPPING SL.rEVE AND VALVE A. Tapping sleeves shall be mechanical joint type with flanged outlet. Sleeves shall be manufactured from gray cast iron meeting the require- ments of ASTM A126 Grade B or ductile iron meeting ASTM A536 Grade 65- 45-12. Outlet flange drilling shall conform to the requirements of ANSI B16,1 Class 125. Working water pressure of sleeve shall be 200 outlet Test plug tap shall be provided in sleeve neck under flange B. Tapping valves shall conform to AWWA C509, resilient seated gate vales, except as modified for passage and clearance of tapping machine cutters. The opening through the valve shall be a minimum 1/4-inch larger than nominal valve diameter. Valves shall have a flanged end to meet the tapping sleeve. The opposite end shall be mechanical joint. C. Tapping sleeves and valves shall be sized as shown on the Drawings and manufactured by American Flow Control, or equal. D. Stainless steel sleeve Style CST -EX, extra heavy, as manufactured by Cascade Waterworks, may be substituted for specified ductile iron sleeve at CONTRACTOR's option. 2.14 CORPORATION STOPS A. Corporation stops shall have an AWWA threaded inlet and have an outlet for the type of service piping specified. Inlet and outlet diameter shall match the inlet diameter of the air release valve. Corporation stops shall be by Mueller, Ford, or equal. 10/27/03 442.C1 15100 7 MANUALLY OPERATED VALVES PART 3 EXECUTION 3.01 GENERAL A. Before installation, the valves shall be thoroughly cleaned of all foreign material and shall be inspected for proper operation, both opening and closing, and to verify that the valves seat properly. Valves shall be installed so that the stems are vertical. Jointing shall conform to AWWA C600. valves shall be installed as depicted in the standard details. Joints shall be tested with the adjacent pipeline. If joints leak under test, valveha l be disconnected and reconnected, and the valve and/or the pipeline d. B. Valves shall be installed at locations shown on the Drawings in a manner recommended by the manufacturer and acceptable to ENGINEER. of C. Bolt holes of flanged valves shall straddlt evertical centerline the pipe run. Prior to installing flanged gasket and bolts, faces shall be thoroughly cleaned. After cleaning, insert gasflanges leak and tighten the nuts progressively and uniformly. if under pressure, loosen or remove the nuts and bolts, reseat or replace the gasket, retighten and/or reinstall the nuts and bolts, d before retest the joints. Joints shall be watertight at test pressures acceptance. D. Thoroughly clean threads of NPT joints by wire brushing or other approved method. Apply approved joint compound to threads prior to making joints. Joints shall be watertight at test pressures before acceptance. 3.02 VALVE BOXES A. Center the valve boxes and set plumb over the operating nuts of the valves. Set valve boxes so that they do not transmit shock or stress to the valves. Set the valve box covers flush with the surface of the finished pavement or grade as shown. Cut extensions to the proper length so that the valve box does not ride on the eninsionthe standard set at grade. Valve boxes shall be installed as depicted Details. B. Backfill shall be the same as specified for the adjacent pipe. Place backfill around the valve boxes and thoroughly compact to a density equal to that specified for the adjacent trench and in such a manner that will not damage or displace the valve box from properalignment or grade. Misaligned valve boxes shall be excavated, plumbed backfilled within the Scope of the Contract. C. Install brass identification marker in concrete valve box pad as shown in the standard details. 3.03 TAPPING SLEEVES AND VALVES A. Existing pipe to be tapped shall be thoroughly clean to ensure proper seating of sleeve gasket. B. Assemble and install sleeve and gasket in strict accordance with the manufacturer's installation instructions and recommendations. C. Install tapping valve. During backfilling procedures, install valve box as specified herein. D. Provide blocking or other acceptable means to support valve, existing pipe and sleeve and tapping machine until tapping and pipe bedding have been completed. 10/27/03 15100 B 442.Cl MANUALLY OPERATED VALVES E. Pressure test tapping sleeve and valve assembly at 200 psi for a two (2) hour duration, following procedures specified in Section 15029 - Testing and Disinfection (Pipelines, Structures and Equipment). Test gauge should be installed in test plug tap in sleeve neck under .flange outlet. Testing shall be conducted in presence of ENGINEER. 3.04 PROTECTIVE COATING A. Shop and field painting shall be in accordance with and as specified in Section 09900 - Protective Coatings. R. Exposed valves shall be shop primed with a catalyzed rust inhibitive epoxy primer. Minimum dry film thickness shall be 2-3 mils. Surface preparation shall be commercial blast cleaning in accordance with Steel Structures Painting Council No. 6 (SSPC-SP6) primer shall be compatible for use with coatings specified in Section Prime - hall - tive Coatings.o9900 C• Color coding of piping shall be as specified by the Piping Schedule. 3.05 TESTING A. valves shall be tested at the same time that the adjacent pipeline is tested. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The CONTRACTOR will be held responsible for any damage caused by the testing. B• If requested by the ENGINEER, the valve manufacturer shall furnish an affidavit stating the materials options furnished and/or that it has complied with these and other referenced specifications. END OF SECTION 10/27/03 442.C1 15100 MANUALLY OPERATED VALVES SECTION 15105 SELF-CONTAINED AUTOMATIC PROCESS VALVES PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers all work necessary to completely furnish and install all of the following various self-contained automatic process valves required, complete. B. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, replacement and service. C. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 A 1.03 A B. C 1.04 RELATED WORK SPECIFIED ELSEWHERE Section 15400 - Plumbing. SUBMITTALS Submittals shall be made in accordance with Section 01300 - Submittals. Submittals shall include but not be limited to the following items: 1 2 3 Complete shop drawings of all valves and appurtenances. Complete manufacturers' material specifications including interior and exterior linings and coatings. Manufacturers' installation instructions complete with all necessary piping schematics. Operation and Maintenance data in accordance with the requirements of Section 01730 - Operation and Maintenance Data. QUALITY ASSURANCE A. All valves furnished under this specification shall be new and unused, shall be the product of a manufacturer having a successful record of manufacturing and servicing the valves specified herein for a minimum of five (5) years. 1.05 WARRANTY A. The manufacturer and contractor shall warrant the valves being supplied to the OWNER against all defects in workmanship and materials for a period of one (1) year. Warranty period shall commence on Substantial Completion date as outlined in the General Conditions. Warranties for all valves installed under this contract shall run concurrently. B. The MANUFACTURER's warranty period shall run concurrently with the CONTRACTOR's warranty period. No exception to this provision shall be allowed. The CONTRACTOR shall be responsible for proper storage of the valves so as to remain in an "as shipped" condition. If the valves remain in storage at the jobsite for longer than six (6) months, before 10/27/03 442.C1 15105 SELF-CONTAINED AUTOMATIC 1 PROCESS VALVES installation, the CONTRACTOR shall provide factory service personnel for a complete inspection of the valves. Any work necessary to restore the valves to an "as shipped" conditijn will be the responsibility of the CONTRACTOR. PART 2 PROi7UCTS 2.01 GENERAL A. All valves shall be complete with all necessary operating appurtenances included in the work with this section. B. All valves shall have the manufacturer's name, model number andhe size of the valve cast on the body or bonnet or shown on a permanently attached stainless steel plate in raised letters. 2.02 IDENTIFICATION TAG REQUIREMENTS A. Each valve operator shall be provided with a 1-1/2-inch minimum diameter heavy brass tag. Each tag shall bear the valve number shown on the Drawings. The tags shall be attached to the operator with soldered split key rings so that ring and tag cannot be removed. The numbers and letters shall be of block type with 3/s-inch high numbers and letters engraved thereon and filled with black enamel. 2.03 REDUCED PRESSURE BACKFLOW PREVENTER (LESS THAN 4") A. The reduced pressure principle backflow preventer shall be ring loadedcheck assembly consisting Of two independently acting, ressure differential valves together with an automatically operating p relief located between the two check valves. The first check valve shall reduce the supply pressure a predetermined amount thatbetwduring normal flow and the cessation of normal flow, the pressure the check valves is less than the supply pressure. In case of leakage of either check valve, the differential relief valve shall discharge to atmosphere to maintain the pressure between the check valves less than the supply pressure. B. Unit shall include quarter turn ball shut-off valves located at each end of the unit. Unit shall also be fitted with properly located test cocks. operation shall be completely automatic. All internal parts of the check valves and pressure differential valve must be removable or replaceable without requiring the complete removal of the unit from the service line. C. Units shall have a bronze strainer, bronze body and cover, and ghall be rated for a working water pressure of 175 psi and a maximum temperature of 1400 F. D. Units shall be Series 909E-QT as manufactured by Watts Regulator, or equal. E. The valves shall be provided according to the following table. Size Maximum operating Val ve No. QtY- Inches Pressure si RPZ 1 2 150 10/27/03 15105 SELF-CONTAINED AUTOMATIC 2 PROCESS VALVES 442.C1 2.04 COMBINATION AIR RELEASE VALVES (CAV) A. Combination air release and vacuum valves shall have a cast iron body and cover, stainless steel float, Fauna-N needle and seat, bronze plug and Delrin lever frame. The valves shall be as manufactured by ValMatic Valve and Manufacturing Company, or equal. B. Valves shall be factory primed with a rust -inhibitive primer. Primer shall be compatible for use with coating system No. 4 specified in Section o99oo - Protective Coatings. C. The valves shall be provided according to the following table. The model numbers are for ValMatic Valve and Manufacturing Company. Inlet/Outlet Maximum Valve No, OtY. Size Inches Model No. O eratin Pressure CAV 2 1 201C 150 psi PART 3 EXECUTION 3.01 GENERAL 3.02 10/27/03 A. Clean and inspect all valves in the open and closed positions Prior to installing in the line. B. Each valve shall be installed complete with all accessories as described herein and shall be totally automatic. C. Valve assembly shall be installed as indicated by the standard details of the contract drawings, as applicable. D. Install and adjust according to manufacturer's recommendations. E. Test valve with adjacent pipeline and repair any leaks as necessary. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The contractor will be held responsible for any and all damage caused by testing. MANUFACTURER'S CERTIFICATION A. Provide certificate from valve manufacturer stating that the valve(s) have been installed in accordance with the manufacturer's stated recommendations and that the valve(s) meet the specified performance requirements. R. Certification to be submitted in accordance with the requirements of Section 01300 - Submittals. END OF SECTION 15105 442.C1 3 SELF-CONTAINED AUTOMATIC PROCESS VALVES SECTION 15400 PLUMBING PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers the Work necessary to furnish and install, complete, miscellaneous plumbing and piping systems. B. All items specified herein this section may not be specifically required for this project. CONTRACTOR shall coordinate the require- ments of this section with the drawings for proper completion of the work. C. Like items of materials provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. D. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEW11ERE A• Section 15029 - Testing and Disinfection (Pipelines, Structures and Equipment). B. Section 15100 - Manually Operated Valves. 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A• Building Codes I. Florida Building Code, 2001 Edition. B. Commercial Standards: 1. The latest revision of the particular ASA, ASTM, NBS or AWWA standard in effect at the time of advertisement for bids shall be the minimum acceptable. 1.04 SUBMITTALS A. Submittals during construction shall be made in accordance with Section 01300 - Submittals. 1.05 EQUIPMENT ACCESSIBILITY A• The CONTRACTOR shall be fully aware of the peculiarities and limita- tions of the space available for the installation of all materials in this Contract. B. In addition, the contractor shall insure that all equipment, such as valves, traps, clean -outs, and other such apparatus shall be readily accessible. Provide access panels where required. The foregoing shall also apply in general to any part of the system which may be necessary to be reached from time to time for maintenance and operation of the system. PART 2 PRODUCTS 10/27/03 442.C1 15400 1 PLUMBING 2.01 MATERIALS A. Unless otherwise specified, all materials shall conform to the require- ments of the local Building Code. B. Dielectric couplings shall be provided between ferrous and nonferrous materials. c. If instructed by the ENGINEER, furnish certified statements from the manufacturer that the material conforms to the requirements specified above. 2.02 POLYVINYL CHLORIDE (PVC), DRAIN, WASTE AND VENT (DWV) C. PVC Pipe: Schedule 40, Type II, ASTM D1785, dual marked DWV, ASTM 2665, D. PVC Fittings: Schedule 40, Type II, ASTM D2665, DWV. E. Joints: Solvent Weld. 2.03 POLYVINYL CHLORIDE (PVC) PIPING A. Pipe: Schedule 40 or Schedule 80, Type 1, Grade 1, ASTM D1784 and ASTM D1785 as required by Piping Schedule. B. Fittings: Socket type, same schedule as pipe, ASTM D2467. Threaded type, Schedule 80, ASTM D2464. C. PVC Cement: Conforming to ASTM D2564. D. Thread Lubricant: Teflon tape. E. Joints: ANSI/ASTM B32, solder, Grade 95TA. 2.04 MILL STEEL PIPING A. Pipe: carbon steel, black, seamless or electric resistance welded, ASTM A-53, Grade A, or API 5L, Grade A. 2-inch and smaller Schedule 80 2--1/2-inch thru 6-inch Schedule 40 B. Fittings: Threaded (NPT) forged carbon steel, ASTM A-105,Schedule 40 or 80 to match pipe. c. Flanges: Forged steel, ASTM A 181, Grade I, socket weld or welding neck type, faced and drilled 300-pound, 1/16 inch raised face ANSI B1_6.5 standard. D. Gaskets: 1/16-inch thick Buna-N composition flat ring type with RF flanges or 1/16-inch thick full face type with flat face flanges. E. Joints: 2-inch and smaller Threaded (NPT) Larger than 2-inch - Butt weld or flanged. 2.05 COPPER PIPING, ABOVE GRADE A. Copper Tubing: Seamless, ASTM B88, Type L, hard drawn. B. Fittings: Commercially pure wrought copper, socket joint ANSI/ASME B16.29. 10/27/03 15400 2 442.Cl PLUMBING C. Joints: ANSI/ASTM B32, solder, Grade 95TA. 2.06 COPPER PIPING, BURIED A. Copper Tubing: Seamless, ASTM B88, Type K, hard temper. B. Fittings: Commercially pure wrought copper, socket joint ANSI/ASME B16.29. C. Joints: ANSI/ASTM B32, solder, Grade 95TA. 2.07 FLEXIBLE PVC TUBING A. Flexible PVC tubing material shall be compounded from non -toxic PVC ingredients in compliance with applicable FDA requirements. Tubing shall be reinforced to reduce elongation under pressure. B. Tubing shall be continuous from pump discharge to point of application. Lengths provided shall be as measured in field to serve any treatment unit from any lime slurry pump. C. Flexible PVC tubing shall be K1315D Series "RF" as manufactured by Kuri Tec, or equal. 2.08 ABRASIVE RESISTANT PIPING AND FITTINGS A. Abrasive resistant pipe and fittings material shall have a Brinell Hardness of 500 for 31, I.D. and from 280 to 340 for 4" I.D. or larger. Cast fittings shall be provided at each change of direction. Ninety - degree, 45 degree and 22-1/2 degree fittings shall have a Brinell Hardness of 400, and can be of the integral wearback or removable wearback type, cast with double thickness at the wearing surface. Pipe and fittings shall be Perma Flo as manufactured by Ducon Conveying Technology. 2.09 SERVICE SADDLES FOR FERROUS METAL PIPING, A. Pipe service saddles for all ferrous metal piping except stainless steel shall be as manufactured by Rockwell, Dresser, or equal, as required for the installation. Service saddles shall be capable of withstanding 300 psi internal pressure without leakage or over stressing. The run diameter shall be compatible with the outside diameter of the pipe on which the saddle is installed. Taps shall have iron pipe threads or ANSI 150-pound standard flanges. Saddles shall have epoxy coated malleable or ductile iron bodies and stainless steel straps and hex nuts with washers, and neoprene seals. Service saddles shall be of double -strap design. 2.10 SERVICE SADDLES FOR PLASTIC PIPE A. Service saddles for PVC pipe shall have solid polypropylene bodies with Buna-N seals and stainless steel worm drive clamps, or polypropylene threaded inserts with vinyl coated steel saddle bodies and type 316 stainless steel bolts. Saddles shall be Rockwell Style 342 or 352, Dresser Style 194, or equal. 10/27/03 442_C1 3 15400 PLUMBING 2.11 PIPING SUPPORTS A. Framing channels for wall mounting pipe shall be minimum 1-5/8-inch width series stainless steel channels as manufactured by Unistrut. B. Pipe clamps, nuts, bolts, washers and other miscellaneous installation hardware shall be Type 304 or 316 stainless steel. C. piping supports for corrosive environments or chemical handling areas shall be Aickinstrut 2000 Series Heavy Duty, vinylester, grey or beige as selected by OWNER. Provide Aickinstrut universal pipe clamps and other miscellaneous accessories for piping installation. 2.12 UNIONS A. Unions on ferrous pipe 2 inches in diameter and smaller shall b2 150 pounds malleable iron, zinc -coated. Unions on water piping inches in diameter and larger shall be flange pattern, 125-pound class, zinc -coated. Gaskets for flanged unions shall be of the best quality fiber, plastic, or leather. Unions shall not be concealed in walls, ceilings, or partitions. 2.13 INSULATING FLANGES, COUPLINGS, AND UNIONS A. Materials and rating shall be in accordance with the applicable pipe Specification. Dielectric flanges and unions shall be as distributed by Epco Sales, Inc. of Cleveland, OH; Capitol Insulation Unions; or equal. Insulating couplings shall be Dresser STAB-39; R. R. Baker Series 216; or equal. 2.14 DRAINS A. HD-1: HUB DRAIN. J. R. Smith Figure 3812 Duco coated cast iron drip funnel with dome bottom strainer. Top shall be seet)3-3/4 inches above concrete. (Above equipment pad, where app B. AD-1: AREA DRAIN. J. R. Smith Figure 2130, Josam 32110 or equal, Duco coated cast iron body, cast hinged grate, removable sediment own on Drawings, top, and outlet same size as the connecting line s C. AD-2: AREA DRAIN. J. R. Smith Figure 2110, Josam 32110, o equal, q al, Duco coated cast iron body, cast hinged grate, removable ent bucket, round top and outlet same as the connecting line as shown on Drawings. 2.15 CLEANOUTS A. Floor Cleanout: J. R. Smith Figure 4043, Josam 5B350 Series, or equal, with cast iron body and frame, and square, adjustable, nickel bronze top. 2.16 EMERGENCY SHOWER WITH EYEWASH A. Haws Model 8309 Emergency Deluge Shower with eyewash or equal. 2.17 PIPE WALL PENETRATION CLOSURES (MECHANICAL TYPE SEALS) A. Mechanical type seals shall consist of an adjustable modular bolts, synthetic rubber and plastic sealing element. The sealing element shall be Link -Seal as manufactured by Thunderline Corp., or equal. 10/27/03 15400 4 442.C1 PLUMBING B. Mechanical type seals are not required at locations where wall pipes are shown on the Drawings. 2.18 MISCELLANEOUS HOSE CONNECTIONS A. Miscellaneous cam and groove type hose fittings, caps and adaptors shall be of all aluminum construction and shall be provided and sized as indicated on the drawings. Miscellaneous fasteners and hose clamps shall be stainless steel. B. Miscellaneous cam and groove type hose fittings shall be as manufac- tured by Dixon valve and Coupling Company, or equal. 2.19 FIXTURES A. EWC: DRINKING FOUNTAIN. Oasis model OEP8WM, or equal with stainless steel top and cabinet, touch pad valve, built-in adjustable pressure regulator, P-trap with cleanout, insulated tank type water storage system, copper tubing, air-cooled compressor, adjustable thermostat and chrome plated exposed fittings. Unit shall be mounted 36-inches from nozzle to finished floor. Unit shall be UL listed and carry a limited 5-year warranty on the sealed refrigeration system. g. L-1: LAVATORY (Counter Top). BPS Architectural Products, 36-inches wide station with plastic laminate top, 1 towel and liquid soap dispenser, waste receptacle, mirror, fluorescent light, stainless steel oval sink, single lever mixer faucet, 3/81, C.P. supply with stops, 1- 1/4" P-trap. C. WC-1: WATER CLOSET. American Standard water saver "Cadet" siphon jet elongated bowl and Olsonite white #95, open front seat, or equal. D. IWH: Chronomite number S-46I in -line instant water heater, 1 gpm flow control, 4.6 kw, 120 volt, single phase. 2.20 SHOP PRIMING A. All ferrous metal accessories including, but not limited to, flange adapters and pipe supports shall be shop primed with a catalyzed rust inhibitive epoxy primer. Minimum dry film thickness shall be 2-3 mils. Surface preparation shall be white metal blast in accordance with Steel Structures Painting Council No. 5 (SSPC-SP5). Coating shall be compatible with coating materials specified in Section 09900 - protec- tive Coatings. PART 3 EXECLTTION 3.01 GENERAL A. Install all piping, fixtures, equipment, and accessories in strict accordance with the plumbing laws, rules, and regulations of the State, County and City, whichever represents the higher standard. All work shall be approved by the Plumbing Inspector. B. Drawings do not attempt to show exact details of all piping, and no extra payment will be allowed for obstruction by work of other trades or local obstructions to the Work under this Contract which require offsets. Where diagrams have been made to show piping connections, the CONTRACTOR is cautioned that these diagrams must not be used for obtaining material quantities. Changes in location of equipment or Piping, advisable in the opinion of the CONTRACTOR, shall be submitted to the ENGINEER for review before proceeding with the Work. All 10/27/03 442.C1 5 15400 PLUMBING All measurements and dimensions shall be verified at the site•to the equipment shall be adjusted and left in a condition satisfactory ENGINEER. C. The Work shall be carefully laid out in advance, and no excessive cutting of construction will be permitted. Damage to buildings, piping, wiring, or equipment as a result of cutting for installation shall be repaired by mechanics skilled in the trade involved, at no additional cost. D. Any preparation of the structural components of the building required for equipment and material regarding this specification of the Contract shall be done by the particular affected trade and shall be done to thhe e e done to t satisfaction of the ENGINEER and ENGINEER. Alwo k rwhi hhis deed bun at sfactory satisfactionthe shall be removed and reinstalled until the acceptance of the ENGINEER is obtained. The Work carried out under this portion of the Contract shall be done in a neat and orderly E. Required materials not covered by the detailed Specifications shall meet the requirements of applicable State and local Ordinances and Codes, and shall conform to accepted plumbing practice. 3,02 A. Install insulating flanges, galvanized steel piping are INSTALLATION OF INSULATING FLANGES, couplings and unions wherever copper and connected. COUPLINGS AND UNIONS 3.03 PLUMBING FIXTURES AND DRAINS by Code - A. Each plumbing fixture shall be trapped and vented as required w th separate Fixtures and drains shall be installedGalvanized �nippleand s shall not be used stops for each fixture supply• between copper water supply and angle stops. Install chrome -plated canopy flanges at each fixture drain where P-trap arm entteersn wall. B. All floor drains shall have protective cotters during construction to prevent damage to drain strainers and keep foreign material from entering drainage system. aucet C. At end of construction, clean ture and/or gaccessories fdamaged aerators and drains. Replace any proper operation. shipment or construction,. Test all fixtures for 3.04 WATER HAMMER ARRESTERS A. Furnish and install water hammer arresters in piping systems where shown on Drawings and/or adjacent to all pieces of equipment where quick closing valves are installed. B. Water hammer arresters stitutedand installd in Standard PDIe WH2Olpnformance with the plumbing and Drainage 3.05 A B C WATER PIPING Water piping systems shall be flu u faucet aerators cleaned and all plumbing clean f xtureavalvesll eadjustedrnal rfor manufacturer's recommended flow. No water piping shall be gearance ofaany electrical panelor over or within a 3-foot p panel. motor starter, or mechanical mounting p Exterior water piping shall have a minimum of 2.5 feet of cover. 15400 PLUMBING 10/27/03 442.C1 6 3.06 DRAIN AND VENT PIPING A. Set waste and vent piping occurring above the floor slab true and Plumb- Set exposed risers as close to walls as possible. Where vent stacks pass through the roof slab, fit with the specified flashing sleeve to secure the roofing. Flashing and roof connection shall be watertight. Extend vents at least 1 foot above roof. Provide cleanouts where shown and where required by code. 3.07 COPPER TUBING A. Cut tubing square and remove burrs. Clean both inside of fittings and outside of tubings with steel wool and muriatic acid before sweating. Prevent annealing of fittings and hard -drawn tubing when making connections. Mitering of joints for elbows and notching of straight runs of pipe for tees will not be permitted. B. Copper tubing shall not come in contact with concrete. Protect tubing by wrapping with polyethylene backed, butyl rubber, adhesive tape or with a shop -applied, extruded, polyethylene coating. 3.08 PLASTIC PIPE A. All rigid PVC or CPVC pipe shall be cut, made up, and installed in accordance with the pipe manufacturer's recommendations. Plastic pipe shall be laid by snaking the pipe from one side of the trench to the other. Offset shall be as recommended by the manufacturer for the maximum temperature variation between time of solvent welding and final use. B. Only strap wrenches shall be used for tightening threaded plastic joints and care shall be taken not to overtighten these fittings. Pipe shall not be laid when the temperature is below 40 degrees F, nor above 90 degrees F when exposed to direct sunlight. Ends to be jointed shall be shielded from direct sunlight prior to and during the laying operation. 3.09 PIPE TESTING, DISINFECTION AND CLEANING A. All testing, disinfection and cleaning shall be done in accordance with Section 15029 - Testing and Disinfection (Pipelines, Structures and Equipment). END OF SECTION 10/27/03 442.C1 15400 7 PLUMBING SECTION 16000 ELECTRICAL GENERAL REQUIREMENTS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. The general provisions of the Contract, including General Conditions, apply to all the Work specified in the Electrical 16000 Sections. 1.02 LAWS, PERMITS, FEES AND NOTICES A. Secure and pay all permits, fees and licenses necessary for the proper execution of the Work per the requirements OF Section 01010 - Summary of Work. B. Submit all notices and comply with all laws, ordinances, rules and regulations of any public agency bearing on the Work. C. Electrical subcontractor shall be a licensed Electrical Contractor in Sroward County, Florida. 1.03 DEPARTURES A. If any departures from the Contract Drawings or Specifications are deemed necessary, details of such departures and the reasons therefore shall be submitted to the ENGINEER for advance written approval, prior to departure. 1.04 AS -BUILT INFORMATION A. A set of "red -lined" electrical drawings shall be carefully maintained at the job site. Actual conditions are to be put on the drawings in red on a daily basis so the drawings will continuously show locations and routes of cable trays, conduits, pull -boxes, circuit numbers, and other information required by the ENGINEER. 1.05 JOB SITE VISIT A. Visit the project site before submitting a bid. Verify all dimensions shown and determine the characteristics of existing facilities which will affect performance of the Work, but which may not be shown on drawings or described within these Specifications. 1.06 CUTTING AND PATCHING A. Cut and prepare all openincr ;, chases and trenches required for the installation of equipment and materials. Repair, remodel and finish in strict conformance with the quality of workmanship and materials in the surroundings. Obtain written permission from the ENGINEER for any alterations to structural members before preceding. 1.07 MAINTENANCE A. Render all necessary measures to ensure complete protection and maintenance of all systems, materials, and equipment prior to final acceptance. Any materials or equipment not properly maintained or protected to assure a factory new condition at the time of final acceptance shall be replaced immediately at no additional CITY. cast to the 10/27/03 442.C1 16000 1 ELECTRICAL GENERAL REQUIREMENTS 1.08 WATERPROOFING A. Whenever any work penetrates any waterproofing, seal and render the Work waterproof. All Work shall be accomplished so as not to void or diminish any waterproofing bond or guarantee. 1.09 TESTS A. Conduct an operating test of equipment prior to the ENGINEER's approval. The equipment shall be demonstrated to operate in . The tests accordance with the requirements of these Specificatioonsan authorized shall be performed in the presence of the ENGINEER representative. The Electrical Contractor required for shall furnish all instruments, electricity and personnel 1.10 SuNMARY OF ELECTRICAL WORK A. provide all labor, materials, took, supplies, equipment, and temporary utilities to complete the work shown on the drawings and specified lled and fully herein. All Spstems are to be complete, ecifically the work includes but abut isno t necessarily operational p limited to: 1. Addition of new high service pumping equipment. 2. Power, instrumentation, and control raceway and wire as indicated on drawings. 3 power distribution equipment. 4. Grounding. 5. Start-up testing and documentation. 6. Preparation of as -built information for all existing and proposed electrical equipment, conduit, and wire. 1.11 CODES AND STANDARDS A. General Applicable provisions of the fallowing codes and standards and other codes and standards required by the State of Florida and local jurisdictions are hereby imposed on a general basis for electrical work (in addition to specific applications specified by individual work sections of these specifications): 1. U.L.: Electrical materials shall be approved by the Underwriters' Laboratories, Inc. This applies to materials which are covered by U.L. standards. Factory applied labels are required. 2. National Electrical Code. 3. OSHA: Standards of the Occupational safety and Health Administration are to be complied with. 4, NEMA: National Electrical Manufacturers Association Shad ads are to be met wherever standards have been established by and proof is specifically required with material su able bmittals for switchboards, motor control centers, p motors, switches, circuit breakers and fuses. 5. ANSI: American National Standards Institute 6. NESC: National Electrical Safety Code 8/16/02 16000 2 403.T1 ELECTRICAL GENERAL REQUIREMENTS 7. NFPA 820, fire protection in wastewater treatment and collection facilities. 8. Florida Building Code, 2001 Edition. 1.12 ELECTRICAL TEMPORARY FACILITIES A. The CONTRACTOR shall include in the bid the cost of furnishing, installing, maintaining, and removing all materials and equipment required to provide temporary light and power to perform CONTRACTOR's Work during construction and until Work is completed. B. Safety 1. All reasonable safety requirements shall be observed to protect workers and the public from shock and fire hazards. Ground fault interrupters shall be employed in accordance with codes. 2. Ground wires are required in all circuits. Ground poles are required on all outlets. All metallic cases shall be grounded. 3. Raintight cabinets shall be used for all equipment employed in wet areas. 1.13 EXCAVATING FOR ELECTRICAL WORK A. General 1. Excavation or drilling, backfill and repair of paving and grassing is to be in the bid of the CONTRACTOR. The actual Work need not be performed by electrical trades. However, the CONTRACTOR is responsible for all excavation, drilling, dewatering, backfilling, tamping, and repair of pavements and grassing required in support of electrical work. All areas disturbed by electrical Work shall be repaired to their original condition, or as indicated on the drawings. B. Coordination I. The CONTRACTOR must check for existing utilities before commencing any excavation or drilling. 2. Contract drawings and other trades are to be consulted to avoid interferences with other utilities on this project. 3. In the event of damage to existing utilities, the ENGINEER shall be immediately notified, and damage shall be immediately repaired. 4. The CITY is to be consulted to ascertain locations of existing interferences by referring to "As Built" drawings and CITY's experience. The excavations are to be scheduled at the CITY's convenience. C. Precautions 1. The Electrical Contractor must take every reasonable precaution to avoid interferences. In the vicinity of a suspected interference, excavations shall be dug by hand. 1.14 ELECTRICAL PRODUCTS A. Standards Products 10/27/03 442.C1 16000 3 ELECTRICAL GENERAL, REQUIREMENTS Unless otherwise indicated in writing by the ENGINEER, the products to be furnished under this Specification shall be the manufacturer's latest design. units of equipment and components of the same purpose and rating shall be interchangeable throughout the project. All Products shall be newly manufactured. Defective equipment or equipment damaged in the course of installationtor test, shall be replaced or repaired in a manner meeting withapproval of the ENGINEER at no additional expense to the CITY. B. Delivery, Storage and Handling 1. Deliver products to project properly identified with names, model numbers, types, grades, compliance labels and similar information needed for distinct identification; adequately packaged protected to prevent deterioration during shipment, storage and handling. Store in a dry, well ventilated, indoor space, except where prepared and protected by the manufacturer specifically for exterior instructions for storage locations. ELECTRICAL IDENTIFICATION A. color Coding conductor colors shall be in accordance with the N.E.C. and Nf PAa requirements. phase feeder toalso applicable branch circuits hall these spec identified as follows: 120/240 480-3P A - Black A - Black B - Red B - Red N-White C - Blue G-Green N - Gray G - Green 120/208-3P 120/240-3P A -Black A -Brown B-Red B-Orange c-Blue C-Yellow N-White N-White G-Green G-Green B. Nameplates 1. The following items shall be equipped with nameplates: All motors, motor starters, motor control centers, pushbutton stations, control panels, time switches, disconnect or relays in separate enclosures, receptacles, wall switches, high voltage boxes and cabinets. All light switches and outlets shall carry a phenolic plate with the supply identified. Special Electrical systems shall be identified at junction and pullboxes, terminal cabinets and equipment racks. Nameplates shall adequately describe the function of the particular equipment involved. Nameplates for p anelboards and switchboards shall include the panel designation, voltage based phase of the supply. For example, "Panel A, 277/48OV, 3-p 4-wire". The name of the machine on the motor nameplates for a particular machine shall be the same as the one used on all motor starters, disconnect and P.B. station nameplates for that machine. Normal power nameplates shall be laminated phenolic plastic, white front and back with black core, with lettering etched through the outer covering; black engraved letters on white background. Lettering shall be 3/16 inch high at pushbutton stations, thermal overload switches, receptacles, wall switches and similar devices, where the nameplate is attached to the device plate. At all other locations, lettering shall be 1/4 inch high, unless otherwise detailed on the Drawings. Nameplates shall be securely fastened to the equipment with No. 4 Phillips, round -head, cabrassdmium boltplated, steel self -tapping screws or nickel -plated . motor nameplates may be non-ferrous metal not less th an 0.003 ctesinch thick, die stamped. In dvice plates ieu of separate to acceptable. Engraved engraving directly one 8/16/02 16000 4 403.T1 ELECTRICAL GENERAL REQiJIREMENTS lettering shall be filled with contrasting enamel. Equipment nameplate schedule for all equipment shall be submitted with shop drawing submittal for ENGINEER's approval. 3. All junction and splice boxes shall be labeled using permanent shipping tags attached to boxes; not coirers. C. Wire and Cable Identification 1. All wire and cable shall be identified at each termination point and at each pull box, splice box, junction box, or manhole. Provide permanent, waterproof, non-metallic (paper unacceptable) tags indicating the circuit number in 3/16 inch letters. 2. Individual wires within equipment enclosures shall be identified using the equipment manufacturer's shop drawing wire numbers. Panel wire numbers and terminal numbers shall agree. Wire markers shall be T&B shrink-kon HVM marker heat shrink system or an approved equal. D. Signs 1- Warning signs shall comply with OSHA requirements and reasonable safety precautions. END OF SECTION 10/27/03 16000 442.C1 5 ELECTRICAL GENERAL REQUIREMENTS SECTION 16050 BASIC MATERIALS AND METHODS PART 1 GENERAL 1.01 WORK INCLUDED A. The work covered by this section of the Specifications consists of furnishing all plant, labor, material and equipment, and in performing all operations necessary for the construction of the electrical work, complete and ready for use. The work shall include, but shall not be limited to the furnishing and installing of materials and equipment to provide a complete electrical system in strict accordance with the specifications, as shown on the drawings, and as is necessary and incidental to the proper operation of the electrical equipment described for the project. Omission of a special electrical item obviously necessary for the proper functioning of equipment shall not relieve the Contractor of the responsibility of furnishing the item as a part of the work. B. The Work shall include complete testing of all equipment and wiring at the completion of the Work and making any minor connection changes or adjustments necessary for the proper functioning of the systems and equipment. All workmanship shall be of the highest quality; sub- standard work will be rejected. C. It is the intent of these Specifications that the electrical system shall be suitable in every way for the service required. All material and all work which may be reasonably implied as being incidental to the Work of this Section shall be furnished within the Scope of the Contract. D. All items specified herein may not be specifically required for this project. CONTRACTOR and/or electrical subcontractor shall coordinate the requirements of this Section with the drawings for proper comple- tion of the work. E. Like items provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, operation and maintenance. F. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16o00 - Electrical General Requirements. 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. All work shall be in accordance with the latest edition of the National Electrical Code and all applicable national, local and state codes. B. All materials and installations shall comply with the applicable standards of the National Electrical Manufacturers Association (NEMA) and Underwriters' Laboratories (UL). C. It shall be the responsibility of the Contractor to install all work in conformance with all applicable codes to requirements of all 10/27/03 16050 442.C1 1 BASIC MATERIALS AND METHODS authorities having jurisdiction and to the regulations of related utility companies. D. All items specified herein this section may not be specifically required for this project. CONTRACTOR and/or electrical subcontractor shall coordinate the requirements of this section with the drawings for proper completion of the work. E. Any changes to the design to comply with these codes shall be included in the Hid. F, When a change is required, the Contractor shall send a copy of the change to the ENGINEER/OWNER and indicate the reasons. In no case shall any change be made if the design exceeds the minimum requirements of these codes. 1.04 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. B. unless otherwise directed by the ENGINEER, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. C. Where circuits are shown as "home -runs" all necessary fittings and boxes shall be provided for a complete raceway installation. D. Harmonize the Work of the different trades so that interferences between conduits, piping, equipment and structural work will be avoided. All necessary offsets shall be furnished so as to take up a minimum space and all such offsets and fittings, required to accomplish this shall be furnished and installed within the Scope of the Contract. In case conflict develops, the ENGINEER's and/or OWNER's authorized representative will decide which equipment or piping, must be relocat- ed, regardless of which was installed first. E. The locations of electrical equipment and similar devices shown on the Drawings are approximate only. Exact locations shall be as accepted by the ENGINEER during construction. vendor's approved shop drawings shall be used for dimensions of equipment. Obtain in the field all information relevant to the placing of electrical work and in case of any interferences with other work, proceed as directed by the ENGINEER and furnish all labor and materials necessary to complete the Work in a workmanlike manner. F. Circuit layouts shown are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power and other electrical systems shown. Additional circuits shall be installed wherever needed to conform to the specific requirements of the equipment. G. All connections to equipment shall be made in accordance with the approved shop and setting drawings. 1.05 SUBMITTALS A. Submittals shall be made in accordance with section 01300 - Submittals. B. Submittals shall be made for all specified equipment and materials. submittal data shall include but not be limited to catalog data, cut sheets, manufacturer's name and model number. 10/27/03 16050 442.Cl BASIC MATERIALS AND METHODS 2 C. No material or equipment shall be ordered or shop work started until the ENGINEER's review of submittals has been completed. 1.06 QUALITY ASSURANCE A. Work under this Section shall be accomplished by persons skilled in performance of the required work. All work shall be done in a first class manner in keeping with conventions of the trade. Work under this Section shall be closely coordinated with work of other trades to avoid conflict and interference. B. The electrical subcontractor shall have experience in similar projects and shall employ a qualified supervisor with responsible experience in similar work who shall be in direct charge at all times. 1.07 DELIVERY, STORAGE AND HANDLING A. The Contractor shall use all means necessary to protect the materials and equipment of this Section before, during and after installation and to protect the installed work and material of all other trades. In the event of damage, immediately make all repairs and replacements necessary for the approval of the ENGINEER/OWNER at no additional cost to the OWNER. B. Electrical equipment shall at all times during construction he adequately protected against mechanical injury or damage by water. Electrical equipment shall not be stored out-of-doors. Electrical equipment shall be stored in dry permanent shelters. If any apparatus has been damaged, such damage shall be repaired by the CONTRACTOR at his own cost and expense. If any apparatus has been subject to Possible injury by water, it shall be thoroughly dried out and put through such special tests as directed by the ENGINEER, at the cost and expense of the CONTRACTOR, or shall be replaced by the CONTRACTOR within the Scope of the Contract. 1.08 WARRANTY A. Provide warranties for all the electrical and instrumentation equipment in accordance with the requirements of Section 01740 - Warranties and Bonds. PART 2 PRODUCTS 2.01 MATERIALS A. The materials used in all systems shall be new, unused and as hereinaf- ter specified. All materials where not specified shall be of the very best of their respective kinds. Samples of materials or manufacturer's specifications shall be submitted for review as required by the ENGINEER. B. Materials and equipment used shall be labeled and listed by UL or FM wherever standards have been established and label service is regularly furnished. All products shall conform with the applicable standards Of NEMA and ANSI. 2.02 GROUNDING MATERIALS A. All ground rods shall be 10 foot 5/8" copperclad, unless otherwise indicated. 10/27/03 442.C1 16050 3 BASIC MATERIALS AND METHODS B. Ground wires shall be soft drawn copper sized per National Electrical Code, unless otherwise indicated. 2.03 CONDUIT A. Galvanized Rigid Conduit (.ANSI C80.1) 1. Rigid galvanized steel conduit ,RGS" shall be U.L. approved, schedule 40, mild steel pipe, zinc -coated on the inside and outside. Fittings shall be zinc - coated, U.L. approved. Comply with ANSI Spec C80.1 and Federal Spec WW-C-581. B. PVC Conduit noted, and 1 . PVC conduit shall ed. cole Bo mply withess Federal Spec wC 1094 and shall be U.L. approved. NEMA TC-1. C. Flexible Conduit 1. All flexible conduits shall be liquidtight, made of tiring sand ion resistant plated steel with extruded polyv'lY watertight connectors. D. Conduit End (Strain Relief) 1Shall be nonmetallic, liquidtight, strain relief straight, asmanufacturedbyThomas & B tts (T&B)oronnectors equal. 2.04 CABLE, WIRE AND CONNECTORS A. 600 Vole Power Wiring 1. Cable shall be rated for 600 volts and shall meet the requirements below: a. Conductors shall be stranded. b. All wire shall be brought to the job in unbroken packages and shall bear the date of manufacturing; not older than 12 months. C. Type of wire shall be THWN except where required otherwise by the contract drawings. d. No wire smaller than No. 12 gauge shall be used unless specifically indicated. e. Conductor metal shall be copper. f. All conductors shall be meggered after installation and insulation must be in compliance with the National Electri- cal Code. B. Instrumentation and Control Cable I. Process instrumentation wire shall be 16 gauge twisted pair, 600 V., crass -linked polyethylene insulated, aluminum tape shielded, polyvinyl chloride jacketed, type "XLP" as manufactured by the American Insulated Wire Co., Eaton Corp. "Palyset" or equal. Multiconductor cables with individually shielded twisted pairs shall be installed where indicated. 10/27/03 16050 4 442.C1 BASIC MATERIALS AND METHODS 2. Multiconductor control cable shall be stranded 14 gauge, 600V., cross -linked polyethylene insulated with PVC jacket, type "XLP" as manufactured by the American Insulated Wire Co., Eaton Corp. "Polyset" or equal. 2.05 BOXES (INTERIOR) A. Outlets, junction boxes, conduits and pull boxes shall be of adequate size for the number of wires run into them. Pull boxes shall be installed where necessary and shall be placed in accessible location. All junction boxes and conduit fittings shall be cast of cadmium finished malleable iron. B. PVC and F.R.P. fiberglass reinforced plastic shall be permitted in protected location. 2.06 BOXES (EXTERIOR) A. Boxes for wiring devices (switches and receptacles) installed outdoors shall be weatherproof stainless steel with polycarbonate cover plates. Junction boxes shall be stainless steel with gasketed covers. All boxes shall be securely mounted plumb and level in readily accessible locations. Indoor boxes shall have stainless steel cover plates. B. Unless otherwise indicated, all outdoor junction boxes and pull boxes shall be NEMA 4X stainless steel. 2.07 SAFETY DISCONNECT SWITCH A. Fusible and non -fusible disconnect switches shall be heavy-duty, NEMA type H, quick -make, quick -break, visible blades, 600 volt, 3 pole with full cover interlock. Outside switches shall have copper Lugs. B. All disconnect switches shall be housed in a NEMA 4X, stainless steel enclosure unless noted otherwise on the Drawings. C. Switches shall be horsepower rated and as manufactured by the Square D Co., or equal. D. Two (2) auxiliary contacts shall be provided where required on plans. Contacts shall be used for heater and overload circuits. Auxiliary contacts shall open when the switch is open. 2.08 TERMINATIONS AND SPLICES (600 VOLTS AND LESS) A. Terminations of power cable shall be by means of U.L. approved connectors. All connectors shall meet U.L. 486B and shall be compati- ble with the conductor material. B. Terminate all control and instrumentation cable with fork type compres- sion lugs. C. Splicing of power, control, or instrumentation wiring will not be allowed except by written approval of the ENGINEER. Where splicing is allowed, splices shall be made with approved compression connectors, and splices shall be made waterproof at outdoor locations. 2.09 AUXILIARY GUTTERS A. Gutters shall be provided per NEC article 374. 10/27/03 16050 442.C1 5 BASIC MATERIALS AND METHODS B. Interior Gutters 1. Minimum gauge steel shall be 12. Gutters shall be painted with one prime coat and two finish coats. Final coats shall match other electrical enclosures. C. Exterior Gutters 1. Minimum metal gauge shall be 12. Exterior gutters shall be NEMA 4X, Type 316 SST. D. Submit shop drawings for all gutters. 2.10 MOUNTING AND SUPPORTING ELECTRICAL EQUIPMENT A. Furnish and install all supports, hangers, and inserts required to mount fixtures, conduits, cables, pullboxes, and other equipment furnished under this section or furnished for installation under this section. B. Perforated straps and wire are not permitted for supporting electrical devices. Anchors shall be of approved types. C. Framing channels for mounting disconnect switch, field panels, electrical equipment and the like, shall be minimum 1-5/8-inch width type 316 stainless steel channels as manufactured by Unistrut, or equal. D. Pipe clamps, nuts, bolts, washers and other miscellaneous installation hardware shall be type 316 stainless steel. 2.11 TRANSFORMER A. Furnish dry -type transformer(s) with copper windings as indicated by the drawings. Transformers shall be manufactured by Square D or General Electric. 2.12 TRANSIENT VOLTAGE SURGE SUPPRESSION (TVSS) A. Furnish a UL listed TVSS, Innovative Technology, PTX160, NEMA 4X with fused disconnect. 2.13 GROUNDING A. Ground rods shall be 10 feet x 5/8" copper clad rods unless otherwise indicated. B. CONTRACTOR shall provide equipment grounding conductor, minimally sized per the N.E.C. unless otherwise indicated. C. Grounding shall be provided per Article 250 of the N.E.C. D. Provide exothermic welded connection to the building steel and to ground rods. 2.14 LIGHTING AND CONVENIENCE ITEMS A. Lighting and convenience items shall be as specified on the drawings. 16050 10/27/03 BASIC MATERIALS AND METHODS 6 442.Cl PART 3 EXECUTION 3.01 GENERAL A. Prior to all work of Section, carefully inspect the installed work of all other trades and verify that all such wort- is complete to the point where this installation may properly commence. Install all electrical work to conform with job site conditions and all Drawings and Specifi- cations. 13. All "tight" conditions shall be worked out in advance by the Contractor with all involved trades. In the event of any discrepancy, immediately notify the ENGINEER/OWNER. Do not proceed with any installation in the area of the discrepancy until it has teen fully resolved. No addition- al cost will be considered for work which must be relocated due to the conflicts with the work of other trades. C. Install all equipment, systems and materials in strict accordance with manufacturers' recommendations and NEMA standards for installation. If this in any way causes conflicts, immediately notify the ENGI- NEER/OWNER. D. Provide all mounting supports and accessories as required to install all equipment and all system components. Correlate the Shop Drawings as applicable. E. Coordinate with precast concrete supplier for locations of conduit blockouts. Blockouts shall be twice the nominal diameter of intended conduit. 3.02 EXCAVATION FOR ELECTRICAL WORK A. The work of this article is defined to include whatever excavating and backfilling is necessary to install the electrical work. Coordinate the work with other excavating and backfilling in the same area, including dewatering, flood protection provisions and other temporary facilities. Coordinate the work with other work in the same area, including other underground services (existing and new), landscape development, paving and floor slabs on grade. Coordinate with weather conditions and provide temporary facilities needed for protection and proper performance of excavation and backfilling. 3.03 CONCRETE FOR ELECTRICAL WORK A. The work of this article is defined to include whatever concrete work is necessary or shown specifically to install the electrical work. B. Concrete shall be as specified in Section 03300 - Concrete. 3.04 WATERPROOFING A. Use watertight fittings on panel or other equipment to keep out water. Seal conduits coming from wetwell with duct seal to keep out moisture. B. Where support holes are drilled in panel or boxes, seal with butyl rubber or other approved sealing compound inside and out. 3.05 GROUNDING A. Provide ground system as indicated on the drawings and as required by the National Electrical Code. 10/27/03 442.C1 16050 7 BASIC MATERIALS AND METHODS B. All raceways require grounding conductors. Metallic raceways are not adequate grounding paths. Bonding conductors through the raceway systems shall be continuous from main switch ground buses grounding o p ground bars of panel panelboards, and from panel centerscontrol panelboards, sn motorHESE GROUNDCONDUCTORSbAREcREQUIRED THROUGHOUT motors, lights, THE PROJECT REGARDLESS OF WHETHER CONDUIT RUNS SHOW GROUND CONDUCTOR ON THE DRAWINGS. C. All connections made below grade shall be of the exothermic type. 3.06 CONDUIT A. Locations l_ Conduit materials shall be used as scheduled on Drawings. B. Installation andling or usage shall be removed 1. Conduits subjected to rough h from the premises. 2. Conduits must be kept dry and free of water or debris or Care shall be given that plugs approved pipe plugs or s. ca pouring of concrete. caps be installed before p throughtin es o 3_ Where conuits pass rancshall be made watertight. Thistshall belowgrade, be done by providing pipe sleeves in the concrete with one wash inch minimum clearance around the conduits and caulking sealant, or by means of conduit en once s a outlet boxes shall ls4. Conduits entering panelboards, p with be secured in place by galvanized locknuts (grounding type lugs) and bushings, one (1) locknut outside and one (1) locknut inside of box with bushing on conduit end. The locknuts shall be tightened against the box without deforming the box. Bushings shall be of the insulating type 5. Field conduit bends shall be made with standard tools and equipment manufactured especially for conduit bending. furnish and 6. Where embedded conduits cross expansion jo pansion joints install offset expansion joints or sliding Sliding expansion joints shall be made with straps and lamllels, 7. Exposed runs of conduits shall be installed with runs p or perpendicular to walls, structural members or intersections of vertical planes and ceilings, with right angle turns consisting of symmetrical bends or pull boxes as indicated on the drawings. Bends and offsets shall be avoided where possible. upper g. Conduits lower struct reinforciabs shall ng steecled requiring hcareful and bending of conduits. Conduits embedded in concrete slabs shall be spaced not less than eight (e) inches hes n centers ers ooras widely on spaced as possible where they supports, such as boxes. Conduits running parallel to slab beams, columns and structural walls shall be installed not less than 12 inches from such supporting elements. fo o cprevent displacement during concrete pour, saddle supports outlet boxes, junction boxes, inserts, etc., shall be secured. g. Conduit runs shall always be concealed except where indicated on plans. empty conduits. pull wires 10. pull wires shall be install� d A11 pu11 wires shall be identified shall be No. 12 gauge copee with conduit number at each end.prohibited and where some such 11. The use of running threads is couplings, Erickson couplings, or device is necessary, split 10/27/03 16050 442.C1 BASIC MATERIALS AND METHODS B equal shall be used. Where watertight conduit installations are required, watertight conduit unions shall be used. 12. Where conduits are run individually, they shall be supported by approved pipe straps secured by means of toggle bolts on hollow masonry; expansion shields and machine screws or standard preset inserts on concrete or solid masonry; machine screws or bolts on metal surfaces, and wood screws on wood construction. The use of perforated straps or wires 13. will not be permitted. Concrete inserts and pipe straps shall be Type 316 stainless steel. 14. Wire shall not be installed until all Work of any nature that may cause damage is completed, including pouring of concrete. Mechanical means shall not be used in pulling in wires No. 8 or smaller. 15. Underground conduits not under concrete slabs, are to be buried at least two (2) feet below finished grade for circuits rated 600 volts or less, except under traffic areas where motor vehicles may cross. Under traffic areas, conduits are to be buried at least three (3) feet below finished grade. 16. All conduits shall be cleaned by pulling a brush swab through before installing cables. 17. All conduits shall be sealed at each end with electrical putty. Special care shall be taken at all equipment where entrance of moisture could be detrimental to equipment. 18. Where rigid conduit penetrates ground or concrete, the conduit shall be painted with two (2) coats of asphaltic base paint one (1) foot on each side of penetration. 19• At least two (2) feet of flexible conduit shall be used at connections of all motors, transformers, motor operated valve and gates, instruments, and other items of equipment where vibration is present. 3.07 WIRES, CABLES AND CONNECTIONS A. Cables to conductors. pulled into conduits shall be pulled using pulling eyes attached B. Shields shall be grounded at only one termination point. C. A loop of each conductor shall be provided in each manhole to facili- tate the addition of future tee splices. 3.08 BOXES A. Installation of boxes shall be in accordance with the National Electrical Code requirements. $. Boxes shall be mounted plumb and level in accessible locations and mounting shall be secure, vibration resistant, and galvanically compatible. Hardware shall be used that is specifically intended for the purpose. When mounted in corrosive, damp or wet locations, stainless steel hardware shall be utilized. 3.09 WIRING DEVICES A, wiring devices shall be installed in device boxes approved for the application. All connections shall be made with screw terminals. 3.10 MOUNTING AND SUPPORTING ELECTRICAL EQUIPMENT A. furnish and install all supports, hangers, and inserts required to mount fixtures, conduits, cables, pull boxes, and other equipment 10/27/03 442.C1 16050 9 BASIC MATERIALS AND METHODS furnished under this section or furnished for installation under this section. B. Perforated straps and wire are not permitted for supporting electrical devices. Anchors shall be of approved types. C. All floor mounted devices (switchboards, motor control centers, transformers, etc.) shall be securely anchored to the floors. where recommendations are made by manufacturer, these recommendation shall be followed. D. Pipe stands shall be constructed for supporting electrical salland 316 equipment. Unless otherwise indicated, all stainless steel including all hardware. Pipe stands shall be set a minimum of 36" in the ground with 36" x 12" diameter concrete encase- ment. Encased pipe shall be coated with bitumastic height coating. Unless otherwise indicated, top of equipment mounting red top maintain ll be la minimumvoff1211frrom bottoml graut s oflequipmenteencll e incraseas eosureto�the final grade. END OF SECTION 10/27/03 16050 10 442.C1 BASIC MATERIALS AND METHODS SECTION 16110 LIGHTNING PROTECTION PART 1 GENERAL 1.01 WORK INCLUDED A. The Contractor shall furnish all labor and materials and items of service required for the completion of an all -functional and unobtrusive system of grounds, conductors and air terminals for protection against damage by lighting of designated structures as approved by the Engineer. Complete installation shall conform in all respects to the current requirements of L.P.I. certified system program and all legal, labor, insurance or other authorities having jurisdiction. The installing contractor shall have a minimum of five (5) years experience in this specialized work and be a certified master installer of the Lightning Protection Institute. All materials used shall be furnished and recommended for their intended use by a reputable lightning protection manufacturer who is a Manufacturer Member of the Lightning Protection Institute. All materials shall be provided by Thompson Lightning Protection or an equal. Installer shall be Bonded Lightning Protection Systems, Inc., Jupiter, Florida, or equal. B• The following structures shall be provided with lightning protection systems. 1. Pump Building. 2. Chlorine Building. 3• 1.0 MG Ground Storage Tank. 4. All other elements indicated by Drawings. 1.02 SUBMITTALS A- Submittals for Approval 1. Refer to Contract General Conditions for additional instructions on submittals and substitutions. Where conflicts occur between the General Conditions and this Section, the more stringent requirements shall apply. 2. Shop Drawings and manufacturer's data sheets are required for all materials. 3. Samples are to be supplied for any substitute as requested by the Engineer. 4. Refer to Section 01300 - Submittals for additional instructions on this Section, the more stringent requirements shall apply. 5. Submit shop drawings, manufacturer's data, and certifications on all items prior to the time such equipment and materials are to be ordered. Order no equipment or materials without approval from ENGINEER. Submittals will not be accepted for partial system submittals; submit all data at one time. Submittals will be promptly returned, approved, approved as noted, or not approved. Items "approved as noted" must be changed to comply with the Engineer's comments and need not be resubmitted for "approved" 10/27/03 442.C1 1 16110 LIGHTNING PROTECTION i Items ,not approved" are not status. Items "not approved„ status. suitable, requiring complete new submittals. 6. Time delays caused by rejection of submittals are not cause for extra charges to OWNER or time extensions. Tans shall show the 7. Provide scaled plapnash 11 betp�ovided. of all These plans ur shall for which lightning protects typical air terminals, size proposed location of all air termicableyc connectors and proposed and location for ground to existing telephone and power service methods of bonding. ground systems. 1.03 SITE VISIT conditions. A. site visit shall be required before bid to evaluate existing PART 2 PRODUCTS 2.01 TERMINALS Terminal le and pressure plate, nickel A. Provide terminals as per material vendor shop drawings. materials shall be as uoell Qwpspeb dontsaProvide mounting type and cable tip highly polished, p connections as required. 2.02 CABLE AND ACCESSORIES aterial vendor. Provide braces, A. provide stranded copper cable per m saddle, fittings and connectors as required compatible with materials. 2.03 GROUND RODS d rods, 5/8" x 10' minimum. Provide bronze A. Provide copper clad groun compression clamps as required. PART 3 EXECUTION 3.01 INSTALLATION REQUIREMENTS points shall be a A. Locate terminals per vendor shop drawings. rs All edges, corners, and ridge ends. minimum of 2' of outside bail 1. M x mum protection above object to be Maximum spacing shall be 20 protected shall be 10"• ursing of main conductor and insure B. Maintain horizontal and downward co that all bends have at least an 8" radius and do not exceed g0 degrees. C. support all exposed roof, downlead and bonding cables at 3' intervals. p. Ground electrodes shall be installed per Vendor shop drawings but install at least 1' below final grade. E. Interconnect Lightning protection oground to electric, telephone, and other building ground system per er Vendor shop drawings to in ation. sure proper code F. System shall be installed p Any variance shall entail compliance and system certificaid by resubmittal and reapproval and all costs shall be p Contractor. 10/27/03 442•C1 16110 2 LIGHTNING PROTECTION G. As built drawings shall be provided and submitted by the Material vendor in accordance with certification procedures. H. All materials shall be U.L. approved with "A" labels on conductors at 10, intervals and "B" labels on air terminals, I. Complete installation shall bear U.L. Master Label "C" to be secured by the system installer per U.L. 96A. J. Installation shall comply in all respects L,P.1, code 175. Installation shall be made by or under the supervision of an L.P.I. Certified Master Installer. The completed installation shall receive system certification including submittal of forms L.P.I. CI-01, 02, and 03. K. Restoration to existing conditions. Contractor is responsible for restoring all areas which are disturbed by electrical work to original conditions. 1. All cutting of openings in walls, floors, ceilings, etc. required for the installation of equipment shall be repaired in strict conformance with the quality of workmanship and material in the surroundings. END OF SECTION 10/27/03 442.C1 16110 3 LIGHTNING PROTECTION SECTION 16160 PANELBOARDS PART 1 GENERAL 1.01 WORT{ INCLUDED A. Furnish all labor materials, equipment and incidentals required and install all panelboards as hereinafter specified and as shown on the Drawings. B. Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts and manufacturer's service. C. See CONTRACT CONDITIONS and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the Work specified herein and are mandatory for this project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16050 - Basic Materials and Methods. 1.03 SUBMITTALS A. Submittals shall be made in accordance with Section 01300 Submittals. PART 2 PRODUCTS 2.01 RATING A. Panelboard ratings shall be as shown on the Drawings. All panelboards shall be rated for the intended voltage. 2.02 STANDARDS A. Panelboards shall be in accordance with the Underwriter Laboratories, Inc. "Standard for Panelboards" and "Standard for Cabinets and Boxes" and shall be so labeled where procedures exist. Panelboards shall also comply with NEMA Standard for Panelboards and the National Electrical Code. B. Panelboard assembly shall be U.L. listed. 2.03 CONSTRUCTION A. Interiors 1. All interiors shall be completely factory assembled with circuit breakers, wire connectors, etc. All wire connectors, except screw terminals, shall be of the antiturn solderless type and all shall be suitable for copper or aluminum wire of the sizes indicated. 2. Interiors shall be so designed that circuit breakers can be replaced without disturbing adjacent units and without removing the main bus connectors and shall be so designed that circuits may be changed without machining, drilling or tapping. 10/27/03 442.C1 16160 1 PANELBOARDS 3. Branch circuits shall be arranged using double row construction except when narrow column panels are indicated. Branch circuits shall be numbered by the manufacturer. 4. A nameplate shall be provided listing panel type, number of circuit breakers and ratings. B. Buses 1. Sus bars far the mains shall be of copper. Full size neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Bussing shall be braced throughout to conform to industry standard practice governing short circuit stresses in panelboards. Phase bussing shall be full height without reduction. Cross connectors shall be copper. 2. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. 3. Spaces for future circuit breakers shall be bussed for the maximum device that can be fitted into them. 4. Buses shall be rated for 42,0o0 amperes RMS symmetrical. C. Boxes 1. Boxes shall be of sufficient size to provide a minimum gutter space of 4 inches on all sides. 2. Surface mounted boxes shall have an internal and external finish as hereinafter specified in paragraph D3. 3. At least 4 interior mounting studs shall be provided. 4. All conduit entrances shall be field punched. D. Trim 1. Hinged doors covering all circuit breaker handles shall be included in all panel trims. 2. The trims shall be fabricated from code gauge sheet steel. 3. All exterior and interior steel surfaces of the panelboard shall be properly cleaned and finished with ANSI Z55.1, No. 61 light gray paint over a rust -inhibiting phosphatized coating. The finish paint shall be of a type to which field applied paint will adhere. 4. Trims for flush panels shall overlap the box by at least 3/4-inch all around. surface trims shall have the same width and height as the box. Trims shall be fastened with quarter turn clamps. E. Manufacturer Panelboards shall be as manufactured by the General Electric Company, or equal. 2.04 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers with frame size and trip settings as shown on the Drawings. 10/27/03 16160 2 442.C1 PANELBQARDS B. Circuit breakers shall be molded case, bolt -in type. C. Circuit breakers used in 120/240 panelboards shall have an interrupting capacity of not less than 10,000 - amperes, RMS symmetrical. D. GFCI (ground fault circuit interrupter) shall be provided for circuits where indicated on the Drawings. GFCI units shall be 1 pole, 120 volt, molded case, bolt -on breakers, incorporating a solid state ground fault interrupter circuit insulated and isolated from the breaker mechanism. The unit shall be U.L. listed Class A Group I device (5 milliamp sensitivity, 25 millisecond trip time), and an interrupting capacity of not less than 10,000 amperes RMS. PART 3 EXECUTION 3.01 INSTALLATION A. Unless otherwise noted on the Drawings, top of cabinets shall be mounted 6-feet 0-inch above the floor, properly aligned and adequately supported independently of the connecting raceways. B• All wiring in panelboards shall be neatly formed, grouped, laced, and identified to provide a neat and orderly appearance. A type -written directory card identifying all circuits shall be placed in the card holder inside the front cover. C• Provide new lamicoid labels for all panelboards including new and existing as shown on plan. Include. Panel name, voltage, phase, wire. END OF SECTION 10/27/03 442.C1 3 16160 PANELBOARDS cop ,City of TamnraORIGINALc v _.._ _...__ 30d onrracrs Dmsron BID FORM "EXHIBIT 13" TR #10315 BID 04-02B GRANT'S PLAZA REPUMP STATION REHABILITATION Submitted by: yj+e-r5f ate, Fh ineef�n �f Date 19 Q3 (Bidder) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88'h Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen 05) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. -) rl i _O(1((9Ct$ DIV SiO(1 _ BID FORM BID q4-02B (continued) to provide requesting Bids, from qualified vendors, The City of Tamarac is hereby Station Rehabilitation, as follows: construction of the Grants Plaza Repump electrical, instrumentation, h service pumPs� piping, valves, the drawings and Installation of new high ro ect as planned. restoration and all other incidrl tCornplee the p indicated Y site to props Y specifications or as required In order to be considered for this project, the vendor must meet the following conditions: of similar scope and Has successfully completed a minimum of three (3) projects complexity over the past five (5) years. Must be able to document the requested experience upon request. 2. fallowing in conformity with the specifications and at the below We propose to furnish the successful completion of its bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall bdncumentsd to Bidder for the obligation as specified in the contract $ee Schedule of Bid Items on the following Pages. ............. . p,,c7o2of5 City of Tamarac (• , iJ Gvntracts DiVIS)o17 GRANT'S PLAZA REPUMP STATION REHABILITATION BID NO. 04-028 SCHEDULE OF BID ITEMS All bid items shall include costs for furnishing to the City all materials, equipment, supplies, accessories, supervision and for all costs incurred in providing all work shown on the plans and specifications for Grant's Plaza Repump Station Rehabilitation. Said costs shall be complete and inclusive of all labor, permits, inspection, servicing and start-up fees, mobilization/demobilization, indemnification, taxes, insurance, miscellaneous costs, warranty, overhead and profit. BIDDER agrees to accept as full payment for the Lump Sum Work proposed under this Project as herein specified and as shown on the Drawings, based upon the undersigned's own estimate of quantities and costs, the following total lump sum bid of: Item Description Total al Cost 1 • Completion of Entire Scope of Work in Bid Documents $ o�n� U 2. Contingency (Section 01010) $ 10 000.Q0 TOTAL LUMP SUM BID The CONTRACTOR shall submit a detailed price breakdown to the ENGINEER at the preconstruction conference. The price breakdown as reviewed and agreed upon by the CONTRACTOR, ENGINEER and OWNER shall be used for preparing future estimates for partial payments to the CONTRACTOR, and shall list the major items of the work and a price for each item. Price breakdown shall be by Specification Section for each area of the project. Overhead, other general costs, and profit shall be prorated to each item so that the total of the prices for all items equals the lump sum price. The price breakdown shall be subject to the review of the ENGINEER, and the CONTRACTOR may be required to verify the prices for any or all items. NAME OF BIDDER:Prs fafenq� neEri P-. e 3 of r" -` Jtr& r5 DiVIS100 BID FORM BID 04-02B (continued) he right to reject any bid, if it deems that a vendor has deliberately The City reserves t 9 have ific provided erroneou s information. The undersigned decla d and further, that they legs to the the Specifications, and other authorization to obligate their f the inst uct onssto f this Bidders, that, if this bid is examined the Invitation to romises and agrees documents included in this bid request, and hereby p certifies the product and/or faithfully fulfill the terms of this bid togethewith all guarantees and accepted, they will fa y bidding firm further package; and also warranties thereto. The undersignedspecification as stated in the bid P equipment meets or exceeds the Return of rejection will be at that products and/or equipment to be delivered de the fail to meet bidspecifications agrees P City 30 days will be rejected b� the bidder. within thirty ( ) Y the expense of th �► s at �i� e ��� �� Authorized Signature Company Name .4 na(a PI Ke, Typed/Printed Name Address � �n 3343 City, State, ZIP F Contractor's License Number J -�j9� Telephone & Fax Number © as a a3 Federal Tax ID# P 4o City of Tamarac tt _ --- 'alr,r'rati;riy �- - - 'r10 �,or)haCf5 LliVl�((7/7 BID FORM BID 04-02B (continued) Bidders Name: I-5ta Fn 1 ,,P.G�rp_ TERMS: Net DAYS or ___0 _% discount within _3D_ days Delivery/completion: 150 calendar days after receipt of Notice to Proceed. To be considered eligible for award, one (1) original of this bid form must be submitted with the Bid. Two (2) copies should accompany the original; however, copies must be provided within 3 days of the City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. �:Y�7e -7; of 5 City of Tamara, purchasing & Contracts Owls,on CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL PARTNERSHIP a If "Other", Explain: ,I�CQI Authorized Signature Title Company Name Voca 3 City/State/Zip Fax Number Number CORPORATION ® OTHER _ r Y) D la Pr Ke- Name (Printed Or Typed) as a Federal Employer I.D./Social Security No. pr+h �rnl ' hcr� .Scc i-aa3 Address 5 61-3 4-4345 Telephone rnnd P`Ke Contact Person Faye 1 of 1 f, a!ron City of Ta a,,3;, /. CERTIFIED RESOLUTION I, he I 17i Ke (Name), the duly elected Secretary of l t-Qrl Name of Corp.), a corporation organized and existing under the laws of the State of do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT rnQ PiK __ (Name)", the duly elected ��e5' (Title of Officer) of _T rde - P E l heel- 4 CPU-- (Name of Corp.) be and is hereby authorized to execute and submit a Bid an or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATUR �krnn)a tPi Ke_ _ �resld�►n+ Given under my hand and the Seal of the said corporation this (SEAL) da of r , 20 43. Secretary 01 rfC Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf, P,iyE 1 of ] ceirified ,Resolution Crty f Tamar�r: _ ..---_-...... —�urchasrrry .3 t or,trs D act or�irsron OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88"' Avenue Tamarac, Florida 33321 1jWf,lrqL: Company: Contact Name: _r`V�aj I��„-------._.____----_.----.._-----.._--- eL Address: 000 �clbr-fl�r._`�rSu rf�a�3 City, State, Zip-�- Telephone No. 45. - . __ ..__ ........ . ... ...... .. Fax No. -- Check One 12 Corporation Partnership DIndividual ElOther State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: Irnerst�c���> The address of the principal place of business is: ,eve_------ SaleM. mA o14'l0 2. if Offeror is a corporation, a) Date of Incorporation b) c) d) e) f) g) State of Incorporatio answer the following: President's name:T_nl�� Vice President's name: _-�.ve-1 ` e-1 h5cn Secretary's name: Treasurer's name: ----- - ----- -... Name and address of Resident Agent:. Yh�z1 (�� __�� r-sz( d ar4j , iDceror s Qua(ificabon Statement Dlvisron 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: ... . ....... c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: . .......... . ........... 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has _yopr organization been in business under its present business name? a) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. C_ � C6 m1e, C GS 0510 OP 0 .. . . __0_ M-C. (-)56 ----------- 8. Have you personally inspected the site of the proposed work? EYES E] NO 9. Do you have a complete set of documents, including drawings and addenda? M YES F—] NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? MYES [:J NO L___J ......... ........ ........... ��,qe 2 of Offerors Qualification Statement r;rll.l?u!r1y ;t (,Ur?tr3Ct5 piVISiOl1 City of Tamarac --------- --- — 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). 9S�•5-io-41-b Name Address _ Telephone f 47ao l/E�SrF tug la u // 0M Weal 3 -- e- -- _ _L/ _ _� -- - � ���.�� y 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 14. State the name of the individual who will have personal supervision of the work: �jQ 15. State the name and address of/attorney, yif any, for %the business /oJf the Offeror: &33 ftname�s a16. Staten adc esses o all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: �rhkt .fP./ff�...�l - ---- -- — - _- _ --- Toby Lei *r6on ��- 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: �OK1C I ------ f k,i & Contracts Division 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Telephone 20. Attach a financial statement including Offeror's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses). b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State` V the name of the firm preparing the financial statement and date thereof: rri5 '�'_ M-IcIrrill, PC. 22. Is this financial statement for the identical organization named on page one? [DYES NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). r'aae 4 of 5 Clt� n s QuaAfication Statement Gty of Tamarac Pi.a-chasing & Coorracts Oivisloo The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature A ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of or County of �Q� Eff" On this the day of ��� , 20 before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before nofary) whose name(s) is/are Subscribed to acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: JOHN WHITE h�Y C.OkiiMSSION # DD 001952 ' �s ti .?, • tarch 6, 2006 NOrEOF F�gPO} bunaea-03Wyet Nutary Services T within the instrument, and he/she/they NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) lA Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page �f 5 ��� Offerors Qualification 5tatemeot City of Tamarac cof%t( acts D,v;S�on NON -COLLUSIVE AFFIDAVIT State of County of ,� � )Ss. deposes and says that: rn a/J Pl Ke being first duly sworn, 1 • He/she is the f Representative or Agent) of nter-sl- ��� (O ner, Partner, Officer, that has submitted the attached Proposal; , the Offeror 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding ir, connection with such Work; or have in any manner, directly or indirectly, sought !jy agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, 'connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. signed, sealed and.,delive a in the presence of: Witness By Witness Printed Name Pre5 ide0-- Title Non-Co//cls,ve Affidavit contracts Division ...... ...... . . . may: ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of v'. ,4 V. 20 03 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s). is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: —JOHN "s=�rF OF F��4'!• $ '� i'r SI" ny r-!!,miSON # DD 001952 h6,205?ES Marc �utlg.taryrnNNO$I89 C U:JG �l N-8 ARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) d Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Non-Coliusive Affidavit of 2 City of Tama18C ,k [):ylSlU77 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the ' terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require 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 so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. 11 e ; 4 Authorized Signature Company Name �:nchasmg & Contracts Olvision City of TafttaTa(; REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Y1-5fCi"- -�]. 11r1�i t1 Your Company Name Address City State ZipY)�f- 5- Phone/Fax __._ _._.6- Agency/Firm Name:91 ,��nBB'cC Address _-�_�� j - — City State Zip __�_� Scv►�'�t'-i F� ` /- 74.2 - Phone/Fax _._ _.._.__.---a� -74,_".D___--------r�------- �__.. Contact Name 1- Agency/Firm Name:I _ . __ Address _..__ _.... -- - ---- City State Zip F-� 33-3Z1 7d / Phone/Fax "% Contact Name__-�.---- { �ahcle Agency/Firm Name: 1f�f_4 Address City State Zip K C L 7!� Phone/Fax Contact Name -----..__..... �-n!���C� Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name (' f tv of Al J6;A �114M+30 page i of —�_ References City Of Tamarac ; 6 LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or' will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to Be Performed % Total Contractor Subcontractor Contract License No. Name/Address . Electrical + --- _. tf� F N�u.'� rT;vr� StN 2�5 2. Instrumentation 1:�.3h� i Y lil+�� c.cf-rti 3. Surve y in 4. Protective Coati 5. Mechanical 6. Pavin 7. Plumbin 0 - ' 5fe_ -- .d a,;e 1 ai 1 — — —_. List of Subcontractors 11/18/03 10:52 F.kl 954 724 2.108 CITY-T MARAC-PURCHASING 2001 City of Tamarac "Committed to Excellence —Always" FAX TO: INTERSTATE ENGINEERING CARP Purchasing and ATTN ARI OLD PIKE Contracts Division 561-394-6693 ADDENDUM NO. 1 GRANT'$ PLAZA REPUMP STATION REHABILITATION BID NO.04-02B DATE OF ADDENDUM: NOVEMBER 18, 2003 PLEASE NOTE: The following clarifications, changes, additions and/or deletions are hereby made part of the contract documents for the construction of Grant's Plaza Repump Station Rehabilitation project as fully and completely as if this same were fully set forth therein_ TECHNICAL SPECIFICATIONS Section 00020, Table of Contents, page 3, Delete the following: "Part 3 APENDIOES Appendix A -- Record Drawings (Scada System Improvements)". These documents are available for review at the offices of the City of Tamarac Purchasing or the offices of the Engineer. DRAWINGS A. . Drawing M-1, Yard Piping Details, Detail 1, ADD "I 2-inch MJ isolation gate valve (V-3) and valve box on 12-inch WM from discharge of new high service pumps. Valve shall be located on branch side of existing 12-inch x 12-inch tee south of fill valve vault". Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 by returning this Addendum cover page signed below. NAME OF PROPOSER. I 7525 NW Wh Avenue 0 Tamarac, FioddG 33321-2401 ■ i95A) 724-2450 X Fox (954) 724-2408 ■ www.tarnarac.org 11/24/2003 14:55 5613546633 11i24. o3 13.28 F'AI 954 7:a 2408 —�. - CITY-TAXA-RAC-PVRCHASItiG Fr a. Purchasing and Contracts Division City of Tamarac "Commltted fn Excellence ... Always - VIA FACSIMILE INTERSTATE ENG1NEER1NG ATTN ARNOLD PIKE 561-394-6693 ADDENDUM NO.2 GRANT'S PLAZA REPUMP STATION REHABILITATION BID NO.04-028 DATE OF ADDSNDUM: NOVEMBER 24, 2003 NOTE: Please be advised that the bid opening date of November 26, 2003 has been changed to Deeember 5, 2003. The following clarifications, Changes, additions and/or deletions are hereby made part of the Contract Documents for the construction of Grant's Plaza Repump Station Rehabilitation as fully and completely as if this same were fully set forth therein: I. TECHNICAL SPECIFICATIONS A. Section 07800, Roof Accessories, page 1, Article 2.01, paragraph A, Change ",,, Type D... TO Type SS...". U. DRAWINGS A. ADD ATTACHED DWG. "M-9, Standard Details Mechanical". Bid Opening date has been changed to December 5, 20Q3. This addendum should be Signed below and returned with your bid submittal. NA M E o F B l D p E R: .,c� .T�-te+`sr�'t-e �' 1►��,�i /, y. PAGE 01 21001 7525 NW abth Avenue ■ ?c.aroc. Florida 32321-2401 0 (954) 724-2450 ■ Fox (q,54) 72-A-24C8 X wwvr.lcmorrc.org !r C.JQi OPPOdUN?y Emoloygt PAGE 02 11/2di2Q0 1a:55 5613946693 11%2d/09 13:29 FAX 954 724 2108 CITY-TA�SaRAC LP RC�!�SI`G Q1002 11OrUMrirDMMlAW .wK?Iva 31 a1 Mt, 12 zw ug wo i a 11/25/2003 16:16 5613946693 11/2505 1 $1 FAX K4 7 --•Z4 2108 rITY-TA!faRAC-PC'RCHASI.NG PAGE 02 (21 002 r a City of Tamarac �p a "Commltted to Exc'ellence_Always" Purchoaing and Contracts Division ADDENDUM NO, 3 GRANT'S PLAZA REPUMP STATION REHABILITATION BID NO.04-02B DATE OF ADDENDUM: NOVEMBER 25v 2003 The following clarifications, changes, additions and/or dcle ions are hereby made a part of the Contract Documents for the construction of Grant's Plaza Repump Station Rehabilitation dated October 20C3 as fully and completely as if this same were fully set forth therein: 1. TECHNICAL SPECIFICATIONS A. Section 13711 - Existing PLCIRTU System Modifications, page 2, Article 1.04, paragraph A, ADD THE FOLLOWING: "2. C. C. Controls Corporation 1235 Parklane South Jupiter, FL 33458 Contact Person: Louis Garcia 5611748-3737" g. Section 13720 - Variable Frequency Drive, page 2. Article 2_ol, paragraph A. CHANGE `... Yaskawa by - ICOM Yechnologies." TO "...OMRON by ICON Technologies." C. Section 13720 - Variable Frequency Drive, Article 2.ot, paragraph A, ADD THE FOLLOWING SUB -PARAGRAPH: "d. Supplier may utllize 6, 12, or 1,5 pulse technology provided it meets the requirements of these Specifications." D• Section 13720 - Variable Frequency Drive, Article 2.01 DELETE THE FOLLOWING SUB -PARAGRAPHS tN THEIR ENTIRETY: 7525 Nl'A/ 88th ."lama a 70mdroc. FICrlda _2401 ■ (054) 724-2450 ■ PK �54) 724-24Lt8 in wwW lomcrCc,orp EquQt OPWO-turd'y l-rnpf dyer PAGE 03 11/25/2003 16:16 561394G693 11/25/03 18:35 FX1 954 724 2408 CITE '!'.��(�Ar-pL;RCHaSINC Z003 of Ternarsc _ PurchasL-ig and Gbntracts Division � -r• -y w-110— WIM ;r 30, VFD System Enclosure - E. Section 13720 - Variable Frequency Drive, Article 2.01, paragraph B, MODIFY SUB -PARAGRAPH 12 AS FOLLOWS: u12. Surge and Lightning Arrostors a. All control panels shall be provided with surge and lightning arrestors as specified. b. Surge Arrestor r + o. Lightning Surge Suppressor 1. Lightning surge suppressors shall be Innovative Technology PTX160 Series. d. Signal sees- 2. Field surge arrestors (PSA) shall be Bourns, 1969-06. F. Section 13720 - Variable Frequency Drive, Article 2.01, paragraph B, DELETE SUE -PARAGRAPH 17 AND REPLACE WITH THE FOLLOWING: "17, Padlockable outside handle main disconnect with circuit breaker oonnected to door handle. A defeater shall be provided." G_ Section 13720 -- Variable Frequency Drive, Article 2.01, paragraph B, sub- paragraph 18, CHANGE u...withcut..." TO "—with.,. 11/25/2003 16;16 5613946693 16,35 FAX iB 72.E_2dU9 CITY,TAXARAC_I'G•RCHASING PAGE 04 Z004 MY of Tamarac ' F'urche��in and C.ontrar�s Divlsinn H. Section 13720 - Variable Frequency Drive, Article 2,a1 DELETE SUB -PARAGRAPH 27 AND REPLACE' FOLLOWING: WITHapTH� "27. Provide main circuit braaker and phase shifting auto transformer, or equal technology and equipment, on the input of the drive to lirnit harmonics to a level below IEEE 519. Equipment shall be instaliad within the drive enclosure. VFD system shall meet the requirements of IEEE 519. Submit data and calculations.^ Vll. Section 13720 - Variable Frequency. Drive, Article 2,01, paragraph 6, sub- paragraph 30, ADD THE FOLLOWING. uL• Maximum VFD system enclosure dimensions shall be 48"W x 36°D x 90"H. All Sidders should acknowledge receipt and acceptance of Addendum No 3 b submitting the signed Addendum with the bid package, Y All other terms and conditions of the bid and previous addendums remain the same. This addendum should be signed below and returned with your biG submittal. NAME OF dIDDER; Q �C# Q 4 Q 5 7 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Seca#L0'20820027 rONSTRUCTION INDUSTRY LICENSING BOARD The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2004: SWEENEY,-"E MICHAEL INTERSTATE•ENGINEERING CORP 2200 N FEDERAL HIGHWAY SUITE 223 FL 33431 BOCA BATON JEB' BUSH GOVERNOR DISPLAY AS REQUIRED BY LAW KIM BINKLEY-SEYER SECRETARY C# 047 8,3 27 STATE OF FLORIDA' DEPARTMENT OF' BUSINESS AND PROFESSIONAL REGULATION SEQ#L0207.09011 CONSTRUCTION INDUSTRY LICENSING BOARD The MECHANICAL, CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS, Expiration date: AUG 31, 20D4. COOK, ROBERT ANTHONY INTERSTATE ENGINEERING CORP 193 JEFFERSON AVENUE P 0 BOX 687 MA 01970 SALEM KIM BINKLEY-SEYER JEB BUSH IAI Y SECRETARY GOVERNOR SENT BY: ;12— 5-03 ;11:41AM ; 9787448883.+ 5613946693;4 2 E. MICHAEL SWEENEV Project Manager / Chief Estimator Tnt�rstate Engineering Corp. B.. in Mechanical Engineering, University of Rhode Island 1971 Masters i Degree in Business Administration, Bryant College, 1978 EX ER WXCE 101 — 1994 Vice President, Arden Corporation 19514 — Present Chief Estimator, Interstate Engineering Corp, BAI KGROi7ND F Mr.I Sweeney has over 30 years of experience in engineering, estimating, and selection, scheduling and manpower requirements for environmentl,ndustria , equipment analysis conditioning, ventilation and Plumbing � g, air p g projects, Responsible for project development, planning, scheduling, cost estimation, design engineering and project management. Experienced in working with clients from initial project concepts through construction and project start-up for both conventional and design/build projects. Other responsibilities have included corporate management, business devlelopment, financial planning and consultation with clients. PRO,TRCT ]EXPERIENCE HIGHLIGHTS Madbury Water Treatment Plant, Portsmouth, NH SEED Remote Pump Stations, Salem, MA Deer Island Treatment Plant, Boston, MA Nvr ' ► Pump Station Rehabilitation, Stoneham, MA Boyniton Beach Phase II WTP, Boynton Beach, FL POT' pano Beach Pump Station, Pompano Beach, FL G.T. Lohmeyer, WWTP, Ft. Lauderdale, FL Taunton Water Treatment Plant, Taunton, MA Fall; River Treatment Plant, Fall River, MA Centennial Water Treatment Plant, Pawtucket, RI Milford Water Treatment Plant, Milford, CT Providence Treatment Plant, Providence, RI Warren Wastewater Treatment Plant, Warren, RI Cranston Wastewater TYeatrnent Plant, Cranston, RI Hartford Sewage Treatment Plant, Hartford, CT PROFESSIONAL ENGINEER Rhode Island, Connecticut LICENSED GENERAL CONTRACTOR State of Florida -- CGCO58020 SENT 'BY ;12— 5-03 ;11',40AM ; 9787448883-+ 5613946693;# 1 A. COOK ct Manager state Engineering Corp. TION 1 S. . in Civil Engineering with an Environmental Option, University of New Hampshire, 1978. tduate Level Courses at Tufts University 1988 - 1989 in Environmental Engineering. ien / Build Seminar, Lowmar Educational Services, 1999 19 9 —1980 Environmental Engineer, Dufresne -Henry Engineering, Inc. 19 0 —1984 Environmental Engineer, Weston & Sampson Engineers, Inc. 19 4---1987 Project Engineer and Head of Specifications, Weston & Sampson Engineers, Inc. 19 7 -- Present Senior Design Engineer, Interstate Engineering Corp. Mr) Cook has over 20 years experience in the design and construction of water and wastewater treatment facilities, As project manager and head of specifications at Weston & Sampson he was responsible for the complete design of a number of water treatment plants from facility planning, pilot plant testing, des' gn, construction, start-up and certification. Other responsibilities included construction review and val a engineering. At nterstate Engineering Corp. Mr. Cook has been the project manager for numerous water & wastewater projects throughout New England and Florida. Specific project values have ranged from $8 ,000 to 100 million. Nearly all of the projects have been treatment facilities. His onsite and overall management experience has included bidding, scheduling, supervising, managing, val c engineering, constructability studies and ownership / end user experience of treatment facilities. PR¢JECT EX PERIENCE HIGHLIGHTS SE I D Odor Control Facility, Salem, MA Bangor WWTP, Bangor, ME North Systems Headworks, Winthrop, MA Madbury WTP, Madbury, NH CS( Modifications, Bangor, ME Pala Springs Phase I Improvements, Palm Springs, FL G.T. Lohmeyer WWTP, Ft. Lauderdale, FL Hydropneumatic Tank Replacement, Spring Lake, FL NC1 LIG Compost Facility Biofilters Replacement, West Palm Beach, FL REOISTERED PROFESSIONAL ENGINEER New Hampshire, FE 5960 LICENSED MECHANICAL CONTRACTOR State of Florida - CMC056695 SENT BY: 12— 5-03 :11:41AM : 979744HH-o 56139465934 3 ALEXkNDER ANTONUCCI Project Superintendent Interstate Englueertng Corp, E i UCA'TION Hi h School Graduate Completed 4 year Plumbers Union Apprenticeship Instruction for the Master Plumbers Course Local 12 i EXPERIENCE 1968 — 1978 Plumber with various companies 1975 — 1979 Owner, Antonucci Plumbing 1980 — 1982 Master Plumber, Project Foreman, Standard Mechanical of New England 190 — 1986 piping Designer, ,Estimator, Project Manager, Master PIumber, BALCO Engineering 1987 — 1988 Construction Estimator, Project Foreman & Master Plumber, Ferris & Mahoney Corp, IM — Present Project Superintendent, Process Mechanical Foreman, Interstate Engineering Corp. HACKGROUND Mr. Antonucci has over thirty-two years of experience as a licensed Master Plumber, licensed Pipehtter, journeyman Sprinkler Fitter, certified Welder, Foreman & Superintendent, Joined Interstate Engineering Corp. in 1989 and has worked extensively on water & wastewater treatment facilities including the expansion of the Boynton Beach R.O. Facility. Previous work experience included operating his own Plumbing business for five years, and as a plumber for Boston Local 12 working for many companies, Functions as working Project Superintendent / Foreman. Supervised construction and start-up of the Interstate projects listed below. PROJECT EXPERMNCE HIGHLIGHTS i North System Headworks, Winthrop, MA Palm Springs Chlorination, Palm Springs, FL Palm Spring Phase I Improvements, Palm Springs, FL Seacoast Utility Authority, Palm Springs, FL Pompano Beach PS, Pompano Beach, FL West Boynton Beach, W.T.P. , Boynton Teach, FL G.T. Lohrneyer WWTP, Ft. Lauderdale, FL CERTIFICATIONS Master Plumber, State of Massachusetts ;12- 5-03 ;12:07PM 9787448883� 5613946693;�10 SENT BY: r' CERTIFICATE OF LIABILITY INSURANCE io (MWOOM ) PRODUCER (g O);33-7234 FAX (SOWSS-8353 THI$ CERTIFICATE 13133UED AS A MATTER OF INFORMATION EASTERN I SURANCE CROUP LLC ONLY AND CONFERS NO RIGHTS UPON THO CERTIFICATH HOLDER. THIS FICATE DOES NOT233 WEST ENTRAL STREET ALTER InCOVERnGE AFFORDED 13Y THEENDOLIC193 BELO W. NATICK, M{4 01760 i INSURERS AFFORDING COVERAGE NAIC 0 SURE0 Interstate ng neering Corp. INSURBRA: Westchester Fire Insurance Co 193 Pefferson Avenue INSURERS: Safety Insurance Grou P.O. Box 687 INSURERC; Crum & Forster Salei I . I MA 01970 INSURER D: WC Assigned Risk INSURERS: Travelers Property Casua ty rnuel�er.Fe:l THE POLICIE ANY REQUIR MAY PERTAIN POLICIES. A4 OF IN$URANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN MENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL. THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH REGATE LIMIT$ SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR pD TYPE OP INSURANCE POLICY NUMEBR PO Y lFFECTIyE POLI PIRA N LIMITS A GENE X C L LIABILJTY MMERCIAL GENERAL LIABILITY CLAIMS MADE M OCCUR CLW777309 0 10/01/2003 10/01/2004 EACM OCCURRENCE 6 1,000,000 rAMAUE TO KSNTr;o $ 300 000 MEO EXP (My OM Parson) 6 5,000 PERSONAL E ADV INJURY i 1 000 1 00 GENERAL AGGREGATE a 2,000,00C GEN1 rl GREGATE LIMIT APPLIES PER: ICY X SPE LOC PRODUCTS- COMPIOP AGO 6 1,000,00C B AUTOM AN AL SC HIND NQ BILE LIADILITY AUTO OWNED AUTOS FOULED AUTOS AUTOS -OWN60AUTOS PREHENSIVE 2432283 MA AUTOMOBILE PER SCHEDULE ON FILE WITH COMPANY 10/01/2003 10101/2004 COMBINED 9INGLELIMIT Me Fuldrn() 6 11000,000 50DILY INJURY (per Person) S X X X BODILY INJURY (Per►uldar.t) S NXC PROPERTY DAMAGE (peroccloen() s X COLLISION OARAO AN LIABILITY AUTO - AUTO ONLY • EA ACCIDENT S OTHEA THAN EAACC AUTO ONLY; AGO $ [ EXCESSIlI X OCCUR KDIUCTIBLE X RETENTION MSRELLAUABILITY ED CLAIMS MADE I f 10,000 SS3-08SOS7-7 10/01/2003 10/01/2004 EACH OCCURAENCE 6 6 000,0 00 AGGREGATE $ 12,000,000 i s D WORKERS COMPENSATION AND RMPL0YER3.LIABILITY OPFICERIaEMB REXCLUDED `GIVE y ��dd BPE�IAL PRO VISIONS bpnw T13A MA - WORKERS' COMP. 10/01/2003 10/01/2004 � 9 U. N E.L.EACIiACCIDENT ! 1 00Q,000 E.L. DISEASE • EA EMPLOYE 5 1,000,000 E.L. DISEASE - POLICY LIMIT 9 1 000 00 E T�ILLATjON FLOATER TBA 10/01/2003 10/01/2004 S1,S00,000 SPECIAL FORM $1,000. DEDUCTIBLEO DESCRIPTION OF OPERATIONS I LOCAT(ON81VENI LEA! EXC(.U81ONS ADDS BT ENDORSEMENT I SPECIAL PROVISION! E: CITY OF WESTON, FL - STODRM WATER PUMP STATION P-2 MODIFICATIONS, CCA #96-2465Q ITY OF WESTON, CALVIN, rlORDAN0 & ASSOCIATES, INC. AND SEVERN TRENT SERVICES, ST, MOYER ARE NAMED AS DDITIONAL INSURED WITH RESPECT TO THE OPERATIONS OF THE NAMED INSURED. I3 CITY OF WESTON 2500 WESTON ROAD SUITE 101 WESTON, FL 33331 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE 133UING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WR)TTEN NOTICE TO THE CCRTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICi SHALL IMP03E NO OBLIGATION OR LIABILITY CF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE' Rosemary Ful ham ACORD 25 (2001108) (DACORD CORPORATION 1988 5'ENi BY ;12- 5-03 ;12:08PM ; 9787448883y 5613946693411 This owtln=18 la IsaUed ■s a matter of information o Certificate of Insurance and does not amend, extend. or alter the eovaregs aMe ed by the poocrights sW n you � cO��rtr holder. - Thls certlsoets Is not an Insurance policy Named fnsured(s): includiiadc ng cavity MR, L.P. ; GGvR IV, L.P, Gevity HR IX, LP.; Gevity MR X, L.P. 800 301 Boulevard West Bradenton, Florida 34205 MARSH Insurer Affording Coverage CoVerdj�Aai: American biome Assurance CO., Member of AniaNeen lnbrnad4nd droup,tne.(AIO) �� � P�YQes) of Insurance listed below have been Issued to the Insured named above for the polcy J afforded b I the pollry(fea) described her Is subject to all the terms, exclusions and conditions of euceh� Indlcated. Th e Ineurence Grtillcete &P. pals Type of insurance ❑ CONTINuoua Policy Number Cl EkTENOLM •® PMICYTERM Workers' Compensation 1-1.2004 RMWG0g77182 RMWC0977183 ^r�l RMWC0977184 RMWC0977183 RMWC0977186 Other: Employees Lsasad To: 17163.Interstate Rnginirring Corp Limits Em1310leers Llablll S1, Oo ppryp I Aoddent Each Accident 80dily Injury By oiesaae $1,000,000 bodily Injury By Disease 51,000,000 Effective Date _ 01-J'U.zo03 Policy LGnit Each Penton L bove referenced workers, compenaetlon poly prcrvfdar statutory benefits only to employees of the Nerved Insured(s) on the I otheremploys', po kY. not to employees *If the te on date Is s Or certlftcata expiration datee, However, you w I not be notlfted annually ofed term, you ll be notifled if the continuation Of co a to ��inated or reduced before tt� coverage. Notice of Cancellation: Should any of the policies described hereln be cancelled before the expiration date thereof, the Insurer affording coverage will endeavor to mall 30 days Written notice to the certif►cste holder named herein, shall Impose no obligation or liability of any kind upon the insurer affording coverage, its agents or but failure to mail euctl notice representatives. Csrtlflcate Holder Interstate Enolneerinp Core 220 NN Federal HWY Ste 223 coca Raton, FL 33431 Micheal C. Wales Authorized 11e15rd4sntative of Marsh USA Ina (856)443-8489 07-NOV-3003 Phone Data lssued Purchasing & Contracts Div/Slot? BID 13OND STATE OF FLORIDA) )SS: COUNTY OF BROWARD) t rstate En ineerin Cor Pr KNOW ALL MEN BY THESE PRESENTS, t�a5W a'nce Com an id t as Principal, andIaLe � as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida In the penal sum of: Dollars $ lawful money on the United States, for the payment of which sum well and truly to be ade we bind ourselves. our heirs, executors, administrators and successors Jointly m , and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas Principal has submitted the accompanying Bid, dated for: Grants Plaza FtepumP station Rehabilitation Bid No. 04-028 NOW, THEREFORE, (a) If said Bid shall be rejected, or In the alternate. b If said Bid shall be accepted and the Principal tsh ll properl in all respects fulfill deliver to said City the appropriate all () riate Contract nocumens, on ons terms and conditions attributable l the acceptance of effect, it being Xp e$$ y shall t>e void; otherwise, It shall remainlit to understood and agreed that the liability of of this bligation s heeinhe Surety for any and istated, claims hereunder shall in no event exceed the amount for value received, hereby agrees that the obligations f of time wsaid ithin which and Th®Surety, aired or affected by Y its bond shall be In a twg such Bid; and said Surety does hereby waive notice of any said CITY may accept extension. Bid Bond page 1 of 2 o/ Tamarac Purchasing B Contracts Division ACKNOWLEDGEMENT BID BOND Signed and sealed this . 2hrjj- day of , Nnuenh,er�, IN PRESENCE OF: Interstate Engineering C Principal A Vic,, � �FK--,�reside►r� rlz4 193 Jefferson Avenue Civ I ?cKe U-rV Business Address (AFFIX SEAL,) EST: aww" �. Christina D. Hicklay, Attorney -in -Fact ATTE T: Ellen J. Young, Wtornen-Fac 'Impress Corporate Seal Sale n n City/State/Zip 978-744-8883 Business Phone t Surety" Pant LZE Attorney -in -Fact Title Donna M. Roble Attorney -in -Fact - By Page 2 0/ 2 Bid Bond Acknpw1QdgBrne13f RIDER TO STATUTORY PUBLIC CONSTRUCTION BOND (hereinafter "Bond") This Rider does hereby supplement and/or modify paragraph 2 of the attached Bond to the extent,that claimants are as defined in Section 255.050 Florida quisite Statutes and have provided the requisite notice and complied with Statutes e re time limitations as set forth In Section 255.05(2)(a)2, Florida as follows: A claimaint, except a laborer, who is not in privity with the contractor shall, before commencing or not later thandays the after commencing to furnish labor, materials, or supplies prosecution of the work, furnish the contractor with a notice that he or she intends to look to the bond for protection. A claimant who is not privity with the contractor and who has not received payment for his or her labor, materials, or supplies shall deliver to the contractor and to the surety written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. The notice of nonpayment may be served at any time during the progress of the work or thereafter but not before 45 days after the first furnishing of labor, service, or materials, and not later than 90 days after the final furnishing of the labor, services, or materials by the claimant or, with respect to rental equipment, not later than 90 days after the date that the rental equipment was last on the job site available for use. No action for the labor, materials, or supplies may be instituted against the contractor or the surety unless both notices have been given. An action, except for an action exclusively for recovery of retainage, must be instituted against the contractor or the surety on the payment bond or the payment provisions of a combined payment and performance bond within one year after the performance of the labor or completion of delivery of the materials or supplies. An action exclusively for recovery of retainage must be instituted against the contractor or the surety within one year after the performance of the labor or completion of delivery of the materials or supplies, or within 90 days after the contractor's receipt of final payment (or the payment estimated containing the owner's final reconciliation of quantities if no further payment is earned and due as a result of deductive adjustments) by the contractor or surety, whichever comes last. A claimant may not waive in advance his or her right to bring an action under the bond against the surety. In any action brought to enforce a claim against a payment bond under this section , the prevailing party is entitled to recover a reasonable fee for the arbitration, in an amount to be determined by the court, which fee must be taxed as part of the prevailing party's costs, as allowed in equitable actions Tel (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 FOR BID BOND/RIDER/CONSENT'S/AFFIDAVITS KNOW ALL MIEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMIPANiY, a corporation organized and existina laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint FRANK J. SMITH, ELLEN J. YOUNG, DONNA M. ROBIE, CHRISTINA D. HICKEY, FRANK W. ENGLAND, WILLIAM J. DOBBINS, JR, PAUL C. COOK, JR., EILEEN M. RYAN Natick, MA. its true and lawful anorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory m the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, reggulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said LNTERNATIONAL FLUELITY INSLRANCE CON P.ANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Artornev is executed, and may be revoked, pursuant to and by authority of Article 3-Secrion 3, of the By -Laws adoppred by the Board of Directors of INTER -NATIONAL FIDELITY INSURANCE COMIPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therand efore the signatures of such officers and the seal of the Company may be affixed to any such Power of attorney or any certificate relating thereto by such power so executed d ander of certified byyfacscertificate s signatures and facsimilsuch e sealt�hall be valid res or cand bindinge seat shall upon [he valid Compn �nntlte upon future the Compspeca to an bond or undertaking to which it is attached. UTY /,ys IN TESTIMIONY WHEREOF, INTERNATIONAL FIDELITY INSLRXNCE COMPANY has caused this instrument to be o�p 0/p4�G�� signed and its corporate seal to be atfixed by its authorized officer, this 31sr day of August, A.D. 1998, c SEAL `' m INTERNATIONAL FIDELITY LNSLRA.NCE COM NY y 1904 n STATE OF NEW JERSEY yd�`'JERy�a�p County of Essex Vice -Pr ident On day of August before me s•,v rn, aiid3thethz s the theremld described and authorized officertofathewho executed �TION-AL. FIDELITYtINSCR INCE CO.MIP�rYa ha[ tthense b affiixed t, said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors cr said Company. MAAQ�i IN TESTIMIONY WHEREOF, I have hereunto set my hand affixed my Official Seal, ' at the City of Newark, New Jersey the day and year first above written. NOTARY Q L PUBLIC � * �t �r A NOTARY PUBLIC OF NE« JERSEY CERTIFICATION Mly Commission Expires Nov, 21, 2005 I. the undersigned officer of INTERNATIONAL FIDELITY LNSL'RAYNCE COMIPANY do hereby terrify that I have comrared die fore2oina copy of the Power of Attorney and affidavir. and the Dopy of the Section of the By Laws of said Company as set forth in .Said Power of Aaoriey. with the_ORIGIN_aLS ON IN THE HOME OFFICE OF S_UD CO�IP.aNY, and that die same are correct rranscripts thereof. and of the whole of the said criminals. and drat the said Po,, __ f Anomey has not be.n revoked and is now in full force and -,fact IN TESTIMONY %l'HEREOF. I ha%'e hereunto set my hand this 26th day of November, 2003. Assistant Secretary ECKL ER ENGINEERING, INC. CONSULTING CIVIL ENGINEERS "EXHIBIT C" December 11, 2003 TR #10316 442.0 1 Mr. James Moore, P.E. Assistant Director of Utilities Cit of Tamarac 6001 Nob Hill Road Tamarac, FL 33321 Dear Mr. Moore: Reference: Recommendation of Award Grant's Plaza Repump Station Kenabilitaiion Tamarac Bid No. 04_02B The City of Tamarac Purchasing Division received, opened and read aloud bids for the Grant's Plaza Repump Station Rehabilitation on Friday, December 5, 2003 at 4:00 P.M. Four (4) bids were received ranging in price from $292,000 to $354,000. The apparent low bid was submitted by Interstate Engineering Corporation of Boca Raton, Florida. Interstate Engineering Corporation has constructed various projects in South Florida where construction requirements of thispletedrojectman would waterer andconsidered wastewatsimilar. er facility praddition, ojects throughout the northeastern United 1960's and hass co comp Y States. Eckler Engineering has worked with Interstate Engineering Corporation on four water and wastewater facility projects in the past. These projects have ranged in cost from $150,000 through $1 million. All of these projects were brought to successful completion to the satisfaction of both Eckler Engineering and the project owner. Eckler Engineering and Interstate Engineering Corporation are currently working on a reclaimed water filtration system modification project for the City of Boca Raton. Based on our past and current association with Interstate Engineering Corporation, with have no concerns with their ability to complete this project as planned. Therefore, Eckler Engineering recommends the award of this construction contract to Interstate Engineering Corporation in the amount of $292,000. We find this amount to be approximately 16% lower than the Engineer's opinion of probable construction cost of $350,000. A certified bid tabulation has been attached for your file. The bid tabulation lists the documents that were •i. - i ,d d t1 e bid amount. An ":�' ii ��icates that the necessary raquired and sub:: jitter, by �f e aNNarei t �Gvr bidder ,gin pliance with the bidding phase requirements of this project. documents were submitted and found to be in com If you have any questions or require additional information pertaining to this recommendation of award or the project in general, please do not hesitate to contact me. Sincerely, n ram Douglas K. Hammann, P.E. Encl. Y:\Documents\Tamarac\442.C1\Correspondence\441 C1.013.wpd Celebrating our 18th Year of Service to South Florida 9$v510.4700 4700 RIVERSIDE DRIVE. SUfYE 110 FAX 9541755-2741 CORAL SPRINGS FL 93067 Printed an Recycled Paper § / a _ < _ a § §} \ /� « CO aLL ® §§ 2 a� co ƒG \ � « K ƒ 0 \ a o a M 32 IT/ / S E \ 2 : / \ a o ƒ z ° Ci � \ \ \ / J N m m 'E u ® ® Cl) ® 2 = e w E k R x \ } z 3 $2 LL ƒ ^ z z Ir ƒ �J u © x 4 = } z z 2 I /2 \ 0 x ƒ ƒ I /2 z m 0 \ ^ I } k t � .> _\> x ƒ QE } / i< z _ k0 * / z z d ¢ x _ « z z z y 7 \ \ c u / u 3 \ L / f= c u o a g u£= \ / og C Co \ ƒ I, ƒ E ] g, o c 2 ; I 2 = 6 = E / o E _ 3 ¢6 0 0 , ) 8 7 k co ƒ / f 8 0 cc j 5 a , of Tamara................. ............................... - .. .... .............................. .......... .... .. . 11 ................................. ... cc Purchasingx.11 and Contracts Division t ­­­ ........... . .. . ............... __ . ........ ­­­, . .......... AGREEMENT BETWEEN THE CITY OF TAMARAC AND INTERSTATE ENGINEERING CORP. THIS AGREEMENT is made and entered into this /Z day of 20�by and between the City of Tamarac, a municipal corporation withprincipal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 ("City") and Interstate Engineering Corporation,a Massachusetts corporation with principal offices located at 193 Jefferson Avenue, Salem MA 01970 ("Contractor") to provide construction of the Grant's Plaza Repump Station Rehabilitation Project according to the terms and conditions of Bid 04-02B. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement; all documents contained in Bid No. 04-02B entitled Grant's Plaza Repump Station Rehabilitation (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as specified in Bid 04-02B as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary for the construction of improvements including installation of high service pumps, piping, valves, electrical, instrumentation, site restoration and all other incidentals as indicated by the drawing and specifications or as required to properly complete the project as planned. b) Contractor shall furnish all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Installation shall be by a licensed contractor and crew with at least three years of verifiable full-time experience with projects of similar nature or dollar cost. c) Contractor shall clean up and remove all debris and material created by the work each day, at the Contractor's expense. d) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these 9 of Tamarac Purchasing and Contracts Division , 0� . — Ipolicies and procedures at the Contractor's expense. e) All equipment must be stored in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment. f) Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. g) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City 's Risk & Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this Agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than fourteen (14) days after the date that Contractor receives the official Notice -to -Proceed. The work shall be substantially completed no later than One Hundred Twenty (120) Days after the date of the Notice -to - Proceed. All work shall be completed as final no later than Thirty (30) Days after the date of substantial completion. 5) Contract Lump Sum The Contract Sum for the above work is Two Hundred Ninety -Two Thousand Dollars and no cents. ($292,000.00). ..... ..... ._. 2 of Tamarac ""` Purchasing and Contracts Division ........................I.............. . 6) Payments A monthly payment/progress payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the work completed against defect for a period of one (1) year from the date of completion. In the event that defect occurs during this time, Contractor shall correct any and all defects either by repair, replacement or reaccomplishment as determined by City. In the event such defects, as determined by the CITY, are not properly repaired, replaced or re -accomplished, the CITY shall perform such repairs, replacements or re -accomplishments at the Contractor's risk and cost. Contractor shall be responsible for any damages caused by defect to affected areas or interior of structures. 9) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination applicants for employment because of their age, handicap, The Contractor agrees that it shall not discriminate against any of its employees or race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 3 City of Tamarac .` Purchasing and Contracts Division ............................... I ................... 11) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY - City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Arnold Pike, President 2200 N. Federal Highway, Suite 223 Boca Raton FL 33431 PH: 561-394-4345 141) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon seven (7) calendar days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. of Tamarac _.........._......,,......................... ........... ....... ................... e . . . . ............ . __ . . ......... . Purchasing ",.Contracts Division Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 5 of Tamarac _.........._......'... 10. - - — .......... ........... Purchasing and Contracts Division . ..................................................................... ................................................. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and Interstate Engineering Corp., signing by and through its President, duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (C porate cretary Cheryl Pike Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Joe S hreiber, Mayor c 1114 Date Z. Mi C' Manager /- /!�-_ o i Date: �Approved to fo nd le I suffi �i�e7njny: e. Mitchell Sd raft, y Att r ev Interstate Engineering Cor oration Compan ame W-1'GdV-C1/ (Signature of President) Arnold Pike Type/Print Name of President Date of Tamarac ........I'llI'll Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF2:SS��H I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Arnold Pike, President of Interstate Engineering Corp., a Massachusetts Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. %I r#' WITNESS my hand and official seal this day of 20o j c JUHN WHITE - Signature of Notary JOHN Public N-Y 1,,'0,MM1SS10N # DD 001952 State of Florida at Large * k s ckaIRFS March 6, 2005 ��eur rice. rn,nneo fnru RU Iget Notary Services Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or DID NOT take an oath, -21LVW-TM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DbIYYYY) PRonucER (800)333-7234 FAX (508)655-8853 12/16/2003 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION EASTERN INSURANCE GROUP LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 233 WEST CENTRAL STREET HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR NATICK, MA 01760 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURED Interstate Engineering Corp. 193 Jefferson Avenue P.O. Box 687 Salem, MA 01970 A A INSURERS AFFORDING COVERAGE I NAIC # INSURER A: Westchester Fire Insurance Co INSURERB: Safety Insurance Group INSURERC Crum & Forster INSURERD: WC Assigned Risk v NSURER E: Travelers Property Casual tv THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE OR POLICY PERT D INpICATEOTWITHSTANDi ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED TA MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. RIADD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION GENERAL LIABILITY LIMITS GLW777309 0 10/01/2003 10/01/2004 EACH OCCURRENCE S 1, 000, OC X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED CLAIMS MADE � OCCUR $ 300, OC M GEN'L AGGREGATE LIMIT APPLIES PER POLICY X ECT LOC AUTOMOBILE LIABILITY ANY AU TO ALL OWNED AUTOS X SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS X COMPREHENSIVE X COLLISION GARAGE LIABILITY 7 ANY AUTO EXCESS/UMBRELLA LIABILITY y) OCCUR ❑ CLAIMS MADE DEDUCTIBLE X RETENTION $ 10, WORKERS COMPENSATION AND EMPLOYERS' LIABILITY D ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER — EXP (Any one person) $ 5,0 PERSONAL & ADV INJURY S 11000,00 GENERAL AGGREGATE $ 2,000,00 PRODUCTS •COMP/OP AGG S 11000,00 2432283 10/01/2003 10/ /200 MA AUTOMOBILE COMBINED SINGLE LIMIT (Ea accident) $ 1,000,001 BODILY INJURY S (Per person) ` BODILY INJURY $ . PER SCHE� ' '+ (Per accident) -tO FILE WITO MP1( V `` a ``� �P PROPERTY PROPERTY AGE S A ONLY - EA ACCIDENT S 1\91 OTHER THAN Ea. ACC S AUTO ONLY: AGG $ 553-08505 =` 01/2 03 10 2004 EACH OCCURRENCE $ 61000,000' AGGREGATE S 121000,000 S WC2171792 10/ 1/2003 10/01/2004 S WC STATU- O?H- MA - WORKERS' COMP. E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE • EA EMPLOYE - S 1,000,000 E.L. DISEASE _ POLICY LIMIT S 1.000.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS E. GRANTS PLAZA REPUMP STATION REHABILITATION PROJECT ITY OF TAMARAC AND ECKLER ENGINEERING ARE NAMED AS ADDITIONAL INSURED WITH RESPECT TO LIABILITY - EXCLUDES WORKERS' COMPENSATION. CITY OF TAMARAC ATTN: JIM NICOTRA 7525 N W 88TH AVE TAMARAC, FL 33321 ACORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE Rosemary Fulham a�f ORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). lPTI]A1I►TiBU The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) Mon. Dec. 22. 2003 ambest.com xY _ ' j -' ���� • P4in�gs & �.nzih-s�is - • Pn.du.�a g 3-roca.. .,t;�]µ�r.�,�1' �;Ire Eby RATING w • Insurance lieaour:r-s •Abcu-A.h 53 -. 02137 - Westchester Fire Insurance Rating eaeCompany SEARCH Enter yName Member of ACE INA Group ei. or A.h1. l. Ba4; Numbar A.M. Best #: 02137 NAIC #: 21121 View a list of group members or the group's rating GO t�,aaalaM �, Best's Rating More Search n tip ons A (Excellent)* M BEST Financial Size Categm Nine re Y; the X ($500 million to $750 Cin world is A aExaha A.M. BEST? million) Fnd our locations 'Ratings as of 1212212003 10:11:58 AM E.5. r. Whatdo Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to YW t 1wr*Q meet their ongoing obligations to policyholders - Send u your :ornmenis Important Notice: Best's Ratings reflect our opinion based on a comprehensive Accessing the pages on quantitative and qualitative evaluation of a company's balance sheet strength, ambest com constitutes operating performance and business profile. These ratings are not a warranty of an the user's agreement to insurer's current or future ability to meet its contractual obligations. View our entire our terms of use; Y g Information collected notice for a complete details. via this Web site is protected by our pd.vacy statement; Companies interested in placing a Best's Security Icon on their web site to Comments or concerns promote their financial strength may register, online. should be directed to our customerseNlce group; For other matters refer to our contact us page. Copyright ©2003 by A,M—Best Company Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. Mon. Dec. 22, 2003 1. BES i s. • r �.ambast.com . ,� / I • • Rings. & Ana lvsle • Nays Publi.a'icns FATINGF�I�.F l J. Prcduserke V • Insurance Resout.e • Abrut.A.l, Bes 02684 - Safety Insurance Company Rating s E A R c H000'0 Member of Safety Group Enter Corn panyName A.M. Best #:02684 NAIC#:39454 or A.M. Beat Number View a list - f rnu members or the group's raking Go Rn Best's Rating _ A (Excellent)'' More Search lions M BES"Tinanciai size Category A ataMRt VIII ($100 million to $250 Where million) in the world is A.M. REST? "Ratings as of 12/22/2003 10:11:58 AM E.S.T. Find rur loca;ian5 Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to Whatdo obligations to policyholders r� Important reflect our opinion based on a comprehensive ,.. rhink Send wyour �-omrc�en;s p once: Best's Ratings refl rehensive quantitative and qualitative evaluation of a company's balance sheet strength, Accessing the pages on operating performance and business profile. These ratings are not a warranty of an ambest.com constitutes insurer's current or future ability to meet its contractual obligations. View our entire the user's agreement to notice for a complete details. our )gyms of use; Information collected via this Web site is Companies interested in placing a Best's Security Icon on their web site to protected by our romote their financial strength may register online. griv_acy._statem_e...n;; p Comments or concerns should be directed to _ .., our usC tomq service group; For other Copyright @ 2003 by A.M. Best C�ompa_na, l_nc. ALL RIGHTS RESERVED matters refer to our No part of this information may be distributed in any electronic form or by any means, or stored in a database or ont y.s page. retrieval system, without the prior written permission of the A.M. Best Company, Refer to our jErms of U§g for additional details. Mon, Dec.22.2003 BEST emtlest.com ® r i i / • I» C.. . • Pr,.du:'s d 'i�r,,,a•.. .^i �V, I.,4.!�: �..iP °}.. _._, RAUN' ;I.uGwY �� r,^ (,k� t i r .,. 17' 1 I � • Insurance Rraaur•:ts o Abu a,Pd! 6a_, 01886 . Crum and Forster Insurance Rating Company SEARCH EnterCompanyB aaNumber Member of Fairfax Financial Holdings Limited ,yrA.h1. Bes;Numbar A.M. Best #: 01886 NAIC #: 42471 View a list of aroup members or the arau 's ratite GO More Search Options nandM Bests Rat_!na A BEST A- (Excellent)* Financial Size Category in Where he XI ($750 million to $1 tA- E. aft ,world is A.M. ■EiT7 billion) F,ndnur loca.i,�n- 'Ratings as of 1212212003 10:11:58 AM E.S.T. What dC yorr thinkQ Send usyour omrnams Accessing the pages on ambest.com constitutes the user's agreement to our terms of use; Information collected via this Web site is protected by our privacy statement; Comments or concerns should be directed to our customer service group; For other matters refer to our W-rntact us page. II I,I;IA Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Copyright © 2003 by A.M. Best_CompanyInc, ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of a*e for additional details. Mon. Dec. 22.2003 � ambest.corn • News —Public-cm• • Insurance Rea urce • Abru:.A.M - Bea: Raring SEARCH je Enter Company Name or A.M. Beat Numbar GO More Search O lions V Where in the world is A.M. REST? Find our locations What do you thir*Q Send us your �:ommen:s Accessing the pages on ambest.com constitutes the user's agreement to our rms f use; Information collected via this Web site is protected by our prlv_.pcy. state.merrt; Comments or concerns should be directed to our cust.Qmer s group; For other matters refer to our Qgntactul page. RATING 11027 -'Travelers Property Casualty Insurance Co Member of Travelers Property Casualty Group A.M. Best #: 11027 NAIC #: 36161 View a list of rou memb rs or theqroup's rs ating .aa.t Best's Ratin M BET A++ u (Superior)" A Financial Size CatestorX A*+ 6:101111"! XV ($2 billion or more) 'Ratings as of 1212212003 10:11:58 AM E.S.T. Rating Category (Superior): Assigned to companies that have, in our opinion, a superior ability to meet their ongoing obligations to policyholders_ :_ Important Notic e: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Co p ri ht © 2003 by A.M. Best Company=_Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms.of use for additional details. Certificate of Insurance This certificate is issued as a matter of information only and confers no rights upon you the certificate holder. This pedificrt(t is�vt{p@insurance policy and does not amend, extend, or alter the coverage afforded by the policies listed below. t Namprl Incuirarlicl l—'s evity HR, Inc and its wholly owned subsidiaries including but not limited to Gevity HR, LP; Gevity HR II, LP; Gevity HR III, LP; Gevity HR IV, LP; Gevity R V, LP; Gevity HR VI, LP; Gevity HR VII, LP; Gevity HR Vill, LP; Gevity HR MARSH IX, LPXI ; Gevity HR X, LP; Gevity HR , LLC; Gevity HR XII Corp. 600 301 Boulevard West Insurer Affording Coverage Bradenton, Florida 34205 American Home Assurance Co., Coverages: Member of American International Group,lnc.(AIG) The policy(ies) of insurance listed below have been issued to the insured named above for the policy period indicated. The insurance afforded by the policy(ies) described herein is subject to all the terms, exclusions and conditions of such policy(ies). Certificate Exp. Date Type of Insurance ❑ CONTINUOUS Policy Number Limits ❑ EXTENDED * ® POLICY TERM Employers Liability Workers' 1-1-2005 RMWC2633886 Bodily Injury By Accident Compensation RMWC2633892 $2,000,000 Each Accident RMWC2633912 RMWC2633913 Bodily Injury By Disease RMWC2633920 $2,000,000 Policy Limit Bodily Injury By Disease $2,000,000 Each Person Other. Employees Leased To: Effective Date: 01-JAN-2004 12163.Interstate Engineering Corp The above referenced workers' compensation policy(ies) provide(s) statutory benefits only to employees of the Named Insured(s) on such policy(ies), not to the employees of any other employer. 'If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. However, you will not be notified annually of the continuation of coverage. Notice of Cancellation: Should any of the policies described herein be cancelled before the expiration date thereof, the insurer affording coverage will endeavor to mail 30 days written notice to the certificate holder named herein, but failure to mail such notice shall impose no obligation or liability of any kind upon the insurer affording coverage, its agents or representatives. Certificate Holder Michael C. Weiss Authorized Representative of Marsh USA Inc. 6001 NOB HOLL RD Tamarac, FL 33321 (866)443-8489 0 6 - JAN- 2 0 04 Phone Date Issued