Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-087Temp. Reso. #10409 April 8, 2004 1 CITY OF TAMARAC,. FLORIDA RESOLUTION NO. R-2004- (�rl A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 04-13B TO COOPER CONTRACTING, INC., AND EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND COOPER CONTRACTING, INC., FOR AN AMOUNT OF $389,417.00 FOR THE PUMP STATIONS 7, 7AAND 10 REHABILITATION PROJECT; APPROVING FUNDING FOR THIS PROJECT FROM THE APPROPRIATE UTILITIES OPERATIONAL AND CIAC ACCOUNTS; 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 seventy-five (75) wastewater pump stations; and WHEREAS, wastewater Pump Stations 7, 7A and 10 are the last three (3) "can" type pump stations in Tamarac and were constructed in the early 1970's, which are located at 6299 NW 57'" Street, 6300 NW 62nd Street, and 4980 Sabal Palm Boulevard respectively (copies of which are attached hereto in map form as "Exhibit A"); and WHEREAS, the deteriorated condition of these stations has reduced their efficiency; and WHEREAS, in accordance with the Utilities Department's mandate to improve, renew and rehabilitate existing water and wastewater systems to ensure a safe, reliable and adequate water supply and wastewater systems to all residents and customers of the City, Pump Stations 7, 7A and 10 Rehabilitation Project was recommended, approved and funded as a Capital Improvement Project; and WHEREAS, the Utilities Department's Engineering Division completed the design, bidding and construction documents for Pump Stations 7, 7A and 10; and WHEREAS, the City of Tamarac publicly advertised Bid No. 04-13B, Pump Stations 7, 7A and 10 Rehabilitation Project in the Sun Sentinel on February 29, 2004 and March 7, 2004 (a copy of said bid document is attached hereto as "Exhibit B"); and Temp. Reso. #10409 April 8, 2004 2 WHEREAS, the City solicited competitive sealed bids and on March 31, 2004, received, opened and reviewed six (6) bids as follows: COMPANY NAME TOTAL BID $ TCooper Contracting, Inc. 389,417.00 Akerblom Contracting __-J- 470,001.00 Corp U. S. Environmental 481,393.00 Systems, Inc. H. A. Contracting, Corp. _ TLC Diversified, Inc. 628,921.00 Globe Tec Construction, 642,101.00 LLC WHEREAS, Cooper Contracting, Inc., was deemed the lowest responsive and responsible bidder (a copy of said bid is attached hereto as "Exhibit C); and WHEREAS, the City of Tamarac Assistant Director of Utilities recommends the award of this construction contract to Cooper Contracting, Inc., in the amount of $389,417.00 as stated in the memo issued April 6, 2004 (a copy of which is attached hereto as "Exhibit D"); and WHEREAS, approved funds in the amount of $650,000.00 are available in the Utilities Operational and CIAC accounts; 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. 04-13B, Pump Stations 7, 7A and 10 Rehabilitation Project, to Cooper Contracting, Inc., and execute an agreement with Cooper Contracting, Inc., in an amount not to exceed $389,417.00 for the rehabilitation of the stations; 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. 04-13B, Pump Stations 7, 7A and 10 Rehabilitation Project, to Cooper Contracting, Inc., and execute an agreement with Cooper Contracting, Inc., in an amount not to exceed $389,417.00. 7 u I1 1 Temp. Reso. #10409 April 8, 2004 3 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 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 No. 04-138, Pump Stations 7, 7A and 10 Rehabilitation Project, to Cooper Contracting, Inc., is hereby authorized. SECTION 3: The appropriate City Officials are hereby authorized to execute an agreement with Cooper Contracting, Inc., (a copy of which is attached hereto as "Exhibit E") as part of said award. SECTION 4: An expenditure in the amount of $389,417.00 is approved to be funded from the appropriate budgeted Utilities Operational and CIAC accounts. 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 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. Temp. Reso. #10409 April 8, 2004 4 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 28th day of April, 2004. ATTEST: JOE SCHREIBER MAYOR 1i .t , ;.. t..._ RECORD OF COMMISSION VOTE: MARION SWENSON, CMC MAYOR SCHREIBER CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALA ISCO DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS k I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 1 MITCHELL S. KRAFT CITY ATTORNEY REG/JM/mg z O F- a J m a F- C En m _M O z 'O m U fC f6 H ►a 8a CD N 0 �i co U ui i0 d rn c c aw a O Qi o E rh P C 0 n CD M O r a Q a0 O co N N a) U c 7 x z z z z z tll C d (D <6 x z z rn0 z z z 20 �3 C p N V CJ N x of C N 0 Z z Z Z Z C1 � y a C 0E w _.,x z z It z Ix z m z aU) Q c 0 x z Ix Ix z z z z m ca V 0 V o x z z U(D z z z c2 Z3 x of z x z w z are z z z of UQ 0 x M Z z z Z z N m a z z z z z U- M oN X Of a Q z z z z z m a 0 C v _ @ O U c G� ro c c M � - y i7 'C3 +• co O U E o S n U (1] U E vi c O 7 ca N a O C w U 06 (3 �`� ¢ U 00 U CQ �cT 2 I C�_5 _4Z CITY OF TAMARAC INTEROFFICE MEMORANDUM FINANCE DEPARTMENT PURCHASING DIVISION TO: JAMES MOORE, ASSISTANT DIRECTOR, UTILITIES DEPARTMENT FROM: JAMES NICOTRA, SENIOR PROCUREMENT SPECIALIST, PURCHASING DIVISION Recommendation: DATE: APRIL 01, 2004 RE: PUMP STATIONS 7, 7A & 10 REHABILITIATION,BID # 04-13B To Award to the low responsive/responsible bidder, ., for the Pump Stations 7, 7A & 10 Rehabilitation project, Bid No. 04-13B, for the Utilities Department, in the Total Base Bid amount of $389,417.00. 1/After careful review of the low responsive/responsible bidder's submittal, the Utilities Department concurs to award to: CcwP rZ oAr7v�c77a6 1, Z� in the amount of The Public Works Department does not concur to award to the low responsive/responsible bidder. Reason(s) for rejection Note: Return this signed concur memo back to Purchasing. Authorized Signer: -J-,4fvJL--S 7- Z2k&eE Signature: Date: '►c� ', 2 2W Attachments CITY OF TAMARAC INTEROFFICE MEMORANDUM UTILITIES DEPARTMENT TO: Raymond E. Gagnon, P.E. FROM: James T. Moore DATE: April 6, 2004 "EXHIBIT D" TR #10409 RE: Recommendation of Award PS 7,7A, & 10 Rehabilitation Tamarac Bid No. 04-1313 The City of Tamarac Purchasing Division received, opened and read aloud bids for the Pump Stations 7, 7A, and 10 Rehabilitation Project on Wednesday, March 31, 2004 at 4:00 P.M. Six (6) bids were received ranging in price from $389,417 to $642,101. The apparent low bid was submitted by Cooper Contracting, Inc. of Miami, Florida. Cooper Contracting, Inc. has constructed various projects in South Florida where construction requirements of this project would be considered similar. In fact, Cooper Contracting completed rehabilitations of Pump Stations 12 and 22 for the City Of Tamarac in 2001 and all work was completed in a satisfactory manner. Reference checks were made with RJR Construction - Mr. Ricardo Rodriguez and Acosta Tractors — Mr. Felix Acosta on projects completed for Miami Dade Water and Sewer Dept and both references gave good reports. Based upon the good reference reports and the City of Tamarac's own experience with Cooper Contracting, I have no concerns with their ability to complete this project as planned. Therefore, the City of Tamarac, Utilities Engineering Department recommends the award of this construction contract to Cooper Contracting, Inc. in the amount of $389,417. We find this amount to be approximately 22% lower than the Engineer's opinion of probable construction cost of $500,000. The 2004 Capital Improvement Plan has listed $650,000 budgeted for completion of this project. A certified bid tabulation has been attached for your file. The bid tabulation lists the documents that were required and submitted by the apparent low bidder and the bid amount. An "V indicates that the necessary documents were submitted and found to be in compliance with the bidding phase requirements of this project. If you have any questions or require additional information pertaining to this recommendation of award or the project in general, please contact me. City of Tamarac Purchasing and Contracts Division COMPANY NAME: (Please Print): 0p6tz- Phone.(2o"o �!o 9�`�/5r .� Fax: 20-S-/ �16 y- 9 Sr BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Careful) read the General al Terms &Conditions, Special Conditions and the -General Requirements. Properly fill out the Bid Forms and Schedu le of Bid Prices. FE]"3: Fill out and sign the Non -Collusive Affidavit and have it properly notarized. �4. Sign the Certification page. Failure to do so ,�,�� _dcr mod non -responsive. i� 5. -� out the OfFeror's Qualification Statement. Fill out the Reference s page. -Sign the Vendor Drug Free Workplace Form. will result in your Bid being 1� 1 tout the List of Subcontractors. 9. Include a 5% Bid Guaranty. Failure to provide the stipulated bond or guaranty will result in automatic rejection of your bid. Payment and Performance Bonds tN�e required and must be submitted on the City's forms. c F_ilt-out and si n the C g ertified Resolution. �t"11. mplete and return the Trench Safety form. 1�12. Include proof of insurance. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. GOP 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 nonresponsive. kloo; 400 :�o THIS SHOULD BE THE FIRST PAGE OF YOUR BID MrA Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NO. 3 BID NO. 04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION DATE OF ADDENDUM: March 30, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid 04-13B, Pump Stations 7, 7A and 10 Rehabilitation. Question: The drawings call out OS & Y Rising Stem Gate Valves but the specifications call out Non -Rising Stem Gate Valves. Which should it be? Answer The valves in the concrete valve boxes called out on the drawings are to be rising stem gate valves and the Main Block valves located underground are to be Non Rising stem gate valves. Bid opening date remains as March 31, 2004 at 4:00 PM. All other terms, conditions and specifications remain unchanged for Bid No. 04-13B and the previously issued addendums. All Bidders should acknowledge receipt and acceptance of this Addendum by submitting the signed Addendum with the Bid package. This Addendum should be signed below and returned with your bid. NAME OF BIDDER: "ra" 1 i cam., 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fox (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer City of Tamarac Purchasing & Contracts Division ADDENDUM NO.2 BID NO. 04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION DATE OF ADDENDUM: March 25, 2004 The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid 04-13B, Pump Stations 7, 7A and 10 Rehabilitation. Several typos were made in Addendum No. 1 dated March 171n Corrections are as follows; Under Pre -Bid Clarifications, The numbers jump from 3 to 5. Under 12.c. PS # 10 will require a new 36 inch x 6 feet diameter new riser ring. It now says 6 inch x 6 feet. All other terms, conditions and specifications remain unchanged for Bid No. 04-13B. All Bidders should acknowledge receipt and acceptance of this Addendum by submitting the signed Addendum with the Bid package. This Addendum should be signed below and returned with your bid. NAME OF BIDDER: b-C.. of Tamarac Purchasing & Contracts Division 10. The hedges around the existing can stations at PS 7 and 7A will need to be taken out to facilitate the removal of the can station entrance tube and the new construction. Note: hedge replacement will be by others and is not a part of this bid. 11. The existing manholes that will serve as pump stations will need to have existing cone sections and lids removed, as indicated on the drawing. 12. Field measurements were made from the first manhole ring to the top of the existing manhole lid and are as follows: a. PS VA - 16 inches from the top of the MH lid to the 5 foot diameter sump- top section. Due to the limited vertical dimensions, it will not be possible to add a riser section, and the bidder shall plan to make the top lid +/- 18 inches thick instead of 12 inches as called out on Dwg M-4. b. PS #7 - 25 inches from the top of the existing MH lid down to the top of the 8 foot diameter PS wet well ring. This pump station will need a new 18-20 inch X 8 feet new riser ring topped with a 18 inch thick concrete cover as called out on the drawings. C. PS #10 - 43 inches from the top of the existing MH lid down to the top of the 6 foot diameter PS wet well ring. This pump station will need a new 6 inch X 6 feet diameter new riser ring topped with a 12 inch thick concrete cover as called out on the drawings. Note: All dimensions for the top slab fabrication must be field -verified by the Contractor after removal of the existing wet well top section to assure the proposed top slab finished grade. The bid document contains a SAMPLE Agreement for execution after award. The sample agreement, page 2 of 7, Article 4, indicates substantial completion of 150 calendar days. The correct term for substantial completion is 120 calendar days. All other terms, conditions and specifications remain unchanged for Bid No. 04-05B. All Bidders should acknowledge receipt and acceptance of this Addendum by submitting the signed Addendum with the Bid package. This Addendum should be signed below and returned with your bid. NAME OF BIDDER: 4 of Tamarac Purchasing & Contracts Division 2. New electrical power feeds are required from all pump stations as called out on the drawings. The distance of underground electrical feed lines at the three pump stations is as follows: a. PS#7A - 85 LF of underground conduit is required from the FPL power pole located NW of the PS. The tie—in is to be made 25 feet up the power pole with a continuous power feed to the PS control panel. b. PS#7 - 70 LF of underground conduit is required from the electrical room inside the building located NW of the PS control panel. c. PS#10 - 35 LF of underground conduit is required from the electrical transformer located SW of the PS control panel. In addition, each Electrical Feed Conduit from the FPL source will be encased in red concrete with a minimum concrete envelope of 3 inches around each conduit. The minimum ground cover shall be 24 inches from the top of finished grade to the top of the concrete encasement. 3. The aluminum ladder shown on Dwg. M-7 shall be fabricated with the clearance between rails at a minimum of 18 inches and a maximum of 24 inches per OSHA 1910.27 and not 16 inches as shown on this drawing. The ladder shall also be retractable and extend 3.5 feet above the top of the valve box when extended and be able to fit inside the valve box when the lid is closed. The dimension of 6 feet - 4 inches shown on Dwg. M-7 is incorrect and the overall length shall be 8.5 feet when the ladder is extended on the sliding assembly. 5. All efforts must be made to save both trees located in the vicinity of PS 7A. It will be possible to shift the valve box to the south as required if tree roots from the large black olive tree are shown to be in the way after excavation is begun. 6. The pump station wet wells have been verified to be 5 feet diameter at PS VA, 8 feet diameter at PS#7, and 6 feet diameter at PS#10 as shown on the drawings. 7. The PS force mains have been verified to be PVC at PS #7A, and Asbestos Concrete (ACP) at PS#10. The force main at PS#7 is believed to be Cast Iron Pipe but this has not been verified and will be the responsibility of the Contractor to excavate and determine the existing pipe material. 8. The submersible pump delivery time for ABS pumps is 4-6 weeks if the pumps are not stocked; if they are in stock, the delivery time may be as short as 2 weeks. 9. The engineers estimate for this project is $500,000 3 of Tamarac Purchasing & Contracts Division 4. Under "Summary of Work", Phase VI, Step 2- Bypass is to remain in place for (1) week after startup. Under "Measurement and Payment", #3, 8, and 13; bypass to remain in place for (2) weeks. Which is it? ANSWER: Bypass is to remain in place for (1) week. 5. What are the sizes of the electrical services at each site? ANSWER: The electrical service at PS 7 and 10 are already 200 Amp service. PS #7A is only 60 Amp service and this project calls for a 200 Amp upgrade. 6. Because the bypass will be powered by electricity and the City would be paying for the power if no work was being done; will the Contractor be required to pay for the power while the station is on bypass? ANSWER: The City will pay for the power while the PS is on bypass. 7. If Overtime inspection fees are $50/hour, what is the cost for additional engineering fees? ANSWER: There are no additional engineering fees expected. 8. Are A.B.S. pumps the only pumps accepted? If not, what other pumps are accepted and is the City supplied control panel able to accept other types of pumps? ANSWER: The bid documents state A.B.S. or Equal. If another pump will be quoted, the City requires this information to be submitted seven (7) days prior to bid opening, as required under "Brand Names" on Page 7 of the front-end bid document. Note that the City has begun to standardize on A.B.S pumps to reduce inventory costs. The control panel supplied by the City will accept other types of pumps as long as the voltage is correct. PREBID CLARIFICATIONS from 03-12-04 1. All valves in the pump station and valve box are Gate valves as shown on the drawings. The 4 inch emergency connection valve will remain a Plug valve as called out on the drawings. 2 Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NO. 1 BID NO. 04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION DATE OF ADDENDUM: March 17, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid 04-13B, Pump Stations 7, 7A and 10 Rehabilitation. Answers to questions from Edward Doty — U.S. Environmental Systems, Inc. 3-12-04 1. What other permits will be required and what is their cost? ANSWER: A City of Tamarac Engineering permit is required by the City Engineer and there is no cost for this permit. The Contractor will get this permit. The City will obtain DPEP permits, and this is underway. Note: Page 14. Para. 4. PERMITS AND LICENSES, First sentence, revise language to read, ... "the City will reimburse Contractor these permit fees". 2. Will each site require a new water service and main tap? ANSWER: There is water at each PS now and it only needs to be moved to the new location. Each station will require a backflow prevention device. 3. Does the By -Pass pump require 24 hour on -site monitoring personnel or is electronic monitoring allowed? ANSWER: We would not expect the Contractor to have 24 hour personnel on site. However, we must have a 24 hour contact phone number and the bypass pumping system must have level controls that will automatically start and stop the pump. The primary pumping system will be an electric driven submersible pump and the backup pump can be a diesel driven unit. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 E Fax (954) 724-2408 ■ www.tamorac.org Equal Opportunity Employer Aug- 19--03 07 : 24A P.05 SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER WILL NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED SELOW, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAI130 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANV POLICY DESCRIBED BELOW. This Certifies that: ® STATE FARM MUTUAL AUTOMOBILE 14SURANCE COMPANY of Bloomington. Illinois, or ❑ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois has coverage In force for the following Named Insured as shown below: Named Insured COOPER CONTRACTING, INC Address of Named Insured PO BOX 297140 P5MBROKE PINES, FL 33(29-7140 POLICY NUMBER pg1-2910 B31.5$B 08/31/03 EFFECTIVE DATE OF POLICY 2000 CHEVROLET DESCRIPTION OF C1500 PICK UP VEHICLE LIABILITY COVERAGE ®YES ONO YES NO OYES_! MNO LIMITS OF LIABILrTY a_ Bodily Injury Each Penon a. Bodily Injury Each Accident __w_.. _...... _. _ —.—..Each b. Property Damage ,_ .. y )ury Property Damage $1,000,000.00 Single Limit Each Accident PHYSICAL DAMAGE -YES NO _......._ Z]YE$ ONO ❑YES NO ,_ YES NO COVERAGES 5$00,0 Deductible _ Deductible Deductible Deductible e• Com enensivo YE _ . _OO �❑NO® Y=5 b- Collision $500.00 Deductible Deductible Deductible Deductible EMPLOYER'S NON -OWNERSHIP COVERAGE [KYES [3NO OYES ❑NO [DYES ONO OYES []NO HIRED CAR COVERAGE OYES ❑NO OYES NO ❑YES ONO OYES ❑NO KAY HIUHL)AN, Agent SiPT� rakM LJlRrrhn�idf�ptl�t[ve3302S ON: (y54) 436-1717 d AAxr4Q54)VNAHolder I...r I title 2695 08/19/03 Agent's Code Number Date Name and Address of Agent F KAY RIORDAN STATE FARM INSURANCE 18243 FINES BLVD PEMBROKE PINES, FL 33029 __J 1. . ------------------- ------- - Check if a permanent Certificate of Insurance for liability Coverage is needed: [] Check if the Certificate Holder should be added as an Additioral Insured: Remarks; 168.4430.2 R9v. 9-94 Printed in U.S.A. Doc-22-03 05:05P P.02 CERTIFICATE OF INSURANCE SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER WILL NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED BELOW, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAI130 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies that: ® STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois. or Q © STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois f , has coverage in force for the following Named Insured as shm rn below: Named Insured COOPER CONTRACTING, INC _ Address of Named Insured P-O- BOX 297140 PEMBROKE PINES, FL 33(129-7140 POLICY NUMBER 051-6533-817.59 EFFECTIVE DATE OF 0$11Tf03 POLICY ENOL AUTO I)ESCRIPTION OF VEHICLE LIABILITY COVERAGE ®YES []NOC YES NO — YES LINO_ YES NO LIMITS OF LIABILITY a. Bodily Injury Eaoh Person a. Bodily Injury Each Accident b. Property Damage — c. Bodily Injury 8 Property Damage $1.000.000.00 Single Limit Ea6h Accident PHYSICAL DAMAGE ❑YES C�NO ES []NOYES NO DYES NO COVERAGES $Q_O0 Deductible __ Deductible Deductible Deductible a. Comprehensive ❑YES _ ❑NO ❑1'ES ❑NO YE$ ❑NO ❑YES NO b- Collision Deductible Deductible Deductible Deductible EMPLOYER'S NON -OWNERSHIP ®YES ONO [YES []NO C]YE$ ❑NO []YES []NO COVERAGE HIRED CAR COVERAGE _ _ YE5 NO CIYES ONO Mies []—NO �— OYES NO LV AGENT 2695 12/22/03 - Signature of Authorize epre$entat' a Title Agent's Cede Number Date Name and Address of Certificate Holder Name and Address of Agent STATE FARM INSURANCE KAY RIORDAN, AGENT 18243 PINES BLVD PEMBROKE PINES, FL 33029 -...... ----------- ------------------- W---------.. ----- -- -_--__-------------- Check if a permanent Certificate of Insurance for liability covl rage is needed: ❑ Check if the Certificate Holder should be added as an Additicnal Insured: Remarks: ___.... .. - 158.4430.2 Rev. 9-04 Ptinle4 in U.S.A AC4RDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MWOD/YY) PRODUCER VP�I,Q?'IrI ,�, � W Y THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION r ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4110 Cer7ter Pointe Drive, Ste. 215 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Fort Myers, Florida 33916 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (239) 275-8226 INSURERS AFFORDING COVERAGE INSURED CCOpM 02MLACTING, IW. . INSURER A: VAUM FIOR(M 124SURANM CUMPANY P.O. Baas 297140 INSURER B:�T- Pembroke Pines, Florida 33029 INSURER C: (305) 969--9844 INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 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. INSR TYPE OF INSURANCE LTA POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LIABILITY EACH OCCURRENCE S FIRE DAMAGE (Any One fire) S �-G--E-,NERAL A I �{ i COMMERCIAL GENERAL LIABILITY Tcp 2054176020 07/20/03 07/20/04 MED EXP (Any one person) $ I CLAIMS MADE ® OCCUR PERSONAL 6 ADV INJURY S 1,000,000 ' GENERAL AGGREGATE S PRODUCTS • COMP/OP AGG S i GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO- LOC JECT ��AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S ANY AUTO (Ea aceidenl) ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS- . (Per parson) HIRED AUTOS. BODILY INJURY S (Per accident) NON -OWNED AUTOS PROPERTY DAMAGE (Par aceidenl) $ I AGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN E .ACC , S I ANY AUTO S , AUTO ONLY; AGG I EXCESS LIABILITY EACH OCCURRENCE S AGGREGATE S � i OCCUR CLAIMS MADE S $ DEDUCTIBLE $ I RETENTION S X WC STATU• OTq- WORKERS COMPENSATION AND p, ! EMPLOYERS' LIABILITY WIC 2058109556 07/20/03 07/20/04 1 E.L. EACH ACCIDENT S 000 000 E.L. DISEASE • EA EMPLOYE S 1 000 00.0 E.L. DISEASE - POLICY LIMIT 1 S 1,000,000 :OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESJEXCLUSIONS ADDED BY ENOORSEMENT/SPECIAL PROVISIONS C EH T IFICA f t HULUtH ADDITIONAL INSURED; INSURER LETTER: L.AI`71.CLLA I ILJIV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED ,REPRESENTATIVE Stephen P. ACORD 25-S (7/97) 0ACORD CORPORATION 1988 *Mil City of Tamarac Purchasing and Contracts Division ACKNOWLEDGMENT FINAL RELEASE OF LIEN State of Florida County of On this the day of , 20—, before me, the undersigned Notary Public of the State of Florida, personally appeared 'TTl (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: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Release of Lien Acknowledgement City of Tamarac and Contracts Division FINAL RELEASE OF LIEN BY CONTRACTOR STATE OF FLORIDA: COUNTY OF BROWARD: The undersigned contractor, under a certain contract with the City of Tamarac, dated , 20—, in connection with the following public work: PROJECT: CONTRACT NO. does hereby acknowledge receipt of the full contract price of $ as modified by change order, addenda, etc., and hereby releases and discharges all liens, lien rights, claims or demands of any kind whatsoever which the undersigned contractor now has or might have against the City of Tamarac arising out of said contract or in connection with the aforesaid public improvement. That all claims, liens or other entitlements for labor, services, materials or supplies furnished, in connection with the aforesaid improvement have been fully paid. That an affidavit on behalf of the contractor, signed by - , has been furnished to the City of Tamarac, as well as final releases of lien executed by all materialmen and subcontractor regardless of their tier. IN WITNESS WHEREOF, the contractor has caused this release to be executed in its name and under its seal by its proper officers, this day of , 20 Signed, Sealed and Delivered in the Presence of: Corporate Secretary Signature Type Name Contractor President Signature Type Name Page 1 of 2 Final Release of Lien of Tamarac Purohasing and Contracts Division CHANGE ORDER DATE OF ISSUANCE: NO. OWNER: CITY OF TAMARAC PROJECT NAME: 7525 NW 88t' Avenue Tamarac, FL 33321-2401 CONTRACTOR: BID NO. 04-13B IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: PURPOSE OF CHANGE ORDER: CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original.':Contract Price Original Contract Time Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order Net (Increase) of this Change Order Net (Increase) of this Change Order Contract Price with all approved Change Orders Contract Time with all approved Change Orders BY Date RECOMMENDED Director APPROVED BY BY City Manager Date Date APPROVED Contractor Page 1 of 1 Change Order City of Tamarac Purchasing and Contracts Division APPLICATION FOR PAYMENT Agreement Title: Contract No.: Contract Change Order Value: Cumulative No. Change Orders: Original Contract Value: Current Contract Value: Application for Payment is made, as shown below: 1. Original Contract Sum 2. Net Change by Change Orders 3. Contract Sum to Date (line 1 (+) or (-) line 2) 4. Total Completed and Stored to Date 5. Retainage a. 1 p% of Completed Work b. Total Retainage (line 5a + line 5b) 6. Total Earned less Retainage (line 4 — line 5b) 7. Less Previous Application For Payment (subtract line 6 from prior A.F.P.) 8. Current Payment Due 9. Balance to Finish, plus Retainage (line 3 — line 6) Page 1 of 1 Application for Payment City of Tamarac Purchasing and Contracts Division CERTIFICATE AS TO PRINCIPAL 1, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that 1 know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Page 4 of 4 Performance Bond Certificate/Principal City of Tamarac Purchasing and Contracts Division IN THE PRESENCE OF: State of County of INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND On this the day of , 20_, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) ,a (Name of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: of (Title) (State of Corporation) NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 3 of 4 Performance Bond Acknowledgement City of Tamarac 0 Purchasing and Contracts Division 4.2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the OWNER elects, upon determination by the OWNER and Surety jointly of the best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those persons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the. -Contract or the changes do not affect Surety's obligation under this Bond. Signed and sealed this day of WITNESSES Secretary Principal By (AFFIX SEAL) Signature and Title Type Name and Title signed above WITNESSES Surety Secretary By (AFFIX SEAL) Signature and Title Type Name and Title signed above Page 2 of 4 Form Performance Bond City of Tamarac Purchasing and Contracts Division FORM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirement of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and, as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars, ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of 20—, with OWNER for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE.CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Fully performs the Contract between the CONTRACTOR and the OWNER dated , 20—, for the within _ calendar days after the date of contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees and costs, including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. B. C. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1 Complete the Contract in accordance with its terms and conditions; or Page 1 of 4 Four► Performance Bond City of Tamarac *____,Purchasing and Contracts Division ACKNOWLEDGMENT FORM PAYMENT BOND State of County of On this the day of , 20_, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) ,a (Name of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: of (Title) (State of Corporation) NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath CERTIFICATE AS TO PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Page 3 of 3 Form Payment Bond of Tamarac and Contracts Division 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) IN THE PRESENCE OF: Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone Page 2 of 3 Form Payment Bond of Tamarac Purchasing and Contracts Division FORM PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirements of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and, as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars ($ _ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. hrx WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project awarded the _,day of , 20—, with OWNER for which contract is by reference made a part hereof, and is hereafter referred to as the Contract; THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, .costs and attorney's fees including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: A. 2.1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, 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 non-payment. Page 1 of 3 Form Payment Bond of Tamarac and Contracts Division TRENCH SAFETY Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs of such compliance to be summarized below: TRENCH SAFETY MEASURE (Description) UNITS OF MEASURE (LF/SF) UNIT (Qty) UNIT -COST EXTENDED COST A. $ $ B. $ $ C. $ $ D. $ $ TOTAL $ If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (6) in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared non -responsive. DATE: (Signature) I�L�3s�:L•1L�lS1Itl�lul� 6I��a12 161O P►i K615 PERSONALLY APPEARED BEFORE ME, the undersigned authority, , who, after first being duly sworn by me, (Name of individual Signing) affixed his/her signature in the space provided above on this day of , 20 NOTARY PUBLIC My Commission Expires: Page 1 of 1 Trench Safety Form of Tamarac Purchasing and Contracts Division ACKNOWLEDGEMENT BID BOND Signed and sealed this day of , 20_ IN PRESENCE OF: Principal Business Address (AFFIX SEAL) City/State/Zip ATTEST: Business Phone Secretary Surety* ATTEST: By Secretary Title Attorney -In -Fact* By *Impress Corporate Seal Page 2 of 2 Bid Bond Acknowledgement City of Tamarac 0 Purchasing and Contracts Division STATE OF FLORIDA) ) ss: COUNTY OF BROWARD) BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and 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 made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has -submitted the accompanying Bid, dated , 20_, for: BID NO. 04-13B NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. Page 1 of 2 Bid Bond of Tamarac and Contracts Division 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 Contract License No. Subcontractor Name/Address Page 1 of 1 List of Subcontractors A�_- City of Tamarac Purchasing and Contracts Division 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 contenders 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. Authorized Signature Company Name Page 1 of 1 Drug -Free Workplace of Tamarac Purchasing and Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State zip Phone/Fax rrw�rirmnnn��rruiru�rrnn�rrrn■n��irn�rrno�nrr� Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Page 1 of T References City of Tamarac Purchasing Division 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'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) ACKNOWLEDGEMENT State of Florida BIDDER'S QUALIFICATION STATEMENT County of On this the day of , 20 , 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, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 3 of Tamarac & Contracts Division State whether general or limited partnership 4. If offer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present name? a. Under what former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE 2 of Tamarac & Contracts Division BIDDER'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 & Contracts Manager 7525 NW 881" Avenue CHECK ONE: Tamarac, Florida 33321-2401 F-1 Corporation 1:1 Partnership ❑Individual SUBMITTED BY (Company Name) ADDRESS: Joint Venture F-1 Other CITY, STATE ZIP: 1. 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: Correct Name of Bidder Principal address of Business City, State Zip 2. If Offeror is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation C. President's name d. Vice President's name e. Secretary's name: f. Treasurer's name g. Name of Resident Agent 3. If Offeror is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units of all partners (if necessary, use separate sheet): NAME ADDRESS OWNERSHIP UNIT 1 of Tamarac Purchasing and Contracts Division 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 ❑ CORPORATION ❑ OTHER ❑ If "Other", Explain: Authorized Signature Title Company Name City/State/Zip Fax Number Name (Printed Or Typed) Federal Employer I.D./Social Security No. Address Telephone Contact Person Page 1 of 9 Certification of Tamarac Purchasing and Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20—, 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: NU I HKY IJUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Non -Collusive Acknowledgement of Tamarac Punhasing and Contracts Division NON -COLLUSIVE AFFIDAVIT State of _ ) )ss. County of deposes and says that: being first duly sworn, 1. He/she is the (Owner, Partner, Officer, Representative or Agent) of , the Offeror that has submitted the attached Proposal; 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 in connection with such Work; or have in any manner, directly or indirectly, sought by 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 afl'lant. Signed, sealed and delivered in the presence of: Witness Witness a Printed Name Title Page 9 of 2 Non -Collusive Affidavit City of Tamarac & Contracts Division CERTIFIED RESOLUTION 1, (Name), the duly elected Secretary of (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 (Name)", the duly elected (Title of Officer) of (Name of Corp.) be and is hereby authorized to execute and submit a Bid and/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. 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 authorized to act by the foregoing resolution. NAME name, titles and official signatures of those persons TITLE Given under my hand and the Seal of the said corporation this (SEAL) By: NOTE: SIGNATURE day of , 20� Secretary Corporate Title 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. Page 1 of 1 Certified Resolution City of Tamarac Purchasing and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION (continued) Bidders Name: TERMS: % DAYS: To be considered eligible for award, one (1) original of this bid form MUST be submitted with the Bid. Two (2) photocopies of this bid form should accompany the original; however, copies must be provided within 3 business 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. SCH-7 - Bid Form & Schedule of Bid Prices City of Tamarac Purchasing and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION (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 Typed/Printed Name City, State, ZIP Telephone & Fax Number Contractor's License Number Federal Tax ID# SCH-6 Bid Form & Schedule of Bid Prices of Tamarac and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION Submitted by: (Bidder) (Date) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88t" 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 (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 Use 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. SCH-5 Bid Form & Schedule of Bid Prices of Tamarac Purchasing and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION Item No. Quantity Description Total Price Furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, excavation; complying 11 Lump Sum with Trench Safety Act; and all other appurtenant & miscellaneous items for Pump Station10 Rehabilitation field verification of existing tie-in force main, the aggregate sum of: $ For furnishing all labor, tools, construction, equipment, supervision, bond, insurance, other 12 Lump Sum miscellaneous costs, overhead and profit required for a complete, satisfactory and fully functional installation as shown on the drawings for Pump Station 10 Rehabilitation, the aggregate sum of: $ For furnishing, operating, maintaining and removing 13 Lump Sum a by-pass pumping system at Pump Station 10 Rehabilitation, the aggregate sum of: $ For installing an electrical control panel provided by 14 Lump Sum City for Pump Station 10 as shown on the drawings and in accordance with the specifications, the aggregate sum of: $ For the sum of Items 11 through 14, which 15 SUBTOTAL constitute the total cost of the Pump Station 10 Rehabilitation: $ 16 CONSIDERATION FOR INDEMNIFICATION OF CITY $ 1.00 17 ALLOWANCE CONTINGENCY $30,000.00 TOTAL BASE BID $ SCH-4 Bid Form & Schedule of Bid Prices City of Tamarac and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION Item No. Quantity Description Total Price For furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, 6 Lump Sum excavation; complying with the Trench Safety Act (TSA); and all other appurtenant and miscellaneous items for Pump Station 7A Rehabilitation field verification of existing tie-in force main, the aggregate sum of: $ For furnishing all labor, tools, construction, equipment, supervision, bond, insurance, other 7 Lump Sum miscellaneous costs, overhead and profit required for a complete, satisfactory and fully functional installation as shown on the drawings for Pump Station 7A Rehabilitation, the aggregate sum of: $ For furnishing, operating, maintaining and removing 8 Lump Sum a by-pass pumping system at Pump Station 7A, the aggregate sum of: $ For installing an electrical control panel provided by 9 Lump Sum City for Pump Station 7A as shown on the drawings and in accordance with the specifications, the aggregate sum of: $ 10 SUBTOTAL For the sun! of Items 6 through 9, which constitute the total cost of the Pump Station 7A Rehabilitation: $ 5CH-3 Bid Form & Schedule of Bid Prices City of Tamarac -.V__ Purchasing and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION Item No. Quantity Description Total Price For furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, 1 Lump Sum excavation; complying with the Trench Safety Act (TSA); and all other appurtenant and miscellaneous items for Pump Station 7 Rehabilitation field verification of existing tie-in force main, the aggregate sum of: $ For furnishing all labor, tools, construction, equipment, supervision, bond, insurance, other miscellaneous costs, overhead and profit 2 Lump Sum required for a complete, satisfactory and fully functional installation as shown on the drawings for Pump Station 7 Rehabilitation, the aggregate sum of: $ For furnishing, operating, maintaining and 3 Lump Sum removing a bypass pumping system at Pump Station 7, the aggregate sum of: $ For installing an electrical control panel provided 4 Lump Sum by the City for Pump Station 7 as shown on the drawings and in accordance with the specifications, the aggregate sum of: $ For the sum of Items 1 through 4, which 5 SUBTOTAL constitute the total cost of the Pump Station 7 Rehabilitation: $ SCH-2 Bid Form & Schedule of Bid Prices City of Tamarac Purchasing and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION The City of Tamarac is hereby requesting Bids, from qualified vendors, for the rehabilitation of Pump Stations 7, 7A and 10 in the City of Tamarac. In order to be considered for this project, the Bidder shall possess at time of bid opening one of the following State, County or equivalent licenses: 1. A State Certification as a General Contractor or Engineering Contractor with at least five (5) years of verifiable full-time experience with a minimum of two (2) projects of similar nature or dollar cost. OR 2. A Broward County Competency Engineering Contractor Class "A" license with at least five (5) years of verifiable full-time experience with a minimum of two (2) projects of similar nature or dollar cost. We propose to furnish these bid elements in conformity with the specifications and at the stated bid prices. The bid, prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. In the event of obvious mathematical errors, the Bidder recognizes that these are clerical in nature and may be corrected by the Owner. For each bid item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the project drawings. A more detailed description of the Pay Items is located in Section 01025 of the Technical Specifications. See Schedule of Bid Prices on the following pages. SCH-1 Bid Fonn & Schedule of Bid Prices City of Tamarac Purchasing and Contracts 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. Properly fill out the Bid Forms and Schedule of Bid Prices. ❑ 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 Offeror's Qualification Statement. ❑ 6. Fill out the References page. ❑ 7. Sign the Vendor Drug Free Workplace Form. ❑ 8. Fill out the List of Subcontractors. ❑ 9. Include a 5% Bid Guaranty. Failure to provide the stipulated bond or guaranty will result in automatic rejection of your bid. Payment and Performance Bonds will be required and must be submitted on the City's forms. ❑ 10. Fill out and sign the Certified Resolution. ❑ 11. Complete and return the Trench Safety form. ❑ 12. include proof of insurance. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. 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. RA City of Tamarac _V_____Purchasing and Contracts Division 36. HURRICANE AND SEVERE WEATHER PRECAUTIONS 36.1 At the direction of the Engineer/Project Manager, the Contractor shall immediately take all protective actions necessary to secure the construction site, materials, debris and equipment. 36.2 All construction materials or equipment will be secured against displacement by wind forces. 37. WORK BY THE CITY OR CITY'S CONTRACTORS 37.1 The City reserves the right to perform Work related to, but not part of, the Project and to award separate contracts in connection with other Work at the site. 37.2 37.3 The Contractor shall afford the City's separate Contractors reasonable opportunity for introduction and storage of their materials and equipment for execution of their work. The Contractor shall incorporate and coordinate the Contractor's work with the work of the City's separate contractors as required by the Contract Documents. Costs caused by defective or ill-timed Work shall be borne by the party responsible. 46 of Tamarac and Contracts Division 34.3 The Contractor shall comply with applicable laws, ordinances, rules, regulations and orders of public authorities bearing on the safety of persons and property and their protection from damage, injury or loss. 34.4 The Contractor shall be liable for damage or loss (other than damage or loss to property insured under the property insurance provided or required by the Contract Documents to be provided by the City) to property at the site caused in whole or in part by the Contractor, a Sub -Contractor of the Contractor or anyone directly or indirectly employed by either of them, or by anyone for whose acts they may be liable. 34.6 All unit prices provided by the Contractor as a part of this Bid shall include the cost of all safety equipment necessary for the performance of the Work. 34.6 The Contractor shall comply with the requirements of the Florida Trench Safety Act and all applicable OSHA Regulations pertaining to excavation. 34.7 The Contractor shall comply with Florida Statutes, Chapter 556, Underground Facility Damage Prevention and Safety Act and secure the underground locations and obtain a Sunshine State One Call Certification number prior to beginning any excavation. 36. TRAFFIC CONTROL AND WORKING HOURS 36.1 The Contractor shall be responsible for .maintaining all traffic controls during the entire period of work. All traffic controls shall conform to Manual of Uniform Traffic Control Device (MUTCD) and Florida Department of Transportation Roadway and Traffic Design Standards, latest editions and must be approved by the City in advance. At all times, at least one lane shall be kept open with adequate and legal traffic controls. Work should be avoided during peak traffic hours. Working hours are set between 7:30 A.M. to 4:00 P.M.; any deviation shall be approved in advance by the City. 35.2 The Contractor shall be responsible for obtaining any and all required Maintenance of Traffic Permits from the appropriate regulatory authorities. 35.3 Lane blockage will not be permitted without written approval of the Engineer/Project Manager. 35.4 All unit prices provided by the Contractor as a part of this Bid shall include all cost relating to the Maintenance of Traffic including any and all safety equipment necessary, including but not limited to, barricades, signage, traffic markings, arrow boards, etc. 45 City of Tamarac #_____Purchasing and Contracts Division 33. CONSTRUCTION SCHEDULE 33.1 The construction schedule shall be in the form of a tabulation, chart or graph (MS Project 98) and shall be in sufficient detail to show the critical path and the chronological relationship of all activities contained in the Project. These include, but are not limited to: estimated starting and completion dates of various activities, submittals required to the Engineer/Project Manager for approval, procurement of material and scheduling of equipment. 33.2 The Construction Schedule shall allow for a maximum turnaround time by the Engineer/Project Manager of fourteen calendar days on all submittals, shop drawings and all requests for information. 33.3 The construction schedule shall reflect the completion of all Work to be performed within the specified time and in accordance with the Contract Documents. 33.4 The construction schedule shall be thoroughly reviewed and updated on a monthly basis. The revised schedule shall be submitted to the City at least every 30 days during the term of this Agreement and shall reflect a current schedule of activities, percent complete and remaining durations for all tasks. . 33.6 Float, slack or contingency time derived from the early completion of tasks on the critical path is not for the exclusive use or benefit of the Contractor. The Contractor shall not utilize such time without the prior written consent of the City. 33.6 If the Contractor desires to make changes in the method of operation after the construction approval of the construction schedule, or if the Engineering/Engineer/Project Manager determines that the schedule fails to reflect the actual progress, the Contractor shall submit to the Engineering/Engineer/Project Manager a revised construction schedule for approval. 34. PROTECTION OF PERSONS AND PROPERTY 34.1 The Contractor shall be solely responsible for initiating, maintaining and providing supervision for compliance with Occupational Safety and Health Act (OSHA) standards for safety precautions and programs in connection with the Work. 34.2 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to (1) employees on the Work and other persons who may be affected thereby; (2) the Work and materials and equipment to be incorporated therein; and (3) other property at or adjacent to the site 44 of Tamarac Purchasing and Contracts Division City or its agents. Otherwise, the Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for excusable events of delay. The following shall constitute "Excusable Events of Delay": 32.7.1 An act, delay or order of the City obstructing or delaying the Contractor in the commencement, prosecution or completion of a Project activity other than an act, delay or order issued by the City reasonably in good faith in its role as a Government regulator or actions reasonably taken by the City in good faith, in the enforcement of its ordinances, laws, executive orders or rules of general applicability. Nothing under this subsection shall be deemed an Excusable Event of Delay to the extent that performance would have been suspended, delayed or interrupted by any other cause, including but not limited to the fault or negligence of the Contractor or for which an adjustment or extension to the Project Schedule is made or provided for, or excluded under any other term or condition of this Contract. 32.7.2 Acts of God, wars, fires (other than those resulting from the negligence or willful misconduct of the Contractor or attributable to the, Contractor), floods, epidemics, quarantine restrictions and freight embargoes. 32.7.3 Strikes which are unforeseeable or beyond the control of the Contractor to prevent and which are not the result of any or negligence of the Contractor, but only if. the Contractor takes reasonable action to perform notwithstanding the strike. Failure to perform because of additional cost shall not be deemed compliance. 32.7.4 Weather conditions exceeding normal weather conditions prevailing in the area as defined by the average of the last ten - (1 p) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale weather station. 32.7.5 The City acting reasonably, will determine the number of days, if any, that the Contractor has been delayed. Any disputes over the number of days, if any, that the Contractor has been delayed shall be resolved in accordance with the Dispute Resolution provisions. In addition, the Contractor shall continue performance of the Contract Documents. 32.8 When any period of time is referred to in the Contract Documents in days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. A calendar day of twenty- four (24) hours measured from midnight to the next midnight shall constitute a day. 43 City of Tamarac Purchasing and Contracts Division 32. CONTRACT TIME 32.1 Time Is of the Essence for Work performed under the Contract. The Work, as identified in the construction plans Section shall be commenced upon the date of "Notice to Proceed" and, subject to authorized adjustments, shall be completed as within the calendar days listed below. Failure to achieve timely, substantial and/or final completion shall be regarded as a breach of this contract and subject to appropriate remedies including but not limited to liability for liquidated damages in accordance with the Liquidated Damages provisions as specified under the General Terms and Conditions of this bid/solicitation. 32.2 The Contractor shall provide services as expeditiously as is consistent with reasonable skill and care and the orderly progress of design and construction. 32.3 Time limits stated in the Contract Documents shall be strictly adhered to. The Work to be performed under this Agreement shall commence as directed in the Notice to Proceed unless otherwise agreed in writing. 324 Contract Time may only be changed by a properly and fully executed change order that shall exist prior to the extension of the Contract Time. .:32 6 Any claim for an increase or decrease in the Contract Time 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. 32.6 Extension of time shall be considered and will be based solely upon the effect of delays to work as a whole. Extensions of time shall not be granted for delays to work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of the 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 Construction Schedule. Time extensions shall not be granted until all float or contingency time, resulting from the early completion of work on the critical path, available to absorb specific delays and associated impacts is used. 32.7 The Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from the City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, or extended overhead arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by the Contractor for hindrances or delays due solely to fraud, bad faith or active malicious interference on the part of the 42 of Tamarac Purchasing and Contracts Division 30.3 The Contractor warrants to the City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 30.4 The Contractor warrants to the City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 31. CORRECTION PERIOD 31.1 The Contractor warrants all material and Workmanship as noted in the Technical Specifications from date of acceptance by the City. If within the period of warranty from the date of final completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents, any Work is found to be defective, whether observed before or after acceptance by the City, the Contractor shall promptly, without cost to the City and in accordance with the City's written instructions, either correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with Work that is not defective and satisfactorily correct and remove and replace any damage to other Work or the Work of others resulting therefrom. If the Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Workmanship corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of the Engineer/Project Manager, attorneys and other professionals) will be paid by the Contractor. 31.2 Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph, the correction period hereunder with respect to such Work will be extended for an additional period as noted in the Technical Specifications after such correction or removal and replacement has been satisfactorily completed. 31.3 Nothing contained in this Article shall be construed to establish a period of limitation with respect to other obligations that the Contractor might have under the Contract Documents. Establishment of the time period as described in Section 32.1 relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with- the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligation other than specifically to correct the Work. 41 City of Tamarac Purchasing and Contracts Division 28.3.3 Failure of the Work to comply with the requirements of the contract documents. 28.3.4 Terms of special warranties required by the contract documents. 28.3.6 Any of the Contractor's continuing obligations under this Agreement. 28.4 The acceptance of final payment by the Contractor shall constitute a waiver of claims by that payee except those previously made in writing and identified as unsettled at the time of final application for payment. 29. CITY'S RIGHT TO WITHHOLD PAYMENT 29.1 The City may withhold in whole or in part, final payment or any progress payment to such extent as may be necessary to protect itself from loss on account of: 29.1.1 Defective Work not remedied. 29.1.2 Claims filed or reasonable evidence indicating the probable filing of claims by other parties against the Contractor. 29.1.3 Failure of the Contractor to make payments to Subcontractors r or Suppliers for materials or labor. 29.1.4 Damage to another Contractor not remedied. 29.1.5 The Contractor has incurred liability for liquidated damages. 29.1.6 Reasonable evidence that the Work cannot be completed for the unpaid balance of the contract sum. 29.1.7 Reasonable evidences that the Work will not be completed within the Contract time. 29.1.8 Failure to carry out the Work in accordance with the Contract Documents. 29.2 When the above grounds provides a Surety Bond or which will protect the City in in whole or in part. 30. WARRANTIES are removed or resolved or the Contractor Consent of Surety satisfactory to the City, the amount withheld, payment may be made 30.1 Not withstanding any provisions of the Technical Specifications the Contractor shall warranty the soundness of all work as noted in the Technical Specifications from the date of final acceptance of work. The Contractor shall submit a warranty bond acceptable to the City and prior to final payment to the Contractor. 30.2 The Contractor warrants that all equipment, materials and Workmanship furnished, whether furnished by the Contractor or its subcontractors and Suppliers, will comply with the Technical Specifications, drawings and other descriptions supplied or adopted and that all services will be performed in a Workmanlike manner. 40 of Tamarac Purchasing and Contracts Division 28. FINAL PAYMENT AND ACCEPTANCE 28.1 If, on the basis of the Engineer/Project Manager's observation of the Work during construction and final inspection, and the Engineer/Project Manager's review of the final Application for Payment and accompanying documentation, the Engineer/Project Manager is satisfied that the Work has been completed and the Contractor's other obligations under the Contract Documents have been fulfilled, the Engineer/Project Manager will, within ten (10) days after receipt of the final Application for Payment, indicate in writing the Engineer/Project Manager's recommendation of payment and present the Application to the City for payment. Thereupon the Engineer/Project Manager will give written notice to the City and the Contractor that the Work is acceptable. Otherwise, the Engineer/Project Manager will return the Application to the Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case the Contractor shall make the necessary corrections and resubmit the Application. Thirty (30) days after presentation to the City of the Application and accompanying documentation, in appropriate form and substance, and with the Engineer/Project Manager's recommendation and notice of acceptability, the amount recommended by the Engineer/Project Manager will become due and will be paid by the City to the Contractor. 28.2 If, through no fault of the Contractor, final completion of the Work is significantly delayed and if the Engineer/Project Manager so confirms, the City shall, upon receipt of the Contractor's final Application for Payment and recommendation of the Engineer/Project Manager, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the City for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required, the written consent of the surety to the payment of the balance. due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Engineer/Project Manager with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 28.3 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the City to the Contractor when the Work has been completed, the Contract fully performed, and a final certificate for payment has been issued by the Engineer/Project Manager. The making of final payment shall constitute a waiver of claims by the City except those arising from: 28.3.1 Liens, claims, security interests or encumbrances arising out of this Agreement and unsettled. 28.3.2 Faulty or defective Work and latent defects discovered after acceptance. M City of Tamarac Aft Purchasing and Contracts Division 26. FINAL INSPECTION Upon written notice from the Contractor that the Work is or an agreed portion thereof is complete, the City and the Engineer/Project Manager will make a final inspection and will notify the Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. The Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 27. FINAL APPLICATION FOR PAYMENT 27.1 After the Contractor has completed all such corrections to the satisfaction of the City and the Engineer/Project Manager and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked up record documents and other documents required by the Contract Documents, and after the Engineer/Project Manager has indicated that the Work is acceptable, the Contractor may make application for final payment. The final application for payment shall be accompanied by (1) complete and legally effective releases or waivers of all liens arising out of or filed in connection with the Work and a final affidavit; or (2) the Contractor's receipts in full covering all labor, materials and equipment for which a lien could be filed; or (3) a final affidavit stating that all laborers, materialmen, Suppliers and Subcontractors who Worked for the Contractor under this Contract have been paid in full or if the fact be otherwise, identifying the name of each lienor who has not been paid in full and the amount due or to become due each for labor, services or materials furnished and the reason(s) why the same remains unpaid. If any Subcontractor or Supplier fails to furnish a release or receipt in full, the Contractor may furnish a bond satisfactory to the City to indemnify the City against any such lien. 27.2 The Contractor shall also submit with the final application for payment, the completed set of "As -Built" drawings for review and approval. The "As - Built" drawings shall be prepared, sealed and certified by a professional registered land surveyor licensed by the State of Florida. The Contractor shall deliver mylar sepias of the as -built project, signed, sealed and dated by the responsible professional. In addition, plans are to be submitted in a digital format in AutoCAD latest version. The Digital File is to be compatible with the City's GIS system. Final payment to the Contractor shall not be made until said drawings have been reviewed and approved by the Engineer/Project Manager. Prior to approval, if necessary, the drawings may be returned to the Contractor for changes or modifications if in the opinion of the Engineer/Project Manager they do not represent correct or accurate "As -built" drawings. 38 My of Tamarac Purchasing and Contracts Division 23.6 If the City and the Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract times that should be allowed as. a result of a. Work Change Directive, a claim may be made therefore. 23.7 The Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented. 23.8 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents is required by the provisions of any bond to be given to a surety, the giving of any such notice will be the Contractor's responsibility and the amount of each applicable bond shall be adjusted accordingly. 23.9 Any claim for adjustment in the Contract Price or time shall be based upon written notice delivered by the party making the claim to the other parties and to the Engineer/Project Manager not later than three (3) calendar days after the occurrence or event giving rise to the claims and stating the general nature of the claim. No claim for an adjustment in the Contract Price or an extension of the contract time will be valid if not submitted in accordance with this Paragraph. 23.10 The cost or credit to the City from a change in the Work shall be determined by one or more of the following ways: 23.10.1 By mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation where unit prices do not exist in the contract documents; 23.10.2 By unit prices stated in the Contract Documents or subsequently agreed upon; or 23.10.3 By cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee. 24. REGULATORY CHANGES The Contractor shall be compensated for changes in the Work necessitated by the enactment or revision of codes, laws, or regulations subsequent to the submission of the Contractor's proposal. 26. SUBSTANTIAL COMPLETION The one (1) year warranty period for the Project does not begin until final acceptance of the entire project has been given and the Payment and Performance Bonds are released. 37 C/ty of Tamarac Purchasing and Contracts Division 22.9 The Contractor may apply for the return of the retainage held pursuant to Section 22.3, if the Contractor has satisfied the requirements of the Contract relating to retainage. The City shall pay the Contractor the amount retained for the Work, less the reasonable value of incorrect or incomplete Work, liquidated damages or both. Final payment of such withheld sum shall be made upon correction or completion of such Work and resolution of all issues regarding liquidated damage. The release of retainage shall not become due until all Work is 100% completed. The requirements of retainage include the following: 22.9.1 Repair and/or replacement of faulty or defective Work. 22.9.2 As -built drawings are submitted to and accepted by the City. 22.9.3 All Code requirements, inspections, testing and certificates of approval are conformed with, submitted and accepted by the City. 22.9.4 The City is satisfied all payrolls, bills for materials and equipment and other indebtedness connected with the Work for which the City might in any way be responsible have been paid or otherwise satisfied to the extent and in such form as may be designated by the City. 22.9.6 Release of Lien is submitted and accepted by the City. 22.9.6 The Contractor's completion of Punch List. 22.9.7 Warranties are submitted to and accepted by the City. 23. CHANGE QUANTITIES/CHANGE ORDERS 23.1 The City, without invalidating this Agreement, may order additions, deletions or revisions to the Work. A written Amendment, Change Order or Work Change Directive shall authorize such additions, deletions or revisions. 23.2 All Change Orders which, individually or when cumulatively added to amounts authorized pursuant to prior Change Orders for this Project, increase the cost of the Work to the City or which extend the time for completion, must be formally authorized and approved by the Tamarac City Commission prior to their issuance and before Work may begin. 23.3 No claim against the City for extra Work In furtherance of a Change Order shall be allowed unless prior written City approval pursuant to this section has been obtained. 23.4 The Contract Price and Contract Time shall be changed only by Change Order or written Amendment. 23.6 The Engineer/Project Manager shall prepare Proposed Change Orders on forms provided by the City. When submitted for approval, they shall carry the signature of the Utilities Director, the City Manager, and the Contractor. 36 of Tamarac Purchasing and Contracts Division within thirty (30) calendar days after approval by the Engineer/Project Manager of the Contractor's requisition for payment. 22.2 Within thirty (30) days of the City's receipt of a properly submitted and correct Application for Payment, the City shall make payment to the Contractor. 22.3 The City shall retain Ten percent (10%) of all monies earned by the Contractor until the Work is totally completed as specified, and accepted by the City. The parties hereto agree that 255.052, Florida Statutes, does not apply to this Agreement, or to any underlying agreements and obligations to which this Agreement pertains. 22.4 The Application for Payment shall constitute a representation by the Contractor to the City that, to the best of the Contractor's knowledge, information and belief, the design and construction have progressed to the point indicated, the quality of the Work covered by the application is in accordance with the Contract Documents and the Contractor is entitled to payment in the amount requested. 22.5 The Contractor shall pay each Subcontractor, upon receipt of payment from the City, out of the amount paid to the Contractor on account of such Subcontractor's Work, the amount to which said Subcontractor is entitled in accordance with the terms of the Contractors contract with such Subcontractor. The Contractor shall, by appropriate. agreement with each Subcontractor, require each Subcontractor to make payments to sub - Subcontractors in similar manner. 22.6 The City shall have no obligation to pay or to be responsible in any way for payment to a Subcontractor of the Contractor except as may otherwise be required by law. 22.7 No progress payment or partial or entire use or occupancy of the Project by the City shall constitute an acceptance of Work not in accordance with the Contract Documents. 22.6 The Contractor warrants that: (1) title to Work, materials and equipment covered by an Application for Payment will pass to the City either by incorporation in construction or upon receipt of payment by the Contractor, whichever occurs first; (2) Work, materials and equipment covered by previous Applications for Payment are free and clear of liens, claims, security interests or encumbrances, hereinafter referred to as "liens'; and (3) no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or any other person performing Work at the site or furnishing materials or equipment for the Project, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. 35 of Tamarac Purchasing and Contracts Division Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed, and all work found to be defective in the one-year period from the date of Substantial Completion (the Warranty Period) shall be the responsibility of the Contractor, or within such longer period provided by any applicable special warranty in the Contract Documents. 21.2 The City shall provide the Contractor with written notice regarding defective or rejected work. Within seven days after receipt of such written notice from the City the Contractor shall commence with corrective action to remove and replace it with Work that is not defective or rejected. 21.3 If the Contractor fails to correct defective Work as required or persistently fails to carry out the Work in accordance with the Contract Documents, the City, by written order may stop the Work, or any portion thereof, until the cause for such order has been eliminated; however the City's right to stop the Work shall not give rise to a duty on the part of the City to exercise the right for benefit of the Contractor or other persons or entities. 21.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents within seven days after receipt of written notice from the City to commence and continue correction of such default or neglect, the City may give a second written notice to the Contractor. If within seven days following receipt of the second notice, the Contractor fails to correct such default or neglect with diligence and promptness, the City may correct such deficiencies. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such deficiencies. If the payments then or thereafter due the Contractor are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 22. PROGRESS PAYMENTS 2.2.1 The Contractor shall deliver to the City itemized Applications for Payment for Payment. The Contractor may requisition payments for Work completed during the Project at intervals of not more than once a month. The Contractor's requisition shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with a certification by the Contractor that the Contractor has disbursed to all Subcontractors and Suppliers their pro-rata shares of the payment out of previous progress payments received by the Contractor for all Work completed and materials furnished in the previous period and that properly executed releases of liens by all Subcontractors, Suppliers and materialmen were provided and included in the Contractor's previous applications for payment, and any other supporting documentation as may be required by the Engineer/Project Manager or Contract Documents. Each requisition shall be submitted in triplicate to the Engineer/Project Manager for approval. The City shall make payment to the Contractor 34 of Tamarac and Contracts Division 1S. BASIS OF PAYMENT, UNIT PRICES AND RIGHT TO CHANGE QUANTITIES 18.1 Payment at the contract unit price shall be inclusive of all labor, materials, equipment and incidental items, and shall be based upon the actual quantities placed. 18.2 Quantities, as identified in the Schedule of Quantities and Price section, are for estimate and bidding purposes only and accuracy is not implied or guaranteed. Payment shall be based upon actual quantities placed and accepted at the contract unit price. 18.3 The City reserves the right to add or delete any item and adjust the contract quantities based upon the contract unit price which best serves the interest of the City. No other adjustment shall be allowed unless approved in advance by the City. 19. ACCEPTANCE OF WORK 19.1 Acceptance shall be based upon satisfactory completion, material test results, performance and appearance of the Work after the materials have established, been placed or found to be in good operating order. Prior to final acceptance, the Contractor shall remove and replace; satisfactory to the City, all defective areas. Any adjusted area that is found to be of an unsatisfactory condition shall be rejected and shall be removed and restored by the Contractor at no expense to the City. 20. TESTS AND INSPECTIONS 20.1 The Contractor shall give the City timely notice of readiness of the Work for all required inspections, tests or approvals. The Contractor shall assume full responsibility, pay all costs in connection therewith and furnish the City the required certificates of inspection, testing or approval for all materials, equipment for the Work and any part thereof unless otherwise specified herein. 20.2 The City inspectors shall have no authority to permit deviations from or to relax any of the provisions of the Contract Documents, or to delay the Agreement by failure to inspect the materials and Work with reasonable promptness.. 20.3 The payment of any compensation in any form, or the giving of any gratuity or the granting of any favor by the Contractor to any inspectors, directly or indirectly is strictly prohibited and any such action on the part of the Contractor will constitute a breach of this Agreement. 21. CORRECTION OR REMOVAL OF DEFECTIVE WORK 21.1 The Contractor shall correct Work rejected by the City or known by the Contractor to be defective or failing to conform to the Construction 33 of Tamarac Purchasing and Contracts Division 15. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY 16.1 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. 16.2 The Contractor shall use all means to protect existing objects, structures and vegetation designated to remain. 15.3 In the event of damage, Contractor shall immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at not additional cost to the City. 15.4 In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Utilities Department by telephone at (954) 724-2400 and inform the appropriate staff member about the location and extent of the damages. 16.5 In the event that the Contractor does not immediately repair to the satisfaction of the City damage to public and/or private property, the City may correct such damage. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such damage. If the payments then or 'thereafter due the Contractor are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 16. CONNECTION TO CITY WATER The contractor must have secured all applicable permits prior to the connection of any irrigation system to City Water. The contractor must also comply with all City of Tamarac Utility Department and Building Department requirements, and contact these departments at least 48 hours prior to inspection of work. rFAt01.11III14 &X1fffflwall210 6 iXj! ii:I=[9iW «NiL41►� 17.1 Unless noted otherwise, Specifications and Special Provisions contained in this Contract shall supersede any other specifications or provisions of FDOT or any other agency noted in the Contract Documents. In case of conflicts, the most stringent provisions shall prevail. 17.2 The Contractor shall immediately bring to the attention of the Engineer/Project Manager any conflicts, discrepancies or ambiguities between the Specifications and Special Provisions listed in the Contract Documents. Failure to do so shall result in the interpretation made by the Public Works Director whose decision shall be final. 32 CJty of Tamarac Purchasing and Contracts Division 12.5 The Engineer/Project Manager will have the authority to disapprove or reject Work that the Engineer/Project Manager believes to be defective, and will also have authority to require special inspections or testing of the Work whether or not the Work is fabricated, installed or completed. 13. AVAILABILITY OF AREA TO STORE EQUIPMENT AND MATERIAL Although the City will make every effort to provide suitable areas, including public right-of-way, to store equipment and material it shall be the Contractor's responsibility to find and secure suitable and safe locations for this purpose. Restoration of all storage areas shall be Contractor's responsibility. 14. CLEANUP AND RESTORATION 14.1 During and after completion of all work each day, the Contractor shall be responsible for all cleanup including but not limited to sweeping, cleaning and removal of dust and loose material. Leftover or excessive material, debris, etc. must be completely removed from the work area and other affected areas at no expense to the City at the end of each workday. It shall be the Contractor's responsibility to protect any debris from obstructing or getting into any wastewater, water or stormwater conveyance system. If any grassed area is disturbed, it shall be promptly restored at the Contractor's expense. 14.2 Cleanup shall be performed on a. daily basis in order to facilitate the maintenance of all work areas. Any damage to public or private property resulting from improper or incomplete cleanup shall be the sole responsibility of the Contractor as per Section 15, Damage To Public And/Or Private Pro e 14.3 The Contractor shall be responsible for the proper and legal removal and disposal of all construction debris. 14.4 The project site and all adjacent areas shall be maintained in a neat and clean manner, and upon final cleanup, the project site shall be left clear of all surplus material and debris. Paved areas shall be swept clean. 14.5 If the Contractor fails to properly maintain the site or perform required clean- ups and debris removal the City shall place the Contractor on written notice to perform required clean up. Contractor shall perform required clean up within twenty-four (24) hours of receipt of the City's written notice. 14.6 In the event that the Contractor does not comply, the City may correct such deficiencies. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor costs of correcting such deficiencies. If the payments then or thereafter due the Contractor are not sufficient to cover the amount of the deduction, the Contractor shall pay the difference to the City. 31 City of Tamarac Purchasing and Contracts Division 11.6 The City shall communicate with subcontractors only through the Contractor. 11.7 The City shall furnish data required of the City under the Contract Documents promptly. 11.8 Except for permits and fees that are the responsibility of the Contractor, the City shall secure and pay for necessary approvals, easements, assessments and charges required for construction, use or occupancy of permanent structures or permanent changes in existing facilities. 11.9 If the Work is defective, or the Contractor fails to supply sufficient skilled Workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, the City may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the. City to stop the Work shall not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other party. 12. ENGINEERIPROJECT MANAGER'S RESPONSIBILITIES 12.1 ,''The Engineer/Project Manager or his designee will be the City's representative during the construction period and until final payment is due. 12:2 The Engineer/Project Manager will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Engineer/Project Manager's efforts will be directed toward providing for the City a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -site inspections, the Engineer/Project Manager shall keep the City informed of the progress of the Work and shall endeavor to guard the City against defects and deficiencies in the Work. 12.3 The Engineer/Project Manager will issue technical clarifications and interpretations, with reasonable promptness. Should the Contractor fail to request interpretation of items the Contractor determines to be questionable in the Contract Documents neither the City nor the Engineer/Project Manager would thereafter entertain any excuse for failure to execute the Work in a satisfactory manner based upon such a reason or claim. 12.4 The Engineer/Project Manager may authorize minor variations in the Work from the technical requirements of the Contract Documents, which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These shall be accomplished by a Field Order and will be binding on the City, and also on the Contractor who shall perform the Work involved promptly. 30 of Tamarac Purchasing and Contracts Division shall be done until the Engineer/Project Manager has approved the drawings. The costs incurred for the City Engineer/Project Manager's review of shop drawings, substitutes, "or equal" items, or change orders shall be paid by the Contractor. 10. SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1 The Contractor shall furnish, in writing on the form included, the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Contractor shall not change a Subcontractor, person or entity previously selected if the City makes reasonable objection to such change. 10.2 The Contractor shall be fully responsible to the City for all acts and omissions of the Contractor's employees, subcontractors, suppliers and other persons directly or indirectly employed by his subcontractors, suppliers and of persons whose acts any of them may be liable and any other persons and organizations performing or furnishing of the Work under a direct or indirect contract with the Contractor. Nothing in the Contract Documents shall create any Contractual relationship between the City and any such .subcontractor, supplier, or other person or organization, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such. subcontractor, supplier, or other person or organization except as may otherwise be required bylaws and regulations. 11. CITY'S RESPONSIBILITIES 11.1 The City shall designate a representative authorized to act on the City's behalf with respect to the Project. The City or such authorized representative shall examine documents submitted by the Contractor and shall promptly render decisions pertaining thereto to avoid delay in the orderly progress of the Work. 11.2 The City may appoint an on -site Project representative to observe the Work and to have such other responsibilities as the City and the Contractor agree in writing prior to execution of this Agreement. 11.3 The City shall cooperate with the Contractor in securing building and other permits, licenses and inspections. 11.4 If the City observes or otherwise becomes aware of a fault or defect in the Work or nonconformity with the Contract Documents, the City shall give prompt written notice thereof to the Contractor. 11.6 The City shall furnish required information and services and shall promptly render decisions pertaining thereto to avoid delay in the orderly progress of the design and construction. 29 of Tamarac Purchasing and Contracts Division for repair and restoration of all utilities or any other items damaged during the Work. 8.3 By execution of the Agreement, The Contractor acknowledges that all requirements and conditions necessary to fulfill this Contract have been met. No contract adjustments shall be allowed for concealed site conditions. 9. SHOP DRAWINGS AND SAMPLES 9.1 Within fourteen (14) calendar days after issuance of the Notice to Proceed, The Contractor shall submit to The Engineer/Project Manager for review and approval five (5) copies of all Shop Drawings for all equipment, apparatus, machinery, fixtures, piping, wiring, fabricated structures and manufactured articles. The purpose of the Shop Drawing is to show the suitability, efficiency, technique -of -manufacture, installation requirements, detail of the item and evidence of compliance with the Contract Documents. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable the Engineer/Project Manager to review the information as required. V.2 The Contractor shall also submit to the Engineer/Project Manager for review and approval with such promptness as to cause no delay in Work, all samples required by the Contract Documents and each sample shall be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. 9.3 Before submission of each Shop Drawing or sample, the Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings -and samples and with the requirements of the Work and the Contract Documents. 9.4 At the time of each submission, the Contractor shall give the Engineer/Project Manager specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the. Contract Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to the Engineer/Project Manager for review and approval of each such variation. Failure to point out such departures shall not relieve the Contractor from his responsibility to comply with the Contract Documents. 9.5 Approval of the Shop Drawings by the Engineer/Project Manager shall be general and shall not relieve the Contractor of responsibility for the accuracy of such drawings nor for the proper fittings and construction of the Work, nor for the furnishing of material or Work required by the Contract Documents and not indicated on the drawings. No Work called for by any Shop Drawing 28 of Tamarac and Contracts Division 7.20 The Contractor shall be responsible to the City for acts and omissions of the Contractor's employees and parties in privity of contract with the Contractor to perform any portion of the Work, including their agents and employees. 7.21 The Contractor shall prepare Change Orders for the City's approval and execution in accordance with the Contract Documents. Any work, which is commenced without a Change Order or Work Directive being approved, shall constitute a waiver of any claim of compensation for such work. All Work Directives must be approved by the City Manager or designee identified as such in writing. 7.22 The Contractor shall maintain in good order when present at the site one record copy of the drawings, specifications, product data, samples, shop drawings, Change Orders and other Modifications marked currently to record changes made during construction. These shall be delivered to the City upon completion of the construction and prior to final payment. 7.23 Contractor must repair any pavement, concrete, brick pavers, etc., disturbed as a result of any work within the scope of this contract to all applicable codes and City standards. 7.24 Any coring of existing structures, including seawalls,' required -for installation of any items within the scope of this contract are the responsibility of the Contractor. 7.26 The Contractor is responsible for dewatering jacking and receiving pits and for dewatering the path of proposed irrigation crossings. Where the ground water level is above the invert of the proposed crossing, dewatering is necessary to reduce the water level to below invert of the proposed crossing, and must be designed, installed and in operation prior to beginning the crossing. 8. FAMILIARITY WITH THE TOTAL SCOPE OF THE PROJECT AND THE STREETS 8.1 The Contractor shall be familiar with the total scope of the project, interpretation of the plans/drawings, if any, and the streets prior to commencement of any work. The City will not provide any elevations for reference. The Contractor shall be responsible for all layouts including establishing proper grades to maintain or improve the existing stormwater flow. In case of any questions or conflict, they must be brought to the attention of the Engineer/Project Manager prior to any work. If further assistance is needed, the Contractor may contact the Director of Public Works. The City shall not be responsible for the Contractor's failure to comply with this requirement. 8.2 The Contractor shall be responsible for locating all utilities that may interfere with this part of the resurfacing program. The Contractor shall be responsible 27 City of Tamarac IV. Purchasing and Contracts Division 7.11 Unless otherwise provided in the Contract Documents, the Contractor shall provide or cause to be provided and shall pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for proper execution and completion of the work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 7.12 The Contractor shall be responsible for and shall coordinate all construction means, methods, techniques, sequences and procedures. 7.13 The Contractor shall keep the City and the Engineer/Project Manager informed of the progress and quality of the Work. 7.14 If requested in writing by the Contractor, the City, with reasonable promptness and in accordance with time limits agreed upon, shall interpret the requirements of the Contract Documents and shall decide (subject to other provisions in the Contract Documents governing claims, disputes and other matters in question) matters relating to performance. Such Interpretations and decisions shall be in writing. 7.15 . The Contractor shall correct all Work, which does not conform to the Contract Documents. 7.16 The Contractor warrants to the City that materials and equipment incorporated in the work will be new unless otherwise specified, and that the Mork will be of good quality, free from faults and defects, and in conformance with the Contract Documents. 7.17 The Contractor shall pay all applicable sales, consumer, use and similar taxes, and shall secure and pay for permits and governmental fees, licenses and inspections necessary for the proper execution and completion of the Work. The Contractor shall identify all governmental authorities and agencies having jurisdiction to approve the construction, and obtain all permits and approvals with such governmental authorities as have jurisdiction, and assist the City in consultations with appropriate governmental authorities and agencies in obtaining all permits and approvals. 7.18 Without limiting the foregoing, the Contractor shall pay all fees, costs, and expenses in connection with the applications, processing, and securing of approvals or permits from all governmental authorities which have jurisdiction over all aspects of this Work except City permits and fees which shall be waived except for so much of said fees as the City is required to remit to other governmental agencies. 7.19 The Contractor shall give notices and comply with laws, ordinances, rules, regulations and lawful orders of public authorities relating to the Project. 26 y of Tamarac Purchasing and Contracts Division 7.5 The Contractor shall supply competent and physically capable employees having the requisite skill and experience to perform the work in a workmanlike manner. The City may require the Contractor to remove any employee working for or under the Contractor that the City deems careless, incompetent, insubordinate or otherwise objectionable. The Contractor shall be responsible to the City for the acts and omissions of all subcontractors and personnel working under the Contractor. 7.6 The Contractor shall be aware that the job may be subject to vehicular and 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 representative of the City of Tamarac in writing. No materials or equipment are to be stored so as to restrict traffic lines of sight. The Contractor, who is fully and totally responsible for security, shall secure any materials or equipment left on site. 7.7 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. 7.8 The Contractor is responsible for familiarizing itself with the nature and extent of the Contract Documents, the Work, the locality, and with all local conditions, verifying all pertinent figures and applicable field measurements, and federal, state, and local laws, ordinances, rules and regulations that in any manner may affect cost, progress, or performance of the Work. The Contractor is responsible for making or causing to be made any examinations, investigations, tests and studies as it deems necessary for the performance of the Work at the Contract Price, within the Contract Time, and In accordance with other terms and conditions of the Contract Document. 7.9 Before beginning the Work or undertaking each component part of the Work, The Contractor shall carefully study the Contract Documents, Special Conditions, Technical Specification, all pertinent figures and site conditions. The Contractor shall promptly report in writing to the Engineer/Project Manager and the City any conflict, error or discrepancy which the Contractor may discover and shall obtain a written interpretation or clarification from the Engineer/Project Manager before proceeding with any Work affected thereby. 7.10 The Contractor shall assist the City and the Engineer/Project Manager in filing documents required to obtain necessary approvals of governmental authorities having jurisdiction over the Project. 25 of Tamarac and Contracts Division mean the latest standard specification, manual, code or laws or regulations in effect at the time of contract award, except as may be otherwise specifically stated. -However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of the City, the Contractor, or any of their consultants, agents or employees from those set forth in the Contract Documents. 5. SUPPLEMENTS, MINOR VARIATIONS OR DEVIATIONS In addition, the requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized in one or more of the following ways: 5.1 The Engineer/Project Manager's approval of a shop drawing or sample; or 6.2 The Engineer/Project Manager's written interpretation or clarification. 6. CONTRACT TIME 6.1 By virtue of the submission of its bid, Bidder agrees and fully understands that the completion time of the work of the Contract is an essential and material condition of the Contract and that time is of the essence. The successful Bidder agrees that all work shall be prosecuted regularly, diligently and uninterrupted at such rate of progress as will ensure full completion thereof, within the time specified. Substantial completion shall be completed within 120 calendar days from the City's Notice to Proceed. Final completion shall be 30 calendar days following acceptance of substantial completion. 7. CONTRACTOR'S ADDITIONAL RESPONSIBILITY 7.1 The Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. 7.2 The Contractor shall provide a qualified, English speaking, superintendent present on the site at all times. The superintendent shall be a fully authorized agent of the Contractor, and have full authority to make on -site decisions and commitments regarding the Contractors Work. 7.3 The superintendent shall be satisfactory to the City and shall not be changed except with consent of the Engineer/Project Manager. 7.4 The Contractor shall assign to the work site at least one (1) supervisor at all time capable of making field decisions, interpreting plans, etc. The Contractor shall also provide suitable personnel who shall be available after work hour emergencies and capable of making appropriate decisions. 24 City of Tamarac Purchasing and Contracts Division y. 2.23 Work — The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work is the result of performing services, specifically, including but not limited to construction, furnishing labor, testing, documentation, equipment and materials used or incorporated in the construction of the entire Contract Documents. The words "Project" and "Work" are used interchangeably. 2.24 Work Change Directive — A written directive to the Contractor issued on or after the effective date of the Agreement and signed by the City and recommended by the Engineer/Project Manager ordering an addition, deletion or revision in the Work. A Work Change Directive shall not change the Contract price or time, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time. 2.25 Written Amendment — A written amendment of the Contract Documents, signed by the CITY and the Contractor on or after the Effective Date of the Agreement and normally dealing with the non -Engineering, or non -technical aspects rather than strictly Work related aspects of the Contract Documents. 3. ENUMERATION OF CONTRACT DOCUMENTS If any portion of the Contract Documents appears to be in conflict with any other portion, the various documents comprising the Contract Documents shall govern in the following order of precedence: (1) 'The Special Provisions (2) The Technical Specifications (3) The Instructions to Bidders and General Terms and Conditions (4) The Agreement As between schedules and information given on Drawings, the schedules shall govern; as between figures given on Drawings and the scale measurements, the figures shall govern; as between large-scale drawings and small-scale drawings, the larger scale drawings shall govern. 4. INTENT It is the intent of the Contract Documents to describe a functionally complete Project in accordance with the Plans and Specifications. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words that have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implications, shall 23 of Tamarac Purchasing and Contracts Division 2.9 Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to final payment. 2.10 Drawings — The drawings that show the character and scope of the Work to be performed and which are referred to in the Contract Documents. 2.11 Effective Date of the Agreement — The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 2.12 Engineer/Project Manager — The City's authorized project representative. The words "Engineer" and "Engineer/Project Manager" are used interchangeably. 2.13 Field Order — A written order issued by the Engineer/Project Manager that requires minor changes in the Work but does not involve a change in Contract Price or Contract Times. 2.14 FDOT -- the State of Florida Department of Transportation 2.16 Milestone — A principal event specified in the Contract Documents relating to an intermediate complete date or time prior to Substantial Completion of all the Work. 2.18 Notice to Proceed — A written notice given by the City to the Contractor fixing the date on which the Contract Time will commence to run and on which the Contractor shall start to perform the Contractor's obligations under the Contract Documents. 2.17 Project — the total construction for which the Contractor is responsible under this agreement, including all labor, materials, equipment and transportation used or incorporated in such construction. 2.18 Specifications — Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and Workmanship as applied to the Work and certain administrative details applicable thereto. 2.19 Subcontractor — An individual, firm or corporation having a direct Contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the site. 2.20 Substantial Completion — "Substantial Completion" means the finishing or accomplishing of substantial performance of the Work as proscribed in the Contract Documents. "Substantial Performance" means that there has been no willful departure from the terms of the Contract Documents and the Work has been honestly and faithfully performed in its material and substantial particulars. The term "Final Completion" means the City's acceptance of the job. 2.21 Supplier — A manufacturer, fabricator, supplier, distributor, materialman or vendor. 2.22 Unit Price Work -- Work to be paid for on the basis of unit prices. 22 of Tamarac Pumhasing and Contracts Division SPECIAL PROVISIONS 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified Contractors, to rehabilitate the City's existing pump stations 7, 7A and 10. The rehabilitation of the pump stations shall include, but not limited to demolition, by-pass pumping, pumps and motors, concrete top slabs and valve boxes, mechanical piping, electrical and control equipment installation and all other for a complete installation. Z. BASIC DEFINITIONS Wherever used in the Agreement or in other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 2.1 Addenda — Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the bidding requirements or the contract document. 2.2 Agreement — The written agreement between the City and the Contractor covering the Work to be performed including other Contract Documents that are attached to the Agreement and made a part thereof. 2.3 Application for Payment — the form acceptable to the Engineer/Project Manager which is used by the Contractor during the course of the work in requesting progress or final payments and which is accompanied by such supporting documentation as is required by the Contract Documents. 2.4 Change Order — A document that is signed by the Contractor and the City and authorizes an addition, deletion or revision in the Work within the general scope of this Agreement, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 2.6 City -- The City of Tamarac, Florida. 2.6 Contract Documents — The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications of Bid No. 04-13B, all addenda issued prior to, all modifications issued after execution of this Agreement, Notice of Award, Notice to Proceed, Certificate(s) of Insurance, Bonds and any additional modifications and supplements, Change Orders and Work directive changes issued on or after the effective date of the Contract. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2.7 Contract Times — the number of days or dates stated in the Contract Documents to achieve substantial completion and/or complete the Work so that it is ready for final payment as evidenced by the Engineer's/Engineer/Project Managers written recommendation of final payment. 2.8 Defective — An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract 21 of Tamarac Purchasing and Contracts Division The Engineer/Project Manager may revise the proposed design or recommend ways and means to avoid such conflicts. The Contractor may re -schedule his work so that the construction can be completed on time. No claim for down times by the Contractor shall be allowed. 20. CONTINGENCY ALLOWANCE A contingency allowance may have been allowed for this project in the amount identified in the Bid Schedule. If a contingency allowance is stipulated in the bid, the Contractor is not to use this contingency allowance without permission from the City and upon written justification to the City for such use. Any payment for such usage will be limited to the extent of the actual value of the usage as justified and permitted by the City. 20 Ctty of Tamarac Purchasing and Contracts Division during the design period and is not necessarily complete, correct or current. Prior to commencement of construction, the Contractor is responsible for locating 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 city 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. Numerous utilities not owned by the City exist within the project area that may or may not have been depicted on the drawings. The Contractor shall exercise care in digging and other work so as to not damage existing work including overhead utilities and underground cables and pipes. Excavation of paver area within five feet (5) of utilities shall be performed by hand. The Contractor is also responsible for contacting the Sunshine .State One Call.Center of Florida. (Sunshine) at 1-800- 432-4770 to determine location of underground utilities. Calls to Sunshine must be made at least 48 hours before digging but not more than five (5) days prior. Contractor is responsible for renewing locates if job extends beyond marking period established by Sunshine. Any utility in the vicinity that is not a member of the Sunshine Service must be notified directly. Should any underground obstructions be encountered which interfere with the work, the City shall be notified at once. The Contractor shall be responsible for the immediate repair of any damage caused by the work, and shall be responsible for any disruption of service caused by this damage. The City's designated Contractor shall accomplish patching and replacing damaged work and the CONTRACTOR will pay the cost of this work. 19. 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 work 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/Project Manager in writing seven (7) working days prior to the scheduled construction. 19 of Tamarac and Contracts Division 16. 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. 17. 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 xesident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The 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 y 1.00°!A. of the bid award. 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. 18. LOCATION OF EXISTING UTILITIES 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 18 City of Tamarac Purchasing and Contracts Division 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. 16. 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 $600.00 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. 17 of Tamarac V.. Purchasing and Contracts Division CHANGES IN THE WORKICONTRACT 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 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 Engineer/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 increase or decrease in the Contract Time 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. 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. 16 CNy of Tamarac Purchasing and Contracts Division T. 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. 8. WAIVER OF LIENS 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. 10. CONTRACT DOCUMENTS 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. 11. CHANGE ORDERS 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. 15 City of Tamarac Purchasing and Contracts Division 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 Public Works Department by telephone at (954) 724-2410 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 Engineering and Building permits however, the City will reimburse City these permit fees. The City will obtain the Broward County Department of Planning and Environmental Protection (DPEP) permit. Permits/fees as may be required from agencies other than City or DPEP, shall be the responsibility of the Contractor to obtain, pay and include such costs in the applicable items'of the Schedule of Prices. The Contractor shall submit copies of all permits required for this work. S. SITE INSPECTION — CONTRACTOR It shall be the full responsibility of the bidder to visit and inspect the proposed -cofistruction site as shown on the Construction 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 himself 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. S. SITE INSPECTION — CITY All work will be conducted under the general direction of the Public Works Department, Building Department, and the Parks and Recreation Department of the City of Tamarac, 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 written authorization from the aforementioned agencies 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. 14 of Tamarac and Contracts Division SPECIAL CONDITIONS I. 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. 2. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. No work shall be performed before 7:30 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 vehicular and pedestrian 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. 3. 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 existing 13 of Tamarac and Contracts Division 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" 12 of Tamarac and Contracts Division 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, requests for clarification or solicitation for additional information should be submitted in writing to the Consultant within ten (10) days prior to bid opening. 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 mailed copy of the bid tabulation should enclose a stamped, self-addressed envelope with their bid, or request a faxed copy by including a fax number. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27. RECORDSIAUDITS 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 11 City of Tamarac Purchasing and Contracts Division 23. 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 Including: Premises/Operations .,,Contractual Liability Limits Occurrence Aggregate $1,000,000 $2,000,000 Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Liability Statutory Builder's Risk Insurance is required in an amount not less than the replacement cost for the construction of the work. Coverage shall be NAZI Risk" coverage for one hundred (100%) of the completed value. 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 Vll 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 10 of Tamarac Purchasing and Contracts Division TRENCH SAFETY Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs of such compliance to be summarized below: TRENCH SAFETY MEASURE (Description) UNITS OF MEASURE (LF/SF) UNIT (Qty) UNIT -COST EXTENDED COST A-"�'� i ev % $tea o� $ow _ v B. $ $ C. $ $ D. $ $ TOTAL $ If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (6) in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure.to complete the above may result in the bid being declared non -responsive. DATE: (Signature ACKNOWLEDGEMENT STATE OF: or �cL&-. COUNTY OF:"Q d PERSONALLY APPEARED BEFORE ME, the undersigned authority, �- 00019-1-71' _,who, after first being duly sworn by me, P017 of individual Signing) a C/edhis!�r signature in the space provided above on this day of ZVView. USA M. KAVADAS *COMMISSION # DO M48 EXPIRES: November24,2007 My Commission Expires: All".0-,11�1 Bonded Thru Budget Notary Services 20 6 NOTARY PUBLIC 14CU 7 Page 9 of 1 Trench Safety Form City of Tamarac Purchasing and Contracts Division ACKNOWLEDGEMENT BID BOND Signed and sealed this —day of IN PRESENCE OF: Principal Business Address, (AFFIX SEAL) ity/StatefZip ATTEST: Business Phone Secretary Surety* ATTEST: By Secretary Title Attorney -I n- Fact* By *Impf6ss Corporate Seal Page 2 of 2 Bid Bond Acknowledgement City of Tamarac Purchasing and Contracts Division 1'q BID BOND STATE OF FLORIDA) ) ss: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we as Principal, and as Surety, are held and firmly bound unto the City of T� of the State of Florida in the penal sum of: c, a municipal corporation Dollars _ ) lawful money on the United States, for the payment of which sum II and truly to be made, we bind ourselves, our heirs, executors, administrators nd successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATI N IS SUCH that whereas the Principal has -submitted the accompanying Bid, dated , 20T, for: BID NO. 04-13B NOW, THEREFORE, (a) If said Bid shall be ejected, or in the alternate. (b) If said Bid shall a accepted and the Principal shall properly execute and deliver to said ity the appropriate Contract Documents,, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, th this obligation shall be void; otherwise, it shall remain in force and a ect, it being expressly understood and agreed that the liability of the Sur ty for any and all claims hereunder shall in no event exceed the amount this obligation as herein stated. The Surety, for valu received, hereby agrees that the obligations of the said Surety and its bond shall be i no way impaired or affected by any extension of time within which said CITY may cept such Bid; and said Surety does hereby waive notice of any extension. Page 1 of 2 Bid Bond City of Tamarac �, • Pun;hasing and Contrpcts Dlvtsion ACKNOWLEDGEMENT BID BOND Signed and sealed this 31 st day of _ March �._ - , 2004 IN PRESENCE OF: (AFFIX SEAL) ATTEST: Secretary . ATTEST: Secretary *Impress Corporate Seal Page 2 or 2 CLB: r Cont acting, Inc. Principal Mark A. Cooper, President 12275 SW 129th Court Business Address - Miami, FL 33186 City/State/Zip (305) 969-9844 Business Phone Hartford Fire Insurance Com an Surety* By S.P. Humenchick, Attor�zey-in-Fact and Florida Resident A.-ent (954) 796-4076 Title Attorney -in -Fact" M aid Bond Acknowledgement C of ramarac "� ; ,.�. • RwChasing and Cnn(rads alvislon BID BOND STATE OF FLORIDA) ss: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, Coo�ear Cony_r,Inc. as Principal, and Hartford Fire Tnsurance Z.Com12any 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: _ Five Percent of Attached Bid — __- Dollars ($) lawful money on. the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has -submitted the accompanying Bid, dated March 31 20 04 for: Pump Stations 7,7A & 1q.Rehabilitation ` BID NO. 174-13B NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of - said Bid, then this obligation shall be void, otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated, The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does he waive notice of any extension. Page 9 of 2 Bid Bond 9 City of Tamarac Purchasing and Contracts Division 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 Contract License No. Subcontractor Name/Address C-i� 5 'Ji G - 23 0 Page 1 of 1 List of Subcontractors of Tamarac 0 Purchasing and Contracts Division 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 �quiremen ?� L4, Authbrtied Signature Company Name Page 1 of 1 Drug -Free Workplace J.) Project Brief Description: Amelia West Pump Station Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount: Date Completed: Miami Dade Parks Dept. Shaw Environmental Mr. Octavio Castillo Phone: 305-818-2621 100% $ 119,241.99 12/2003 K.)Project Brief Discription: 731 B, Pump Station (3), Gravity Sewer Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount: Date Completed: Miami Dade Water & Sewer Dept. Acosta Tractors Mr. Felix Acosta Phone: 305-887-4131 100% $ 699,000.00 10/2002 L.) Project Brief Discription:27 Sewer Force Main/Lummus Pump Station Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount Date Completed: Port of Miami, PNO Ports Central Florida Equipment Mr. Kim Umbaugh Phone: 305-888-3344 100% $ 141,736.30 03/2004 M.) Project Brief Discription: OPF Emergency Trailers Project Owner: Project GC: Project Contact: Stage of Completion: Construction. Contract Amount Date Completed: Miami Dade Aviation Dept. Owner Mr. Tom Hart Phone: 305-869-1626 100% $ 219,000.00 12/2002 Ed Project Brief Description: West Side Fuel Tender Facility Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount Date Completed: Miami Dade Aviation Dept. Gilbert Southern Mr. Jay Gosalia 100% $ 428,079.77 06/2003 F.)Project Brief Description: Crandon Park Pump Station (4). Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount: Date Completed: Phone: 954-325-1394 Miami Dade Parks Dept. Shaw Environmental Mr. Juan Borges Phone: 305-818-2621 100% $ 389,331.00 09/2003 G.) Project Brief Description: Bldg. 25 & 7 Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount: Date Completed: Miami Dade Aviation Dept. DDM Mr. Johnny Peterson Phone: 305-876-0735 100% $ 236,222.00 10/2003 H.) Project Brief Description: Bldg. 48 Oil & Water Separator Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount Date Completed: Miami Dade Aviation Dept. DDM Mr. Johnny Peterson Phone: 305-876-0735 100% $193,000.00 02/2003 (I.) Project Brief Description: Crandon Park Clubhouse Watermain, Drainage, Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount: Date Completed: Miami Dade Parks Dept. PCL Construction Mr. Scott Kimpel Phone: 407-467-7772 100% $ 756,721.00 03/2004 Cp4PER Contracting 12275 SW 929tth Court - Miami - Florida - 33186 Telephone - 305.969.9844 Fax - 305.969.9855 Projects completed in the last (5) years. A.) Project Brief Description: GA Trailer Relocation including but not limited to Water, Sewer, Paving and Drainage and Complete Electrical, Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount: Date Completed: Dade County Aviation Dept. Dade County Aviation Dept. Mr. Torn. Hart 100% $ 482,927.00 03/2002 Phone: 305-869-1626 B.) Project Brief Description: Installation of 16" Sludge Line (3000 Lin. Feet). Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount: Date Completed: Miami Dade Water & Sewer Dept. Central Florida Equipment Mr. Marcus Thermes Phone: 305-887-4131 100% $136,983.00 12/2002 C.) Project Brief Description: Wings of Asia (Metro Zoo), Water, Sewer Paving & Drainage. Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount Date Completed: Miami Dade Parks Dept. PCL Construction Mr. Scott Kimpel 100% $ 562,995.00 02/2003 D.)Project Brief Description: Pump Station 318 Project Owner: Project GC: Project Contact: Stage of Completion: Construction Contract Amount Date Completed: Phone: 407-467-7772 Miami Dade Water & Sewer Dept. RJR Construction Mr. Ricardo Rodriguez Phone: 305-267-1788 100% $190,900.00 12/2002 OENEEMAL- CONTRACTOR UNDEROFZC>UND UTILITY any! F-XCA�/AeTpC]N CONTRACTOFZ EL-ec-r ic;AL- CC3NTRA0T0R of Tamarac and Contracts Division Please list government aeftn.6nniPC business during the t Your Company Narr Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name REFERENCES anrUnr r►rh»+a fjrw --- B Page 1 of 1 References of Tamarac Division 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). r-Ako-v A :t�-cALJAz-ate lit I c. k tA V)j 1�e- L) - 11. State the nameofhe individual who will have personal supervision of the work: /GAG THE BIDDER ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY THE OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE BIDDER'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 AWA D NDIOR CONTRACT. (Sign ure) ACKNOWLEDGEMENT BIDDER'S QUALIFICATION STATEMENT State of Fbrida County of �- r On this they day of -MA , 20, before me, the undersigned Notary Public of the State of Florida, personally appeared r—�4 P, - Q , 600p..cvz--- 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. USA M. KAVADAS WITNESS my hand * * MY COMMISSION # DD 269448 and official seal. EXPIRES: Novembet24,2N7 �'q jFoc Fo�F Baled Thru Budget Notary Services NOTARY PU , STATE OF FLO IDA NOTARY PUBLIC SEAL OF OFFICE: {� "/ (Name of Notary Public: Print, tamp, or Type as Commissioned) ersonally known to me, or ❑ Produced identification: (Type of Identif Produced) 0 DID take an oath, or NOT take an oath FIRST-CLASS U.S. POSTAGE ! PAID MIAMI, FL PERMIT NO.231 526260-5 THIS IS NOT BILL -DO NOT d BUSINESS NAME/LOCATION LICENSE NO. 549945-4 COOPER CONTRACTING INC STATE #E13001818 12275 SW 129 CT 33186 UNIN DADE COUNTY OWNER COOPER CONTRACTING INC Sec. Ty a of Business WORKERS 19� ELECTRICAL CONTRACTOR 5 'HIS IS AN OCCUPATIONAL AX ONLY. IT DOES NOT ERMIT THE LICENSEE TO 'ICILATE ANY EXISTING 'EGULATORY OR ZONING J1WS OF THE COUNTY OR 'MES. NOR DOES IT :XEMPT THE LICENSEE 'ROM DO NOT FORWARD ANY OTHER LICENSE IR .PERMIT REQUIRED BY AW. THIS IS NOT A COOPER CONTRACTING INC ,ERTLFICOF: THE .ENSFe%ON OUAt1F1CA- MARK A COOPER PRES ION. PO BOX 297140 AYMENT RECEIVED PEMBROKE PINES FL 33029 IIAMI-DADE COUNTY TAX :OLLECTOR: 03/16/2004 002Q0.000015 0000i145.0o SEE OTHER SIDE FIRST-CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO.291 THIS IS NOT A SILL -DO NOT PAY 434289-5 RENEWAL: BUSINESS NAME / LOCATION LICENSE NO. 4 S S 24 3 - 9 COOPER CONTRACTING INC STATE #CGC061459 1227S SW 129 CT 33186 UNIN DADE COUNTY OWNER COOPER CONTRACTING INC Sec. Type of Business WORKERS 196 GENERAL BUILDING CONTRACTOR 10 NS IS AN OCCUPATIONAL .X ONLY. IT DOES NOT :RMIT THE LICENSEE TO ]LATE ANY EXISTING MLATORY OR ZONING WS OF THE COUNTY OR rIES. NOR DOES IT :EMFT THE LICENSEE DO NOT FORWARD :OM ANY OTHER LICENSE L PERMIT REQUIRED eY .W. THIS IS NOT A COOPER CONTRACTING INC WIFICATION OF THE ENSEE'S DDALIflcA- MARK A COOPER PRES )m P 0 BOX 297140 YMENT RECEIVED PEMBROKE PINES FL 33029 AWDADE COUNTY TAX ILLECTOR: 08/22/2003 02100006001 illiitlliiliil:IlliliililliltEil,liillllii1111I1:liiillli1E:ii j 000075.00 SEE OTHER SIDE FIRST-CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO. 231 N�I=ss i8 _ 4 THIS IS NOT A 131"0 NOT PlpyyNEWAL BUS AME /LOCATION RE LICENSE NO. 445348-6 COOPER CONTRACTING INC STATE #CUC057130 12275 SW 129 CT 33186 UNIN DADE COUNTY OWNER COPER CONTRACTING INC Sec. Type of Business WORKERS 1,6 SPKCIALTY 6 AN ENGINEERING CONTRCT 10 ATX)N ONLY. IT pl a NOT 7WeT THE LICENSEE TO RATE ANY EXISTING 1OULATORY OR ZONNp so OF THE COUNTY OR TES. NOR DOES IT 316hrT THE LICENSEE iOPEFANT ANY REQUIRED"eY COOPER DO NOT FORWARD CONTRACTING INC > ATsiON OF THEE MARK A COOPER PRES :ENSEE•S OUALIFlCA- PO BOX 297140 PEMBROKE PINES FL 33029 WENT RECEIVED ANq-DADS COUNTY TAX M1ECT'OR: 08/22/2003 02100007001 000075.00 SEE OTHER SIDE STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 COOPER, MARK A COOPER CONTRACTING PO BOX 297140 PEMBROKE PINES INC FL 33029-7140 DETACH HERE AC# 1 2 2 9 9 11 STATE OF FLORIDA (850) 487-1395 STATE OF FLORIDA DEPART NT of .� PRQFES 107 7.1 BC,1 3,0 o 3.8 $; AC# 122991 ups$ �,xn do.0o0oo0 J 3 IS CERTIFTED under lthe provisions of ch.489 FS. L04010 00155 1i�cpiretioA date: AVG 3�.,�.. 20'09 .. ,�. DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD SEQ#L04010900155 JEB BUSH DIANE CARR GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION --CONST-RUC-TZON-,INDUSTRY- LICENqTNG,.-B4OARD---.--- 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 COOPER CONTRACTING INC PO, BOX 297140, PEMBROKE PINES FL 33029-7140 A U0,955047 STATE QF ACI 045504' .56 QUAL I Flr Etrkk,' IZATION. !qOOPE;R "J: G Y A, Ll �g ORM WORK ALLOW ,-pbz A IT Ah E tE LI IS' QUALIFIED under the provisions of ch.489 ps. WlrAtlon dot!!�. AIT9 .31., 29.0.5 L030tfj0043:( DETACH HERE 'STATE OF FLORIDA DEPARTMENT OF. BUSINESS:.AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD - SEQ#L03062600431 LICENSE NBR 'JEB BUSH GOVERNOR DIANE CARR -.-D]aPLA-Y-AS-RECURED-BY-LAVV-- SECRETARY City of Tamarac 0 Purchasing & Contracts Division State whether general or limited partnership 4. If offer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NAME ADDRESS 5. If 10fferor is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many y ars has your organization been in business under its present name? , a. t nd r what ormN names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions that are the subject of the Bid. Please attach certificate of competency d/ostate registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work that you have performed or goods you have provided (government owners are preferred as references): NAME ADDRESS PHONE ���---%Z!rrfj,�vr-. /�.� ,l• J ��(r� .��+C�m�°._/��J ��/J.� (�'G.i ��%�4 .. c/�/Gn �f�, �.� j Wile - PA City of Tamarac 0 Purchasing & Contracts Division BIDDER'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: HE ONE: orporation SUBMITTED BY (Company Name) ADDRESS: CITY, STATE ZIP: City of Tamarac Purchasing & Contracts Manager 7525 NW 88t" Avenue Tamarac, Florida 33321-2401 F� Partnership ❑ Individual ❑Joint Venture Other 1 �2-7� 1. 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 I place of business: Correct Name of Bidder Principal address of Business 1 Z z- S tj i Z 1 r , _ City, State Zip( } 2. If Offeror is a corporation, answer the following: a. Date of Incorporation b. State of Incorporation o� L C. President's names A , d. Vice President's name V 1 e. Secretary's name: f f. Treasurer's name )-,J Amt- g. Name of Resident Agent A .e @ti 3. If Offeror is an Individual or a Partnership, answer the following: Date of Organization Name, address and ownership units.o all partners (if necessary, use separate sheet): _. NAME ADDRES OWNERSHIP UNIT City of Tamarac Purchasing and Contracts Division 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 ❑ CORPORAT�ITHERE] If "Other", Explain: Authori ed 8ignatufe Title 60 Company Name City/State/Zip 9(, Fax Number Name (Printed Or Typed) Federal Employer I.D./Social Security No. /tea-7 Address Telephone Sri (- A, — Contact Person Page 1 of 1 Certification of Tamarac and Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of FI County of "Jal.,� On this the3) day of ,k- , 20�before me, the undersigned Notary Public of the State of Florida, personally appeared ,Iz- A , & OA4<--- and (Name(s) of individual(s) who appeared before notary) whose named re Subscribed to within the instrument, he/they acknowledge thatgehe/they executed it. d he WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: USA M. KAVADAS * * MY COMMISSION I DO 269448 EXPIRES;November 24, M7 x* �l�TFpF F1.CR"A� knded I Budget Notvy .Smice4 NOTARY PU IC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or,�"ID NOT take an oath Page 2 of 2 Non -Collusive Acknowledgement City of Tamarac — 0- Purchasing and Contracts Division NON -COLLUSIVE AFFIDAVIT State of ( A /1 Cie_, County of d. )ss. ��A A,'_6 A . C.00pto-- being first duly sworn, deposes and says that: 1.C�Hehe is the�� ►�- �-- (Owner, Partner, Officer, esentative or Agent) of o6P o► l�'r c-G•the Offeror that has submitted the attached Proposal; 2. Cshe 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 in connection with such Work; or have in any manner, directly or indirectly, sought by 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 delivered in the presence of: Witn By, l �r. Print Name MR Page 7 of 2 Non -Collusive Affidavit City of Tamarac Purchasing & Contracts Division CERTIFIED RESOLUTION I, A2X-. (J oop._er�-A n (Name), the duly elected Secretary of `St to - r"-e ' * . ( of Corp.), a corporation organized and existing under the laws of the State of l• �-t 4ez- , 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 OLVED THAT _ �q-2k_ A_ �_ao��,�.� _ __ (Name),,, the du elected e s r� t- (Title of Officer) of ' -1&_1 G • (Name of Corp.) be and is hereby authorized and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac ands 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. further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME V"l TITLE Given under my hand and the Seal of the said corporation this 7?--)D day of N 14-,Lc� , 20 Oq (SEAL) /f By: Secretary 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. Page 1 of 1 Certit<ed Resolution City of Tamarac Purchasing and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION (continued) Bidders Name: ©o p."- C—vq 4e�,&4n ,1,41 C TERMS: % DAYS: k 0 To be considered eligible for award, one (1) original of this bid form MUST be submitted with the Bid. Two (2) photocopies of this bid form should accompany the original; however, copies must be provided within 3 business 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. SCH-7 Bid Form & Schedule of Bid Prices A# F ST�1'E QF Ft.Ot1DA bEARTrNT``''oF $USINESAN�7':'PROEIOAr`tGt,nT "` ' ���:� ,CGi$TRUC�ON :TRY L}ICENgING ,?U ,G$OA]ZD ' r v..,,k .4 • i.'' r •� J {y8 y "I F` za.c y � }n ,} ~q' '� � l - -+[g i '�, � - W g., YI yq,r 3" 3iit• �Sn�Yr !. + S�F� I� ��•{T.•. '. f ' + E:TQkQ1x •t'` 'S_ W�Qn1i���!at+r7err. iF��'F 1J'-i�d-�� ?r:"� 'CJ?xs Sthe t. lS � v��i. ,:�'r� ��" �7,. .'j x gro�ria`a�Ong oi�`"'Chap�'��4g�,�S E ii 2,ati4pn date. AUG 31, 2004 r Mv icy •. fir IF tl ' ry. .• - j LGH7+r = EnUARDO'FRANC S_cG v 1r as .- Cpp,PE9S:66NTVACThiG: 'INC" ,1k 5r $ p:0 w 1.77 AVE Z FL.. 33193 _ JET HUSH KiI�f :'HINKLEY S YE t GOVEENOR DISPLAY AS REQUIRED BY SECRz;TARV� of Tamarac Purchasing and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION (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. 00, Company Name Authori ed Signatu e /a,� 71- J-4,) /6)-9 /— �aUeTf Address City, State, ZIP C'4-, c,1G /Vs9 Typed/Printed Name us-) 516 9- �VW tl2ar% '?./ ir- 9VS-J— Telephone & Fax Number 6S-- dd ;la,5 g Contractor's License Number Federal Tax ID# SCH-6 Bid Form & Schedule of Bid Prices of Tamarac and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION Submitted by: (2D� ��LI C0n� C- Jzc(Bidder) 3/�0-/0 -/ (Date) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th 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 (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. SCH-5 Bid Form & Schedule of Bid Prices City of Tamarac o a. Pun:hasincd and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION Item No. Quantity DescrN Lion Total Price • UMP STATION 10 Furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, excavation; complying 11 Lump Sum with Trench Safety Act; and all other appurtenant & miscellaneous items for Pump Station10 Rehabilitation field verification of existing tie-in force main, the aggregate sum of: $ For furnishing all labor, tools, construction, equipment, supervision, bond, insurance, other 12 Lump Sum miscellaneous costs, overhead and profit required for a complete, satisfactory and fully functional installation as shown on the drawings for Pump 9�/ Station 10 Rehabilitation, the aggregate sum of; $ �a For furnishing, operating, maintaining and removing 13 Lump Sum a by-pass pumping system at Pump Station 10 Rehabilitation, the aggregate sum of: For installing an electrical control panel provided by 14 Lump Sum City for Pump Station 10 as shown on the drawings and in accordance with the specifications, the 14) o o Q aggregate sum of: $ For the sum of Items 11 through 14, which 15 SUBTOTAL constitute the total cost of the Pump Station 10 ��,� Rehabilitation: $ 16 CONSIDERATION FOR INDEMNIFICATION OF CITY $ 1.00 17 ALLOWANCE CONTINGENCY $30,000.00 TOTAL BASE BID $ 17 e5 el�IL SCH-4 Bid Farm & Schedule of Bid Prices City of Tamarac Purchasing and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO.04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION Item No. Quantity Description Total Price For furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, 6 Lump Sum excavation; complying with the Trench Safety Act (TSA); and all other appurtenant and miscellaneous items for Pump Station 7A Rehabilitation field verification of existing tie-in force main, the aggregate sum of: $ (> For furnishing all labor, tools, construction, equipment, supervision, bond, insurance, other 7 Lump Sum miscellaneous costs, overhead and profit required for a complete, satisfactory and fully functional installation as shown on the drawings for Pump fix' Station 7A Rehabilitation, the aggregate sum of: $ For furnishing, operating, maintaining and removing 8 Lump Sum a by-pass pumping system at Pump Station 7A, the aggregate sum of: $ �� D For installing an electrical control panel provided by 9 Lump Sum City for Pump Station 7A as shown on the drawings and in accordance with the specifications, the aggregate sum of: $ 10 SUBTOTAL For the sum of Items 6 through 9, which constitute c� the total cost of the Pump Station 7A Rehabilitation: $ SCH-3 Bid Form & Schedule of Bid Prices of Tamarac and Contracts Division BID FORM AND SCHEDULE OF BID PRICES BID NO. 04-13B PUMP STATIONS 7, 7A AND 10 REHABILITATION ti Item No. Quantity Descrintion Total Price For furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, 1 Lump Sum excavation; complying with the Trench Safety Act (TSA); and all other appurtenant and miscellaneous items for Pump Station 7 Rehabilitation field verification of existing tie-in force main, the aggregate sum of: $ /4)/ D a� For furnishing all labor, tools, construction, equipment, supervision, bond, insurance, other miscellaneous costs, overhead and profit 2 Lump Sum required for a complete, satisfactory and fully functional installation as shown on the drawings for Pump Station 7 Rehabilitation, the aggregate ( ;7 sum of: — For furnishing, operating, maintaining and 3 Lump Sum removing a by-pass pumping system at Pump Station 7, the aggregate sum of: $ o U For installing an electrical control panel provided 4 Lump Sum by the City for Pump Station 7 as shown on the drawings and in accordance with the specifications, the aggregate sum of: For the sum of Items 1 through 4, which 5 SUBTOTAL constitute the total cost of the Pump Station 7 Rehabilitation: SCH-2 Bid Foini & Schedule of Bid Prices City of Tamarac and Contracts Division BID FORM AND SCHEDULE OF BID PRICES "EXHIBIT C" BID NO.04-13B TR #10409 PUMP STATIONS 7, 7A AND 10 REHABILITATION The City of Tamarac is hereby requesting Bids, from qualified vendors, for the rehabilitation of Pump Stations 7, 7A and 10 in the City of Tamarac. In order to be considered for this project, the Bidder shall possess at time of bid opening one of the following State, County or equivalent licenses: 1. A State Certification as a General Contractor or Engineering Contractor with at least five (5) years of verifiable full-time experience with a minimum of two (2) projects of similar nature or dollar cost. KO 2. A Broward County Competency Engineering Contractor Class "A" license with at least five (5) years of verifiable full-time experience with a minimum of two (2) projects of similar nature or dollar cost. We propose to furnish these bid elements in conformity with the specifications and at the stated bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. In the event of obvious mathematical errors, the Bidder recognizes that these are clerical in nature and may be corrected by the Owner. For each bid item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the project drawings. A more detailed description of the Pay Items is located in Section 01025 of the Technical Specifications. See Schedule of Bid Prices on the following pages. SCH-1 Bid Form & &Schedule of Bid Prices 2.03 LIGHTNING AND SURGE SUPPRESSION A. Lightning Arrestor shall be a 3-pale, 650 volt thyrite secondary arrestor approved for use in U.L. approved panels. Lightning Protection shall be GE #9L18688301. B. Surge Capacitor shall be a 3-pole, 650 volt, 1.0 mfd. capacitor approved for use in U.L. approved panels. It shall be a SQUARE D #SDSA3650. C. Provide separate NEMAAX 316 stainless steel enclosure if above lightning & surge equipment are not installed in level control panel. - END OF SECTION - U:US03B16900.doc 112-22-03 16900-3 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac SECTION 16900 - SUBMERSIBLE PUMP LEVEL CONTROL PANEL (PROVIDED BY CITY) PART 1 - GENERAL 1.01 THE REQUIREMENT A. Furnish and install a complete level control system. The system shall include, but not be limited to the following components: A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions, and Division 1 Specification Sections, apply to work of this Section. Other Specification Sections related to work specified in this Section are as follows: 1. Electrical General Provisions PART 2 - PRODUCTS A. The Control Panel shall be designed and built as an integrated, prewired equipment. It shall control the operation of two pumps, based on the level in the wet well. B. The control panel shall include but not be limited to the following: (see drawings for more M details) • NEMA 3R 316 Stainless Steel enclosure • All hardware shall be stainless steel. • Main and generator circuit breakers (service equipment rated) • Motor starters (controllers) • Auxiliary circuit breakers • Fuses • Lightning protectors • Phase detector • Control power transformer • Pilot lamps • Elapsed time hour meters for each pump • Elapsed time hour meter to total when two pumps run simultaneously • Alternator • Hand switches • Relays • Terminal strips • Wire gutters • Alarm light • Generator Outlet U.US03616900.doc 112-22-03 16900-1 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac C. All motors shall be fitted with a permanent, Stainless Steel -corrosive nameplate indelibly stamped or engraved with NEMA Standard motor data, including bearing description and lubrication instructions. Insulation class, ambient temperature, altitude rating, and power factor at full load, if applicable, shall be included. 2.05 MANUFACTURER A. The driven equipment Supplier shall have responsibility to select and supply suitable electric motors for the equipment. In the case of variable speed driven equipment, the equipment Supplier shall provide to the VFD Manufacturer motor requirements so that the VFD Manufacturer can select and supply the proper motor for VFD use. The choice of motor manufacturer shall be subject to favorable review by the ENGINEER. Such review will consider future availability of replacement parts and compatibility with driven equipment. In situations where less than all of the driven equipment of a given type will be operated by VFD, the driven equipment supplier shall supply the remaining (non-VFD) motors identical to those supplied by the VFD manufacturer. B. Suppliers, or approved equal: 1. General Electric 2. Siemens -Allis _ 34 Toshiba 4. U.S. Motors .5, Marathon. Z06 DUPLEX AND TRIPLEX MOTOR CONTROLLERS A. The controllers shall be of the combination type with thermal magnetic circuit breakers and automatic alternation. B. The controllers shall be sized according to the pump motor requirements and to any auxiliary controls indicated on the Contract Drawings. C. A three -pole polyphase contactor shall consist of the following minimum items: 1. Melting alloy overload relays; 2. Type S starters; 3. Terminal block connections for remote pilot control devices; and 4. Door interlocks. D. Provide an additional elapsed time meter that shall totalize when all pumps run simultaneously. E. The motor controller shall be similar to Class 8941 by Square D or other approved equal. F. Contain additional controls indicated on drawings. UNS03B16490.doC112-22-03 16490-9 PUMP Station 7, 7A & 10 Rehabilitation City of Tamarac O. Rotor: The stator rotor shall be a sealed system with at least two complete vacuum pressure impregnation process cycles of 100% solid epoxy resin. Stator windings shall be provided with a polyurethane dispersion to inhibit insulation abrasion by sand, salt, fly ash, or other abrasive materials entrained in the cooling air. The shaft shall be made of high grade machine steel or steel forging of size and design adequate to withstand the load stresses. The rotor shall be fabricated of high grade electrical sheet steel laminations adequately fastened together and to the shaft. Squirrel cage windings may be cast aluminum or copper alloy bar -type construction with brazed end rings. Provide winding tropical/fungus protection. P. Bearings: Bearings shall be ball or roller antifriction type. Motors up to 1,000 h.p. shall be grease lubricated. Unless specified otherwise, the bearings shall have a B-10 life as follows: Motor h.12. B-10 Life (Hrs) Less than 50 24,000 50 to 200 40,000 Greater than 200 100,000 For vertical motors, thrust bearings shall be Kingsbury Type, ball or roller bearings as required for the design thrust load. Guide bearings shall be radial type ball bearing. Fractional horsepower through 2 h.p. motors shall be furnished with Lubricated -for -Life ball bearings. Motors larger than 2 h.p. shall be furnished with relubricatable ball bearings except vertical pump motors. Vertical pump motors larger than 2 h.p. shall be furnished with relubricatable ball, spherical, roller, or plate type thrust bearings. Lubrication shall be per manufacturer's recommendation for smooth operation and long life of the bearings. If water cooling is required for the thrust bearings, cooling water lines shall be provided complete with solenoid valve, flow indicator, thermometer, throttling valve and, where subject to freezing, insulation with heat tracing. Q. Connections: Leads shall be suitably marked and identified. Terminal housing locations, which are not shown on the Contract Drawings, shall be NEMA Assembly F-1. The low -voltage terminal box shall provide a terminal strip for the space heater. All necessary external wiring between the low voltage terminal box and connections to the motor shall be factory installed. U.US03816490.doc112-22-03 16490-7 Pump Statlon 7, 7A & 10Rehabilitatlon C* of Tamarac O. Rotor: The stator rotor shall be a sealed system with at least two Complete vacuum pressure impregnation process cycles of 100% solid epoxy resin. Stator windings shall be provided with a polyurethane dispersion to inhibit insulation abrasion by sand, salt, fly ash, or other abrasive materials entrained in the cooling air. The shaft shall be made of high grade machine steel or steel forging of size and design adequate to withstand the load stresses. The rotor shall be fabricated of high grade electrical sheet steel laminations adequately fastened together and to the shaft. Squirrel cage windings may be cast aluminum or copper alloy bar -type construction with brazed end rings. Provide winding tropical/fungus protection. P. Bearings: Bearings shall be ball or roller antifriction type. Motors up to 1,000 h.p. shall be grease lubricated. Unless specified otherwise, the bearings shall have a B-10 life as follows: Mator hp.Life Hrs Less than 50 24,000 50 to 200 40,000 Greater than 200 100,000 For vertical motors, thrust bearings shall ' be Kingsbury Type, ball or roller bearings as required for the design thrust load. Guide bearings shall be radial type ball bearing. Fractional horsepower through 2 h.p. motors shall be furnished with Lubricated -for -Life ball bearings. Motors larger than 2 h.p. shall be furnished with relubricatable ball bearings except vertical PUMP motors. Vertical pump motors larger than 2 h.p. shall be furnished with relubricatable ball, spherical, roller, or plate type thrust bearings. Lubrication shall be per manufacturer's recommendation for smooth operation and long life of the bearings. If water cooling is required for the thrust bearings, cooling water lines shall be provided complete with solenoid valve, flow indicator, thermometer, throttling valve and, where subject to freezing, insulation with heat tracing. Q. Connections: Leads shall be suitably marked and identified. Terminal housing locations, which are not shown on the Contract Drawings, shall be NEMA Assembly F-1. The low -voltage terminal box shall provide a terminal strip for the space heater. All necessary external wiring between the low voltage terminal box and connections to the motor shall be factory installed. U.US03816490.doC112-22-03 16490-7 Pump Station 7, 7A d 10Rehabilitation City of Tamarac Motors larger than 150 h.p. shall have a minimum efficiency, at full load, of 95 percent and a minimum power factor of 85 percent. L. Condition of Service: All motors shall meet the following conditions of service, and other conditions as required on the Drawings: 1. Continuous duty. 2. Altitude (below 3300) feet. 3. Ambient temperatures (0) to (40) degrees C. 4. Voltage variation plus or minus 10 percent (unless VFD controlled). S. Frequency variation plus or minus 5 percent (unless VFD controlled). 8. Combined voltage and frequency variation plus or minus 10 percent. Frequency variation not to exceed plus or minus 5 percent (unless variable speed). 7. Across -the -line starting. 8. Reduced voltage starting, as required. 9. Two -speed control, as required. 10. VFD control, as required. M. Rated torque shall be at least 20 percent -greater than the maximum full load torque requirements of the driven equipment throughout the full operating range of the driven equipment from start to full load. Motors shall have torques in conformance with NEMA MGI-20.41. N. Stator: Stator and rotor core pieces shall be machine stamped from low loss non -aging silicon steel. Laminations shall be Insulated by a layer of varnish or enamel. Rotor shafts shall be manufactured from carbon steel meeting SAE standard for 1045 steel. Stator winding shall be copper wiring, with ends secured and braced for full voltage starting. insulation system shall be rated type "F' or better, suitable for a maximum temperature of 185 degrees (C). Individual turns in the stator coils shall be Insulated with Class H enamel covered with two layers of polyester and glass yam. Motors shall be designed for a maximum of 40 degrees 8 temperature rise by resistance at 1.15 service factor. Windings shall be random or form wound, adequately insulated and securely braced to resist failure due to electrical stress and vibrations. Any junction in motor insulation, such as coil connections or between slot and end winding sections, shall have protection equivalent to that of the slot sections of coils. The entire winding of all motors when finished, shall be epoxy encapsulated, after subjecting to a process which removes all moisture and insures freedom of air pockets. Provide winding tropical/fungus protection. U.US03B16490AW12-22-03 16490-6 Pump Stadon 7, TA & 10 Rehabilitation n,&. -4 1 2. Motors 2 h.p. and larger shall be rated 230/460 volts, three-phase, 60 hertz, as required and as shown. Dual voltage motors rated 208/230/460 volts are acceptable. D. Unless otherwise specified, service factor shall be a minimum of 1.15. E. Motor speed shall be as specified with the equipment. F. All motors which will be installed in Class I, Division 1 areas (exposed to flammable vapors, gases, or dust) shall be explosion -proof. Such motors shall carry Underwriters Laboratories listing with name plate and serial number. The CONTRACTOR shall be responsible to coordinate with the equipment manufacturer in advising the motor manufacturer of the correct NEC Code required for the application. G. All motors for driven equipment shall be heavy duty unless otherwise specified. Heavy duty motors shall be furnished with Class F tropicalized insulation system and shall be limited to Class B temperature rise, unless otherwise listed in these Specifications. The motor shall be rated to operate at a maximum ambient temperature of 65 degrees C and at the altitudes where the motors will be installed and operated, without exceeding temperature rise limits stated in ANSI/NEMA MG 1-12.42. H. :Standard duty motors shall be furnished where called for in individual equipment specifications. These motors shall have Class F tropicalized insulation system and shall be limited to Class B temperature rise, unless otherwise listed in these Specifications. The motor shall be rated to operate at a maximum ambient temperature of 40 degrees C and at altitudes where the motor will be installed and operated, without exceeding temperature rise -limits stated in ANSI/NEMA MG 1-12.42. r=A1l motors 50 h.p. or smaller which will be installed outdoors shall be totally enclosed, fan cooled (TEFC). All motors larger than 50 h.p. and up to 300 h.p. which will be installed outdoors shall be Weather-Proteded Type I. Motors larger than 300 h.p. shall be Weather -Protected Type II. All motors larger than 60 h.p. shall have a minimum 2 cycles of solid, baked epoxy vacuum impregnation. In addition, these motors shall be provided with rodent screens. Enclosures shall have stainless steel vent screens. J. Unless otherwise specified, all motors which will be installed indoors shall be totally enclosed, fan cooled (TEFL). All motors larger than 50 h.p. located in damp environment such as in pump and pipe galleries, tunnels, chemical feed and sludge areas, shall have 2 cycles of solid baked epoxy vacuum impregnation. K. Efficiency index, nominal efficiency, and minimum efficiency shall be defined in accordance with ANSI/NEMA MG 1-12.53.b; these values shall be stated in the Shop Drawing submittal. Motor nameplate data shall include the nominal efficiency value. Motors in the range of 1 h.p. to 150 h.p., inclusive, shall be designed specifically for energy efficiency and high power factor. In accordance with NEMA Standard MG 1-12.53b, each motor shall meet the minimum guaranteed efficiency for the specked nameplate efficiency. All motor efficiency tests shall be performed utilizing the NEMA preferred test method IEEE 112 method B, Dynamometer. All tests shall be performed in accordance with the Procedures contained in NEMA Standard MG 1-12.53. U. US03816490.doc /12-22-03 16490-5 Pump Station 7, 7A & 10 Rehabilitation B. The nominal motor horsepower shall be adequate for the driven machine without infringement upon the motor service factor. Motors driving pumps shall not be overloaded at any head or discharge condition of the pump. C. The motor horsepower shall not be less than the estimated minimum specified for each driven machine. If the estimated minimum horsepower specified is not adequate to satisfy the foregoing restriction or any other requirements of these Specifications, the motor with the next larger horsepower shall be supplied at no additional cost to the CITY. In addition, any changes caused by increase in motor horsepower shall be made by the CONTRACTOR at no additional cost to the CITY; such changes may involve circuit breakers, magnetic starters, motor feeder conductors and conduit sizes, etc. D. Motors which are for valve operators, submersible pumps, or motors which are an integral part of Standard Manufactured Equipment, i.e., non-NEMA mounting, common shaft with driven element, part of domestic or commercial use apparatus may be excepted from these Specifications to the extent that such variation reflects a necessary condition of motor service or a requirement of the specified driven equipment. E. The motors (50) horsepower and larger shall be equipped with 120-volt single-phase-200 watt or larger space heaters (not touching the windings), sized to prevent condensation during period of idleness. Maximum surface temperature of. heaters shall not exceed 200 degree (C). F. Provide high efficiency (over 91.5% at full load), dynamically balanced motors with a 1.15 service factor, complying with latest ANSI, IEEE and NEMA Standards. Inrush current shall not exceed 5.6 KVA per rated horsepower; NEC code F.-Motors shall. not be overloaded by the pump at any operating condition on the pump characteristic curve and shall be designed for repetitive staring with a cycle time of 6.0o minutes. -Motors between -and including 2 HP through 25 HP shall be dual voltage 240/480, prewired for 480v, 3 phase, as manufactured by General Electric, Westinghouse, Marathon, US, -Reliance or equal. G. The City of Tamarac reserves the right to have any motor tested by an independent laboratory to determine efficiency, sound level, and shaft composition. Failure to meet established requirements in these categories shall be grounds for rejection. 2.02 CONSTRUCTION A. All electric motors shall comply with ANSI/NEMA MG 1. B. Electric motors shall be NEMA Design B, (except as noted in equipment Specifications for motors controlled for variable speed operation and other special motors,) constant speed squirrel -cage induction motors having normal starting torque with low starting current. In no case shall starting torque or breakdown torque be less than the value specified in said ANSI/NEMA MG 1. Motors shall be suitable for starting as indicated on the Drawings. Speed control will be provided with 2-speed starter or by PWM (Pulse Width Modulation) design variable frequency drive. Refer to Drawings for type of starting requirements. C. Motors shall be rated in accordance with the following, unless otherwise specified: 1. Motors below 2 h.p. shall be rated 115 volts, single phase, 60 Hertz. Dual voltage motors rated 115/230 volts, 115/208 volts, or 120-240 volts are acceptable. !I_US03818490.doC /12.22-03 16490-4 PUMP Show r, 7A & 10 Rehabilitation D. Motors larger than 100 horsepower Each motor shall be furnished with certified test results. Each motor shall be subjected to a complete test consisting of full load heat run, percent slip, running light current, locked rotor current, breakdown torque (calculated), starting torque, winding resistance, high potential, efficiencies at 100, 75 and 50 percent of full load, power factors at 100, 75 and 50 percent of full load, and bearing inspection. The ENGINEER reserves the right to witness these tests. E. Test Reports Six (6) copies of all test results shall be submitted to the ENGINEER for review. Single copies of witnessed test raw data shall be submitted to the ENGINEER immediately upon completion of such tests. No motor shall be shipped prior to the ENGINEER's approval of factory tests. 1.06 TOOLS AND SPARE PARTS Furnish spare parts for each motor or group of motors in the same ratio as specified in the driven equipment. As a minimum, furnish the following for motors 50 h.p. and above; A. One (1) spare set of upper and lower ball bearings, Including retainers and seals, for each motor size installed. B. One (1) spare motor shaft key or equivalent for each motor size installed. 'C. One (1) spare terminal box gasket for each motor. D. One (1) spare fill and drain plug and grease nipple for each motor size installed. E. One (1) complete set of any additional Manufacturer's recommended spare parts. Spare parts shall be plainly tagged and marked for identification and re -ordering. Furnish all special tools necessary to disassemble, service, repair and adjust the equipment. 1.07 WARRANTY All equipment furnished and installed under this Section shall be guaranteed against defects of workmanship, materials, and proper -installation for a period of one (1) year from date of acceptance. All such equipment or defective parts shall be replaced in the machines by the CONTRACTOR at no cost to the CITY. Motors supplied for Variable Frequency Drive (VFD) applications shall be guaranteed as stated above, and further warranted for a total period of two (2) years under VFD operation by the motor manufacturer. PERT 2„ PRODUCiTS 2.01 GENERAL REQUIREMENTS A. Electric motors driving identical machines shall be identical. UVS03B18490.doo112-22-03 16490-3 Pump StaiYon 7. 7A 3, 10 RahahfiftMin 8. Winding insulation class and treatment. g, Rated ambient temperature. 10. Service factor. 11. Voltage, phase, and frequency rating. 12. Full load current at rated horsepower for application voltage. 13. Starting code letter, or locked rotor KVA, or current. U. Special winding configuration such as part -winding, star -delta. 15. Rated full load speed. 16. Power Factor at full load, 75 percent, and 50 percent load. 17. Motor efficiency, nominal and guaranteed values. 18. Motor torque speed curves from zero to full load speed. 19. Test results. 1.05 TESTING Each motor shall be shop tested to determine compliance with requirements of the IEEE, ANSI and NEMA. Tests shall be as follows: A. : Motors less than 50 horsepower: Each motor shall be subjected to a standard short commercial test including the following: 1. Running light current 2. Locked rotor current 3. High potential 4. Winding resistance 5. Bearing inspection B. Motors between 50 and 100 h.p. Each motor shall be subjected to the above tests and shall be furnished with certified test results. C. Efficiency Motors rated 25 through 100 h.p. shall be individually tested for efficiency. „^ 4aee1a P,,mn Station 7. 7A & 10 Reh$bliitatlon SECTION 16490 - MOTORS P- ART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install electric motors, accessories, and appurtenances as specified herein and in conformance with the Individual Specifications of driven equipment, to provide a complete and operable installation, all in accordance with the requirements of the Contract Documents. 1.02 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions, and Division 1 Specification Sections, apply to work of this Section. Other Specification Sections related to work specified in this Section are as follows: I. Electrical General Provisions 2. Sewage Pumps 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS Manufacture, testing and installation shall be in accordance with the following: ANSUNEMA MG 1 Motors and Generators. ANSUIEEE 112 Test Procedure for Polyphase Induction Motors and Generators. NEC National Electrical Code 1.04 SUBMITTALS A. Complete motor data shall be submitted with the driven machinery shop Drawings. Motor data shall include: 1. Machine name and Specification number of driven machine. 2. Motor manufacturer. 3. Motor type or model and dimension Drawing. 4• Nominal horsepower. 5_ NEMA design. 6. Frame size. 7. Enclosure, type and dimensions. U.US03818490.doc112-22-03 1"90-1 PUmn SWIM 7. 7A A 1n C. Disconnect switches shall be quick -make, quick -break and with an interlocked cover which cannot be opened when switch is in the "ON" position and capable of being locked in the "OPEN" position. D. A complete set of fuses for all switches shall be famished and installed as required. Time -current characteristic curves of fuses serving motors or connected in series with circuit breakers shall be coordinated for proper operation. Fuses shall have voltage rating not less than the circuit voltage. P RT 3 -- EX TION 3.01 INSTALLATION A. All disconnect switches to be mounted five (6) feet above the floor, at the equipment height where appropriate, or where shown otherwise. B. The Contractor shall furnish and install fuses of various types as required with the continuous ampere ratings as required or shown on the Drawings. - END OF SECTION - 11.1 /OA90401A A-- 14'.q')_nl f"r 4 Pumn StaNnn 7. 7A & 10 RBhabiftfion 1.04 TOOLS, SUPPLIES, AND SPARE PARTS A. The equipment shall be furnished with all special tools necessary to disassemble, service, repair, and adjust the equipment, and with all spare parts as recommended by the equipment manufacturer. B. One complete set of spare fuses for each ampere rating installed shall be fumished and delivered to the Owner at the time of final inspection. Disconnect switch shall be non -fused. C. Spare parts lists, included with the shop drawing submittal, shall indicate spec sizes, quantities, and part numbers of the items to be furnished. Terms such as "1 lot of packing material" are not acceptable. D. Parts shall be completely identified with a numerical system to facilitate parts inventory control and stocking. Each part shall be properly identified by a separate number. Those parts which are identical for more than one size shall have the same parts number. 1.05 IDENTIFICATION A. Each equipment item shall be identified with a nameplate. The nameplate shall be engraved indicating the circuit number and equipment name with which it is associated. Equipment identification shall be in accordance with Section 16195, ELECTRICAL - IDENTIFICATION. PABIT 2 — PR DUCT ..2.01 MANUFACTURERS A. The equipment covered by this Specification is intended to be standard lbt of proven performance as manufactured by reputable concerns. Equipment shall be desfignned, constructed and installed in accordance with the best practices of the trade, and shall Operate satisfactorily when installed as shown on the Drawings. B. Switches shall be manufactured by Square D Company, General Electric Company, Cutler- Hammer/Westinghouse Electric Corporation, or equal_ 2.02 DISCONNECT SWITCHES A. Disconnect switches shall be heavy-duty type and/or as specified in these Specifications. Switches shall be furnished and installed as shown on the Drawings and as required by the NEC. Handles shall be lockable. B. Switches shall be NEMA Type HD, single -throw, externally operated, non -fused as required. Switches of the poles, voltage, and ampere ratings shown shall be fumished in NEMA 1A (gasketed) enclosures in indoor dry areas, and in NEMA 4X stainless steel enclosures for damp/wet indoor process areas. Enclosures for outdoor applications shall be NEMA 4X Type 316 stainless steel. Switches located in hazardous areas shall be suitable for the Class, Division, and Group to suit the application. UDS03131040.dac 112_22-03 14404 Pump Station 7, 7A & 10 RehabUlitatian SECTION 16440 - DISCONNECT SWITCHES PAB-11RAL 1.01 THE REQUIREMENT A. The Contractor shall furnish and install separately mounted, individual disconnect switches as specified herein and indicated on the Drawings. B. Reference Section 16000, BASIC ELECTRICAL REQUIREMENTS. 1.02 SUBMITTALS A. In accordance with the procedures and requirements set forth in the General Conditions and Section 01300, SUBMITTALS, the Contractor shall obtain from the equipment manufacturer and submit the following: Shop Drawings. 2. Spare Parts List. Each submittal shall be identified by the applicable Specification section. 1.03 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of theproposed equipment's compliance with the Contract Documents. B. Partial, incomplete or illegible submittals will be returned to the Contractor without review for resubmittal. C. Shop drawings shall include but not be limited to: 1. Equipment specifications and product data sheets identifying all materials used and methods of fabrication. 2. Complete layout and installation drawings with clearly marked dimensions for each type/size/rating of disconnect switch. 3. Assembled weight of each unit. D. the shop drawing information shall be complete and organized in such a way that the Engineer can determine if the requirements of these Specifications are being met. Copies of technical bulletins, technical data sheets from "soft-cover" catalogs, and similar information which is "highlighted" or somehow identifies the specific equipment items that the Contractor intends to provide are acceptable and shall be submitted. f 0.1 RLM-304AAA .+ .. M-� *,J_A,2 4A.4L4 io,,mn Cfef"n 7 7A it 4A Rahahlllfaf(nn this application shall consist of corrosion resistant copper alloy with silicone bronze bolts, nuts and lock washers which are designed for this purpose, 2.04 GROUNDING CONDUCTORS A. A green, Insulated equipment grounding conductor, which shall be separate from the electrical system neutral conductor, shall be furnished and installed for all circuits. Equipment grounding conductors shall be furnished and installed in all conduits. Use of conduits as the NEC required equipment grounding conductor is not acceptable. 2.05 EQUIPMENT GROUNDS A. Equipment grounds shall be solid and continuous from a connection at earth to all distribution panelboards. Ground connections at panelboards, outlets, equipment, and apparatus shall be made in an approved and permanent manner. PART 3 -- EXLCUTIOhj 3.01 INSTALLATION A. Metal surfaces where grounding connections are to be made shall be clean and dry. Steel surfaces shall be ground or filed to remove all scale, rust, grease, and dirt. Copper and galvanized steel shall be cleaned with emery cloth to remove oxide before making connections. B. Ground Conductors 1. Grounding conductors shall be continuous between points of connection; splices shall not be permitted. 2. Where conductors are exposed and subject to damage from personnel, traffic, etc., conductors shall be installed in metal raceway. The raceway shall be bonded to the grounding system. 3. Connections to ground rods shall be exposed to permit maintenance and inspection for continuity and effectiveness of grounding system. 4. Where subsurface conditions do not permit use of driven ground rods to obtain proper ground resistance, rods shall be installed in a trench or plate electrodes shall be provided, as applicable and necessary to obtain proper values of resistance, C. Raceways 1. Conduit which enters equipment such as motor control centers, switchboards, switchgear, variable frequency drives, instrument and control panels, and similar equipment shall be bonded to the ground bus, where provided, and as otherwise required by the NEC. - END OF SECTION - U:US03B16170.doc/12-22-03 16170-3 PUMP Station 7, 7A & 10 Rehabilitation C. Shop drawings shall include but not be limited to: 1. Equipment specifications and product data sheets identifying all materials used and methods of fabrication. 2. Drawings and written description of how the Contractor intends to fumish and install the grounding system. R - PRQDIJCTS 2.01 MANUFACTURERS The equipment covered by these specifications shall be standard equipment of proven Performance as manufactured accordance with the best practices of the trade, and shall concerns. Equipment shall be constructed, and in operate satisfactorily when installed as shown on the Drawings. 2.02 GROUND RODS AND GRID A. Ground rods shall be rolled to a commercially round shape from a welded copper -dad steel manufactured by the molten -welding process or by the electro-formed process (molecularly bonded). They shall have an ultimate tensile strength of 75,000 pounds per square inch (psi) and an elastic limit of 49,000 psi. The rods shall be not less than 314 inch in diameter by 10 feet in length; and the proportion of copper shall be uniform throughout the length of the rod. The capper shall have a minimum wall thickness of 0.013 inch at any point on the rod. B. The maximum resistance to ground of a driver' ground rod shall not exceed 5 ohms under normally dry conditions. Where the resistance obtained with one (1) ground rod exceeds 5 ohms, additional ground rods shall be installed not less than 6 feet on centers. Except where specifically indicated otherwise, all exposed non current -carrying metallic parts of electrical equipment, metallic raceway systems, grounding conductors in nonmetallic raceways and neutral conductors of wiring systems shall be grounded. The ground connection shall be made at the main service equipment and shall be extended to the point of entrance of the metallic water service. Connection to the water pipe shall be made by a suitable ground clamp or lug connection to a plugged tee. If flanged pipes are encountered, connection shall be made with the lug bolted to the street side of the flanged connection. If there is not suitable metallic water service to the facility, the ground connection shall be made to the driven ground rods on the exterior of the building. Where ground fault protection is employed, care shall be taken so thation toe the he actiongrounof the ground and neutral does not interfere with the corn p ult protection system. 2.03 FITTINGS A. Grounding connections todequipmentor bolted type connectares.dBolteconnections ype connectors �p by use of the crucible we process ..., ..,........ _ Mn nn AD 1R176.9 Pump Station 7, 7A & 10 RahablRitatim SECTION 16170 - GROUNDING AND BONDING PA TJ —G9 ER61- 1.01 THE REQUIREMENT A. The Contractor shall furnish and install grounding systems complete in accordance with the minimum requirements established by Article 250 of the latest version of the NEC. Article 250 of the NEC shall be considered as a minimum requirement for compliance with this Specification. B. Grounding of all instrumentation and control systems shall be furnished and installed in Grounding of Sensitive Electronic Equipment. Conflicts shall be praccordance with the manufacturer/system requirements and IEEE 1100-92, powering and attention of the Engineer. omptly brought to the C. In addition to the NEC requirements, building structural steel columns shall be permanently and effectively grounded: D. Reference Section 16000, BASIC ELECTRICAL REQUIREMENTS. 1.02 TESTING A. All tests shall be performed in accordance with the requirements of the General Conditions and Division 1. The following tests are required: Field testing shall be done in accordance with the requirements specified in the General Conditions, Division 1, and Section 16000, BASIC ELECTRICAL REQUIREMENTS. 1.03 SUBMITTALS A. In accordance with the procedures and requirements set forth in the General Conditions and Section 01300, SUBMITTALS, the Contractor shall obtain from the equipment manufacturer and submit the following: 1 • Shop Drawings 2• Reports of certified field tests. Each submittal shall be identified by the applicable Specification section. 1.04 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipments compliance with the Contract Documents. B. Partial, incomplete, or illegible submittals will be returned to the Contractor without review for resubmittal. U.•US03916770.doc /12.22-03 161 ip-1 Pimp Slatlorr 7, 7A 6 10 RehaWlHatiQn F. When indicated height would place any of the equipment at an unsuitable location such as at a molding or break in wall finish, the Engineer shall determine final location. G. For the below -named items mounting heights from finish floor, or finish grade to top is applicable. Mounting heights shall be as follows, unless otherwise specified herein, indicated on the Drawings, or required by the Americans with Disability Act (ADA): Single -pole light switches, 48 inches. 2. Duplex receptacles in dry office areas, 18 inches 3. Duplex receptacles in pump rooms or other equipment work areas, 48 inches 3.02 CIRCUITING A. Convenience receptacles shall be grouped on circuits separate from the lighting circuits. A maximum of eight (4) convenience outlets are permitted per 20A, 120V circuit. 3.03 PAINTING A. The exteriors of the outlet boxes shall be painted in accordance with Section 09900 and as follows: 1. All metal surfaces of the outlet boxes shall be thoroughly cleaned and given one prime coat of zinc chromate primer. All interior surfaces shall then be given one shop finishing coat of a lacquer of the nitro-cellulose enamel variety. All exterior surfaces shall be giventhree coats of the same lacquer. 2. Prior to final completion of the work, all metal surfaces of the equipment shall be cleaned thoroughly, and all scratches and abrasions shall be retouched with the same lacquer as used for shop finishing coats. - END OF SECTION - U.US03BJ$41.doc112-22-03 1641-5 Pump Station 7, 7A & 10 Rehabilits6on 2. Convenience Receptacles 20 A,120-250 VAC, 2 wire, 3 pole equivalent to Crouse Hinds Cat. No. CPS152-201, Appleton No. CPE1-2375, or equal. E. Plugs for hazardous and non -hazardous receptacles shall be provided: One mating plug of the same or better grade for each 10 convenience receptacles, minimum of 2 each. 2. Plugs and respective cable shall be provided for equipment furnished under other Divisions (steam cleaners, welders, etc.) as necessary. 2.03 DEVICE PLATES A. Wall plates with gaskets for flush -mounted receptacles and switches shall be made of Type 304 stainless steel, not less than 0.040 of an inch thick, with beveled edges and milled on the rear so as to Ile flat against the wall. Wall plates shall be equivalent to Hubbell series 9600, Pass & Seymour series 93000, or equal. B. Device plates for weatherproof and watertight installations shall be TAYMAC NO.40110, Appleton Type FSR, or Crouse -Hinds #DS185 for wall switches and TAYMAC No. 10310, Appleton Type FSK, or Crouse -Hinds #WLDRD, or equal, for convenience receptacles. 2.04 PLUGS A. The Contractor shall furnish suitable plugs with equipment furnished under the respective Contract. Plugs shall be black rubber or plastic. For waterproof receptacles, the plugs shall be similar in construction to the receptacles and shall be encased in corrosion resistant yellow housing provided with clamping nuts and stuffing gland cable outlets. PART 3 - EXEQUTIO 3.01 INSTALLATION A. Switch boxes shall be of unit construction and of sizes as required to adequately house the number of switches required. No sectional type switch boxes shall be permitted. B. Where more than one switch occurs at one point, gang plates shall be used. C. All device plates shall be set true and plumb, and shall fit tightly against the finished wall surfaces and outlet boxes. D. All devices shall be flush -mounted in finished areas, unless otherwise noted. The Contractor shall determine the proper position of every outlet, and relocate any outlet without additional cost to the Owner if same is incorrectly or improperly located. The Engineer reserves the right to change the location of any outlet or connecting equipment up to the time of roughing in without additional cost to the Owner, provided conduit runs are not increased by more than 10 feet. E. In all areas where thermal or acoustic insulation is applied to the ceiling or walls, outlet boxes shall be set to finish flush with the finished surface of the insulation. U:US0381641.doc/12-22-03 1641-4 Pump Stat/on 7. 7A & 10 Rehabilitation 2. Wait Switches, Double Pole, 20 A, 120V equivalent to Hubbell No. 1222, Pass & Seymour No. 20AC2, or equal. Switches rated 30 A, 120/277V shall be Leviton 3032, or equal. 3. Wail Switches, Three Way 20 A, 120V rated equivalent to Hubbell No.1223, Pass & Seymour No. 20AC3, or equal. Switches rated 30 A, 120/277V shall be Leviton 3033, or equal. 4. Convenience Receptacles 20 A,125V, duplex polarized with grounding connection equivalent to Hubbell No. 5362, Pass & Seymour, No. 5362, or equal. B. Special Purpose Receptacles shall be rated to carry, at least where required the full load amperes and voltage of the unit connected thereto. These receptacles shall be provided with grounding poles and shall be equivalent to the following: 1. Hubbell Cat. No. 9430, Pass & Seymour No. 5740, or equal, for 30A, 208Y/120V, 3-phase service. 2. Hubbell Cat. No. 9450, Pass & Seymour No. 5750, or equal, for 50A, 208Y/120V, 3-phase service. 3. Hubbell Cat. No. 9460, Pass & Seymour No. 5760, or equal, for 60A, 206Y/120V, 3-phase service. 4. Hubbell Cat. No. 9330, Pass & Seymour No. 5930, or equal, for 30A, 208V, single-phase service. 5. Hubbell Cat. No. 9315, Pass & Seymour equivalent, or equal, for 30A, 277V, single-phase service. 6. Hubbell Cat. No. 23CM10, or equal, for 20A, single,125V, polarized with grounding connection, twist lock type. Matching plug shall be Hubbell Cat. No. 23CM11, or equal. 7. Hubbell Cat. No. GF-5362, or equal, for 20A, 120V, duplex, ground fault circuit interrupting type. 8. Crouse -Hinds "Arktite" Series, 30A, 3P, 600 Volt, twist lock, weatherproof, power receptacle and box with matching plug. C. Ground fault circuit interrupter receptacles shall also be furnished and installed as specified herein, indicated on the Drawings, and required by the NEC. D. For hazardous areas the following shall be provided: 1. Wall Switches, single pole, 20A, 120V equivalent to Crouse Hinds Cat. No. EFD3691 or EFDC3591(as required); Appleton No. EDS175F1 or EDSC175F1, or equal. D. Parts shall be completely identified with a numerical system to facilitate parts inventory control and stocking. Each part shall be properly identified by a separate number. Those parts which are identical for more than one size shall have the same parts number. 1.05 IDENTIFICATION A. Each switch and receptacle shall be identified with the equipment item number, manufacturer's name or trademark, and such other information as the manufacturer may consider necessary, or as specified, for complete identification. PA -- P QD 2.01 MANUFACTURERS A. The equipment covered by these Specifications is intended to be standard equipment of proven performance as manufactured by reputable concerns. Equipment shall be designed, constructed and installed in accordance with the best practices of the trade, and shall operate satisfactorily when installed as shown on the Drawings. B. The Contractor shall use the products of a single manufacturer for each type of wiring device. C. The Contractor shall use the products of a single manufacturer for all device plates. Plate variations are allowed for the following devices: 1. Where the selected plate manufacturer does not manufacture a suitable finish plate. 2. For heavy-duty receptacles rated at more than 30A. 3. Where non-standard plates are required, specified, or shown. D. The Contractor shall furnish and install all wiring devices and device plates. Wiring devices as listed herein are intended to indicate type, function, and quality of the products. E. The receptacles, switches, device plates, and other appurtenances shall comply with the requirements of these Specifications. Receptacles installed In toilet, locker, and bathrooms shall be of ground fault interrupter type to meet the minimum NEC requirements. F. The Contractor shall provide specification grade devices which shall be as manufactured by Appleton, Crouse -Hinds, Leviton, Harvey Hubbell Co., General Electric Company, Bryant Electric Company, Pass & Seymour, or equal. 2.02 WIRING DEVICES A. Wiring devices shall be in accordance with the following for nonhazardous areas: �. Wall Switches, Single Pole, 20 A, 120V equivalent to Hubbell No. 1221, Pass & Seymour No. 20AC2, or equal. Switches rated 30 A, 120/277V shall be Leviton 3031, or equal. UWSM1841.doc112-22-03 1641-2 Pump Station 7. 7A a 1n Rphahmf t;nn SECTION 16141 - WIRING DEVICES RT --GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish and install all switches and receptacles for lighting and miscellaneous power applications of the type and at the locations as specified herein and as shown on the Drawings. B. All switches and receptacles shall be furnished and installed in outlet boxes as specified in Section 16130, BOXES, of the Specifications. C. Reference Section 16000, BASIC ELECTRICAL REQUIREMENTS. 1.02 SUBMITTALS A. In accordance with the procedures and requirements set forth in the General Conditions and Section 01300, SUBMITTALS, the Contractor shall obtain from the equipment manufacturer and submit shop drawings. Each submittal shall be identified by the applicable Specification section. 1.03 SHOP DRAWINGS A. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipments compliance with the Contract Documents. B. Partial, incomplete, or illegible submittals will be returned to the Contractor without review for resubmittal. C. Shop drawings shall include, but not be limited to: 1. Equipment specifications and product data sheets identifying all materials used and methods of fabrication. 1.04 TOOLS, SUPPLIES, AND SPARE PARTS A. The switches and receptacles shall be furnished with all special tools necessary to disassemble, service, repair, and adjust the equipment and all spare parts as recommended by the equipment manufacturer. B. The Contractor shall furnish 10% (minimum of 1) spare of each receptacle, switch, and plug furnished and installed for this project. C. Spare parts lists, included with the shop drawing submittal, shall indicate speck sizes, quantities, and part numbers of the items to be furnished. Terms such as 111 lot of packing material" are not acceptable. o.....„ CS-9— 7 7A R in Rahnhilihatinn Permitted for securing boxes to concrete. Sidewalk -type boxes shall be cast into concrete structures and shall be flush with concrete services after installation. 2. Where control wires must be interconnected in a junction box, terminal boards, consisting of an adequate number of screw type terminals shall be installed. Terminal board current carrying parts must be of ample capacity to carry the full load current of the circuits connected. Approximately 20 percent of the total amount of terminals provided shall consist of spare terminals. Terminals shall be lettered and/or numbered to conform to the wiring diagrams. 3. All junction boxes and pull boxes shall have identifying nameplates attached, which when Installed on sidewalk type boxes shall not extend above the surrounding concrete slabs. All boxes shall be indicated and identified on the as -built drawings. - END OF SECTION - U:US03818130.doc /12-22-03 16130.4 Pump Station 7, iA d 10 kehabll/tatiav► 3. For outdoor and indoor wet process area use, NEMA 4X junction and pull boxes shall be provided. Boxes shall be equipped with neoprene gasketed covers which have been crossed ribbed and checkered. Boxes shall be provided with removable flanges and covers to permit replacement without disturbing the box or conduit system. Stainless steel cover screws are required. Boxes shall match the conduit to which attached. E. Galvanizing 1. The inside and outside surface of the boxes and covers shall be hot dipped or electro-galvanized after fabrication. F. Box Sizes The minimum size of boxes shall be according to the NEC. No box shall be filled to more than 40% of capacity. G. Barriers 1. Galvanized steel or aluminum barriers shall be provided in junction or pull boxes to isolate conductors of different voltages and functions. isolation shall be provided between the following groups: a. Power (480 and 120 volts) b. Control wiring C. Instrumentation wiring (twisted, shielded pairs or triads) ART 3 -- F.XECUTION 3.01 INSTALLATION A. Outlet Boxes All outlet boxes required for supporting lighting fixtures shall be provided with fixture studs of sizes suitable for supporting the weight of the fixtures connected thereto. Fixture studs shall not be less than 3/8 inches in diameters and f shall back of be either integral with the box or of the type which is inserted and supported the box. In no case will the support of a fixture be dependent upon bolts holding the stud to the box. 2. Outlet boxes for concealed work shall be arranged and located so that tile, where required, may be cut in straight lines to fit closely around the boxes, and so placed that the cover or device plate shall fit flush to the finished wall surface. B. Junction and Pull Boxes All junction boxes and pull boxes shall be solidly attached to structural members prior to installation of conduit and set true and plumb. Wooden plugs are not U.US03816130.doc /12-22-03 16130-3 pump Station 7, 7A & 10 Rehabilitation CRY of Tamarac PART 2—,PR�M 2.01 MANUFACTURERS A. The equipment covered by this Specification is intended to be standard equipment of proven performance as manufactured by reputable concerns. Equipment shall be designed, constructed, and installed in accordance with the best practices of the trade, and shall operate satisfactorily when installed as shown on the Drawings. 2.02 PULL, JUNCTION, AND OUTLET BOXES A. Exposed Indoor Wet Process and Outdoor Areas Exposed outlet boxes and junction boxes for outdoor and indoor wet process areas used for lighting fixtures, switches, and receptacles shall be of cast, rust -resisting metal provided with rubber or neoprene gasketed covers of similar metal. The completed units shall be of NEMA 4X construction and of ample size to house the required devices. B. Concealed Outlet boxes for concealed work shall be a minimum of 4 inches square and 2 inches deep consisting of zinc coated pressed steel provided with knockouts for the conduit required. Boxes shall be provided with approved covers or plastic rings where necessary. .2. Boxes for housing receptacles, switches and similar devices shall be of the deep type. C. Indoors Pull and junction boxes for indoor exposed use in dry locations shall be galvanized sheet steel with neoprene gasketed screwed -on covers and of all welded construction. D. Misoellaneous 1. The Contractor shall furnish and install enclosures for housing interfacing and transition equipment, or other equipment requiring an enclosure. The Contractor shall be responsible for mounting the enclosure, The enclosures shall be a low Profile type, weatherproof, lockable and securely mounted to a concrete support Pad, using anchoring devices by Unistrut, Kendorf, or equal. The enclosures shall be furnished and installed in complete compliance with the NEC and with all state and local codes. The.enclosure shall be finished with light grey epoxy paint and shall be a Hoffman single door enclosure, or approved equal. 2. All welded, galvanized, sheet steel boxes with neoprene gasketed screwed -on covers may be used outdoors in non -hazardous areas only where specked herein or indicated on the Drawings, U.'US03B16130.doc 112-22-03 16130-2 Pump Station 7, 7A & 10 Rehabilitation SECTION 16130 - BOXES ART 1 -- L 1.01 THE REQUIREMENT A. The Contractor shall furnish all labor, materiels, tools and equipment necessary for furnishing, installing, connecting, testing and placing into satisfactory operation all pull, junction and outlet boxes for power, lighting and control as required for a complete electrical Installation as shown on the Drawings and specified herein. B. Coordination 1. The Contractor shall review installation procedures under other Divisions and coordinate them with the Work specified herein. 2. The Contractor shall notify others in advance of the installation of the Work included herein to provide them with sufficient time for the installation and coordination of interrelated items that are included in the Contract and that must be installed in conjunction with the Work included in this Division. C. Boxes shall conform to all applicable Federal, UL and NEMA standards. Materials and components shall be new and conform to grades, qualities and standards as specified herein and shown on the Drawings. D. Reference Section 16000, BASIC ELECTRICAL REQUIREMENTS. 1,02 SUBMITTALS In accordance with the procedures and requirements set forth in the General Conditions and Section 01300, SUBMITTALS, the Contractor shall obtain from the equipment manufacturer(s) and submit shop drawings 1.03 SHOP DRAWINGS A, Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's compliance with the Contract Documents. Each submittal shall be identified by the applicable Specification section. B. Partial, incomplete or illegible Submittals will be returned to the Contractor without review for resubmittal. C. Shop drawings shall include but not be limited to: 1. Material specifications and product data sheets identifying all materials used and methods of fabrication. 2. Complete assembly, layout, and .installation drawings for each box with clearly marked dimensions. idn nn ne 494*dL4 A„mn StmHnn 7. 7A A 10 Rehahilltatlon 4. Round compact units, spiral configuration. S. U.L. listed. Custom wire assembly. B. Assemblies are identified as QP-10, 20... up to 100 maximum. Example: Where QP-20 is shown it supercedes the count if 16 No. 14 are shown. P RT A - EXEC TION 3.01 INSTALLATION A. All conductors shall be carefully handled to avoid kinks or damage to insulation. B. Lubrications shall be used to facilitate wire pulling. Lubricants shall be U.L. listed for use with the insulation specified. C. Shielded instrumentation wire shall be installed from terminal to terminal with no splicing at any intermediate point. D. Shielded instrumentation wire shall be installed In rigid steel conduit. Instrumentation cables shall be separated from control cables in pullboxes. E. Shielding on instrumentation wire shall be grounded at the transmitter end only, as directed by the supplier of the instrumentation equipment. F. Wire and cable connections to terminals, splices, and taps shall be made with compression connectors. Connections of insulated conductors shall be Insulated and covered. All connections shall be made using materials and installation methods in accordance with instructions and recommendations of the manufacturer of the particular Item of wire and cable. The conductivity of all completed connections shall be not less than that of the uncut conductor. The insulation resistance of all completed connections of insulated conductors shall be not less than that of the uncut conductor. G. AI) wire and cable shall be continuous and without splices between points of connection to equipment terminals, except a splice will be permitted by the ENGINEER if the length required between the points of connection exceeds the greatest standard shipping length available from the manufacturer specified or approved by the ENGINEER as the manufacturer of the particular item of wire and cable. H. Steel fish tapes and/or steel pulling cables shall not be used in PVC conduit runs. 3.02 TESTS A. All 600 volt wire insulation shall be tested with a megohm meter after installation. Tests shall be made at not less than 1,000 VDC. - END OF SECTION - U:US03B18120.d0c112-22.03 16120-4 Pump Station 7, 7A & 10 RehablUtadon D. Shields 1. Aluminum Mylar tape shields with finned copper drain wire shall be applied over the individually twisted pairs prior to placement of the cable jacket. Another aluminum/Mylar tape with tinned copper drain wire shall be applied over the assembled pairs prior to placement of the cable jacket. Grounding of shields shall be according to equipment manufacturer's recommendations. 2. The conductors shall be tested after installation and insulation must be in compliance with the manufacturer's equipment. 2.03 MULTI -CONDUCTOR SHIELDED POWER CABLE TYPE " F A. Multi -conductor shielded power cable shall be suitable for installation in wet or dry locations and in cable trays, and it shall be U.L. listed, 600 volts. B. The cable shall meet: U.L. Standard 83(62) U.L. Standard 1277 and N.E.C. Articles 310, 318 and 340. C. The conductors shall be bare soft copper per ASTM 83. Number and sizes of conductors as indicated on the Drawings. Conductors shall be stranded. D. Conductors shall be THW type wire. E. The taped core shall be covered with a shielded 5 mil thick copper tape corrugated, applied longitudinally with a tinned copperdrain wire. P. Each cable shall have a 90 degree C rated PVC jacket over the tape assembly. The jacket shall be abrasion, moisture, oil and chemical resistant and highly flame retardant. G. The conductors shall be meggered after installation and insulation must be in compliance with the Insulated Power Cable Engineers Association Minimum Values of Insulation Resistance. H. Shields shall be grounded at all splice and termination points. The cable shall be manufactured by Tamaqua Cable Products Corporation or equal. 2.05 CONTROL WIRING A. All control wiring of 10 or more No. 14 shall be preassembied as manufactured by Clifford of Vermont, Inc., Quick Pull, meeting the following requirements: 1. No. 14 Standed Copper THHN, 600 volt. 2. Each conductor numbered every 1-112 inches. 3. Sequential footage tape. U.003B 16120.doo 112-22-03 16120-3 pump Station 7, 7A & 10 Rehabilitation Conductors shall be stranded and shall be of annealed, 98 percent conductivity, soft drawn copper conductors. 2. All wire shall be brought to the job in unbroken packages and shall bear the date of manufacturing; not older than 12 months. 3. In all but Dry locations, type of wire shall be THW or XHHW rated 75 degrees C suitable for wet locations except where required otherwise by the drawings. 4. In dry locations, Type THWN shall be as manufactured by the Hi -Tech Company, Rome Cable Corporation, The Okonite Company or approved equal. 5. No wire smaller than No. 12 gauge shall be used unless specifically indicated. 6. All conductors shall be meggered after installation and insulation must be in compliance with the Insulated Power Cable Engineers Association Minimum Values of Insulation Resistance. 7. Type XHHW shall be cross -linked polyethylene (XLP); as manufactured by the Hi. Tech Company, Rome Cable Corporation, The Okonite Company or approved equal. ,2,02 INSTRUMENTATION CABLE TYPE "B" A. Gen2ral: The instrumentation cable shall consist of single or multiple shielded twisted Pairs with 600 volt insulation and a 105 degree C rating. The individual twisted pair of a multi -pair cable shall consist of copper conductors with an ethylene -propylene insulation, #16 AWG tinned stranded copper drain wire and an overall aluminum / Mylar sheath. For the multiple pair cable assembly, a #16 AWG overall tinned copper stranded drain wire shall be provided together with an overall aluminum Mylar shield and a chloro- sulfonated polyethylene compound jacket. The cable shall be flame retardant. B. Insulation Pair conductors shall be insulated with a heat, moisture, flame and chemically resistant mechanically nagged ethylene -propylene insulating compound. The Insulation thickness shall be as follows: 6WG Minimum Insulation I:biickness #16 45 mils 2. Conductors shall be tin coated stranded copper ASTM B-33 and B-8. C. Jacket: Overall cable jacket shall be chloro-sulfonated polyethylene compound, exceeding the requirements of ICEA S-10-81. The cable shall be suitable for installation in cable tray, conduit in wet or dry location, and shall meet IPCEA Standards. U: USM16120.doc f12-22-03 16120-2 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac SECTION 16120 - WIRES AND CABLES - :1;Mq 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions, and Division 1 Specification Sections, apply to work of this Section. Other Specification Sections related to work specified in this Section are as follows: 1. Electrical General Provisions 1.02 SUMMARY OF WORK A. Furnish, install and test all wire, cable, and appurtenances as shown on the Drawings and as hereinafter specified. 1.03 APPLICATIONS A. Wire for lighting and receptacle circuits above grade shall be Type THWN. All underground circuits shall be XHHW. B. Wire for all power and motor circuits shall. be Type XHHW, stranded. C. Single conductor wire for control, indication and metering shall be Type XHHW No. 14 AWG, stranded. D. Multi -conductor control cable shall be No. 14 AWG, stranded. E. Wire for process instrumentation shall be shielded pairs or shielded triads, No. 16 AWG, stranded, as noted on the Drawings. F. Except for control and signal leads, no conductor smaller than No. 12 AWG shall be used. 1.04 SUBMITTALS A. Samples of proposed wire and cable shall be submitted for approval. Each sample shall have the size, type of insulation and voltage stenciled on the jacket. B. Approved samples will be sent to the project location for comparison by the Resident ENGINEER with the wire actually installed. C. Installed, unapproved wire shall be removed and replaced at no additional cost to the CITY. 2 - PRODUCTS 2.01 Power Wiring A. Cable rated for 600 volts shall meet the requirements below: ,,.# o0A*049W3/1 .a.,,. i40_77..111 16120-1 pump Station 7, 7A & 10 Rehabilitation located in process areas requiring NEMA 4X integrity. This specified requirement for "Meyers" hubs does not apply to any area of the plant facilities where NEMA 4X integrity is not required. AM. The use of two (2) lockouts and a grounding bushing shall be required at all conduit terminations where hub type fittings are not required; such as electrical rooms, control rooms, and office areas. AN. Conduit installation shall be arranged to minimize cleaning. No horizontal runs of conduit will be permitted in brick or masonry walls. AO. Install non-metallic conduits in accordance with manufacturer's instructions where specified herein or indicated on the Drawings, AP. Join non-metallic conduit using cement as recommended by the manufacturer. Clean and wipe non-metallic conduit dry before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for twenty (20) minutes (minimum). AQ. Painting shall be as specified in Section 09900, PAINTING. - END OF SECTION - U:uS03B1610 112-22-as .&,n_a _ . AA. All conduit extending through the floor behind panels or into control centers or similar equipment shall be PVC coated rigid steel conduit and shall extend a minimum of 6 inches above the floor elevations, where practicable, with no couplings at floor elevations. AS, All conduits in the earth outside of the structure shall be concrete encased as specified herein and indicated on the Drawings. Joints in conduit shall be staggered so as not to occur side by side. Rigid non-metallic (PVC) conduit shall be connected to PVC coated rigid steel conduit at the point where it leaves the ground, with the transition to metal conduit occurring inside the concrete encasement. AC. Conduits stubbed up through concrete floors for connections to freestanding equipment and for future equipment shall be provided with an adjustable top or coupling threaded Inside for plugs, set flush with the finished floor. Wiring shall be extended in rigid metal conduit to equipment except that, where required, flexible metal conduit may be used 6 inches above the floor. Screwdriver operated threaded flush plugs shall be installed in conduits from which no equipment connections are made. AD. The Contractor shall install conduit entering or leaving NEC Article 500 hazardous areas with conduit seals. AE. Where outlets are shown near identified equipment furnished by this or other Contractors, it is the intent of the Specifications and Drawings that the outlet be located at the equipment to be served. The Contractor shall coordinate the location of these outlets to be near the final location of the equipment served whether placed correctly or incorrectly on the Drawings. Changes in outlet locations required to serve the equipment furnished by other Contractors on the Project shall be brought to the attention of the Engineer. AF. Conduit shall be protected immediately after. installation by installing flat non -corrosive metallic discs and steel bushings, designed for this purpose, at each end. Discs shall not be removed until it is necessary to clean the conduit and install the conductors. Before the conductors are installed, insulated bushings shall be installed at each end of the conduit. AG. -Where "all -thread" -nipples are used=between fittings and: -electrical equipment, -they shall be so Installed that no threads are exposed. AH. Connections from rigid conduit to motors and other vibrating equipment, limit switches, solenoid valves, level controls, and similar equipment, shall be made with short lengths of liquid tight flexible metal conduit. These conduits shall be installed In accordance with the NEC and shall be furnished and installed with appropriate connectors with devices which will provide an excellent electrical connection between the equipment and the rigid conduit for the flow of ground current. Flexible metal conduit and liquid -tight flexible metal conduit length shall be five feet (5 feet), maximum. Al. Flexible metal conduit installed between rigid metal conduit and motor terminal box and/or any other apparatus shall have a green insulated grounding conductor running through flexible conduit. This conductor shall be terminated to the nearest pull box, motor terminal box, or any other apparatus ground terminal. AJ. All threaded ends of conduits shall be coated with an approved conducting compound as manufactured by Thomas & Betts, or equal prior to making up the joint. AK. Conduits passing through sleeves in interior walls and floors shall be tightly caulked. AL, Weatherproof, insulated throat "Meyers" hubs shall be used on all conduit entries to boxes and devices without integral hubs in process areas to maintain NEMA 4X integrity. The Contractor shall furnish and install "Meyers" hubs on all conduit entries into non -cast enclosures such as metallic or non-metallic control panels, control component enclosures, wireways, pull boxes, junction boxes, control stations, and similar type equipment when this type of equipment is .••.. ..... n. _.e_._ � •Ne a •n �_L..Lt/H�+.•�+ U. Each piece of conduit installed shall be free from blisters or other defects. Each pied installed Shall be cut square, taper reamed, and a coat of sealing compound applied to threads. Threads on conduits shall be painted with a conducting compound prior to making up in a fitting. Conduit connections shall be made with standard coupling and the ends of the conduit shall butt tightly into the couplings. In exposed work only, where standard coupling cannot be used, only Erickson couplings are permitted, or as otherwise acceptable to the Engineer. V. Conduit threaded in the field shall be of standard sizes and lengths. W. Unless otherwise specified herein, indicated on the Drawings, or required by the NEC, conduit shall be supported every 8 feet and shall be installed parallel with or perpendicular to walls, structural members, or intersections of vertical planes and ceilings with right angle turns consisting of fittings or symmetrical bends. Conduits shall be supported within 1 foot of all changes in direction. Supports shall be approved pipe straps, wail brackets, hangers or ceiling trapeze. Perforated strap hangers shall not be used. In no case shall conduit be supported or fb fastened to another pipe or installed to prevent the removal of other Fastenings shall be by expansion bolts on concrete; by machine f othe , welded pipe r repairs. ceded studs, or spring -tension damps on steel work Explosive -drive equipment may be used to make connections where the use of this equipment complies with safety regulations Wooden Plugs inserted In masonry and the use of nails as fastening media are prohibited. Threaded C- lamps may be used on rigid steel conduit only. Conduits or pipe straps shall not be welded to steel. X. The bad applied to fasteners shall not exceed 1/4 of the proof test load. Fasteners attached to concrete ceilings shall be vibration and shock resistant Hales cut to a depth of more than 1- 1/2 Indies in reinforced concrete beams or to a depth of more than 3/4 inch in concrete joints shall not cut the main reinforcing bars. Holes not used shall be filled. Spring steel fasteners may only be used to support lighting branch circuit conduits to structural steel members. ram:: Conduits shall be fastened to all sheet metal boxes and cabinets with two (2) locknuts where required by the National Electrical Code to insure adequate bonding for grounding. Where insulated bushings are used, or where bushings cannot be secured firmly to the box or enclosure, a bonding jumper shall be installed to maintain suitable grounding continuity. 1-ocknuts shall be the type with sharp edges for digging into the wall of metal enclosures. Bushings shall be installed on the ends of all conduits and shall be of the insulating type where required by the National Electrical Code. Y. Conduit installed in concrete floor slabs or walls shall be located so as not to affect the designed structural strength of the slabs. Conduit shall be installed within the middle once -third of the concrete slab except where necessary to not disturb the reinforcement. The outside diameter of conduit shall not exceed one-third of the slab thickness, and conduits shall be spaced no closer than three (3) diameters except at cabinet locations. Curved portions of bends shall not be visible above the finish slab. Where embedded conduits cross expansion joints, suitable watertight expansion fittings and bonding jumpers shall be provided. Conduit larger than 14nch trade size shall be parallel with or at right angles to the main reinforcement. When at right angles to the reinforcement, the conduit shall be dose to one of the supports of the slab. Conduits shall not be stacked more than two (2) diameters high in floor slabs. Z. Install polyvinyl chloride (PVC) coated steel conduits when entering or exiting concrete. Extend stub -ups at least 12 inches above and below grade or finish floor. Conduits extending through the concrete floor shall be installed using straight runs (for vertical penetrations) or factory elbows (for conduits installed within the slab) of PVC coated rigid steel conduit. U.7US03B1610*/12-22-03 1610-6 Pump Station 7, 7A d 10 Rehabilitation E. A three (3) inch wide warning tape, Yellow with black stenciled letters "CAUTION - CAUTION - CAUTION ELECTRICAL LINE BURIED BELOW' shall be installed at least 18 inches above, and along the entire length of all underground conduit. F. No wire shall be pulled until the conduit system is complete in all details, or in the case of concealed work, until all rough plastering or masonry has been completed. G. The ends of all conduits shall be tightly plugged to exclude dust and moisture while the buildings are under construction. H. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduit shall be run perfectly straight and true. I. No unbroken run shall exceed 500 feet in length. This length shall be reduced by 75 feet for each 90 degree elbow. air-conditioned equipment in rooms shall be filled J. The ends of sliwith terminating In closed cell foam panels, F Filling shall be d,ona after the cable has been pulled in order to prevent moisture in the terminating enclosure. K. Conduit stub outs for future construction shall be provided with threaded PVC end caps at each end. L. Galvanized steel conduit entering manholes and below grade pull boxes shall be terminated with grounding type bushings and connected to a _" x 10' ground rod with a '#6 bare copper wire. M. All field cut threads on galvanized steel conduit shall be cleaned and painted with zinc -rich paint before installing. N. All conduits terminating through concrete shall be hot -dipped galvanized steel and painted with biturnastic from 6 Inches below to 6 inches above slab. 0. Unless otherwise specified herein or indicated on the Drawings, the minimum size conduit shall be 3/4 Inch. P. Conduit home runs for some lighting circuits are not necessarily indicated on the Drawings; however, the circuit numbers are shown. Conduit shall be furnished and installed for these lighting circuits and shall be installed as required to suit field conditions, subject to review and acceptance by the Engineer. Q. Conduit shallbeinstalled concealed� unlconcealing is not practical,erwise rrator specified. Conduit may the din:ch'or► of the Engineer. run exposed only R. Where exposed, maintain a minimum distance of 6 inches from parallel runs of flues or water pipes. Conduit runs shall be installed In such locations as to avoid steam or hot water pipes. A minimum separation of 12 inches shall be maintained where conduit crosses or parallels hot water or steam pipes. S. For floor mounted equipment, conduit may be run overhead and dropped down, where underfloor installation is not practical. Groups of conduits shall be uniformly spaced, where straight and at turns. Conduit shall be cut with a hacksaw or an approved conduUutting machine and pull boxes threading effect tfirm electrical conta� sin cconduit with approved couply fasten conduit to lil gs. junction and putt bo Conduits shall be freed from all obstructions. T. Empty conduit systems shall be furnished and installed as indicated on the Drawings and shall have pull wires insotal'ed. than 200 pounde pull wire hall tensbte strength.No. 14 �Not lessthan 12 inl, or of plastic ches of slack material, having n shall be left at each end of the pull wire. ... __.. _. _ +evn_A Puma station 7. 7A & 1 d Rehabilitation H. Conduit seals shall be Type EYS as manufactured by Crouse -Hinds, Appleton equivalent, or equal. Conduit wall seals shall be Type WSK as manufactured by the O.Z. Electrical Manufacturing Company, or approved equal. I. Steel elbows and couplings shall be hot -dipped galvanized. An extra 40 mil PVC protective coating shall be provided when used with PVC coated steel conduit. Joints shall be tapped. J. Electrical metallic tubing fittings shall be of the raintight, concrete -tight, steel compression type as manufactured by the Appleton Electric Company, Crouse -Hinds Company, or approved equal. K• Conduit hubs shall be as manufactured by Meyers Electric Products, Inc., Raco Division, Appleton Electric Company, or approved Equal. L. Combination expansion -deflection fittings shall be Type XD as manufactured by the Crouse - Hinds Company or approved equal. PART - Q E UTI N 3.01 INSTALLATION A. No conduit smaller than 1/2 inch electrical trade size shall be used, nor shall any have more than four (4) 90 degree bends in any one run. Pull boxes shall be provided as required or directed. Minimum size in floor slabs shall be 314 inch, 'B. All bends shall be made with standard factory conduit elbows or field bent elbows. Field bending of conduit shall be done using tools approved for the purpose. Heating of conduit to facilitate bending is prohibited. Field bends shall be not less than the same radius than a standard factory conduit elbow. Bends with kinks shall not be acceptable. The equivalent number of 90 degree bends in a single conduit run are limited to the following: Runs in excess of 300 feet: 0 Runs of 300 feet to 201 feet: 9 Runs of 200 feet to 101 feet: 2 Runs of 100 feet and less: 3 No more than three (3) 90 degree bends will be allowed in any one conduit run. Where more bends are necessary, a condulet or pull box shall be installed. All bends in 1/2-inch and 3/4-inch conduit shall be made with a conduit bender, and all larger sizes shall have machine bends. Joints in threaded conduit shall be made up watertight with the appropriate pipe thread sealant or compound applied to male threads only; and, all field joints shall be cut square, reamed smooth, and property threaded to receive couplings. No running threads are permitted. All conduit ends at switch and outlet boxes shall be fitted with an approved locknut and bushing forming an approved tight bond with box when screwed up tightly in place. C. An equipment grounding conductor sized per article 250-95 of the N.E.C. shall be installed in every raceway whether or not shown on the Drawings. D. All underground conduit shall be buried at least 24 inches below grade. All joints shall be sealed with plastic tape. U. US0381 i1 odc 112.22-03 1910-4 Puma i1AHnn 7 7d it 1A pnAnl,rrrs..u.,« B. Fittings used with flexible conduit shall be of the screw -in type as manufactured by the Thomas and Betts Company, Crouse -Hinds Company, or approved equal. 2.66 PVC COATED METALLIC CONDUIT A. PVC coated rigid steel conduit shall be famished and installed as specified herein and indicated on the Drawings. The product shall be rigid galvanized steel conduit covered with a bonded 40 mil (minimum) thickness PVC jacket and coated inside with urethane. The conduit shall comply with NEMA RN-1 and shall be "Plasti-Bond Red" as manufactured by Robroy Industries, "OCAL-Blue" as manufactured by Ocal, Inc., or equal. 2.07 FLEXIBLE COUPLINGS A. Flexible couplings shall be as manufactured by the Crouse -Hinds Company, Appleton Electric Company, or approved equal. 2.08 CONDUIT FITTINGS A. Fittings for rigid metal conduit, rigid nonmetallic conduit, flexible metal conduit, liquid -tight flexible metal conduit, and electrical metallic tubing shall conform to UL 467 and UL W as applicable. B. Finings for electrical metallic tubing shall be rain -tight and concrete -tight, conform to UL 467 and UL 514, as applicable, and shall be plated steel hexagonal threaded compression type. C. Set screw or Indentor type connectors shall not be used. Fittings for conduit installed in wet locations and underground shall provide a watertight joint. Fittings for rigid conduit shall be threaded. D. Fittings or bushings shall be installed in easily accessible locations. E. Where conduits pass through expansion joints, approved waterproof telescopic type expansion finings shall be used. Fittings shall be OZJGEDNEY Type AX watertight and permit a movement up to 4 inches and shall be equipped with approved bonding jumpers around or through each fitting. Bonding jumpers shall be Appleton, Crouse -Hinds, or equal. F. Conduit fittings Coondulets') shall be used on exposed conduit work for lighting and power outlets, convenience outlets, changes in direction of conduit runs and breaking around beams. "Condulets" shall be cast ferrous alloy, galvanized or cadmium plated, as manufactured by Crouse -Hinds, Killark, Appleton Company, or equal. Epoxy coated fittings and boxes shall be used with coated conduit in all chemically aggressive areas or where called for on the Drawings. Covers shall be of a design suitable for the purpose intended. In damp areas, the outside condulets shall be made watertight Install all condulets with the covers accessible. Use proper tools to assemble conduit system to prevent injury to the plastic covering. No damage to the covering shall be permitted. G. Conduit fittings shall be cast type of non-ferrous metal or malleable iron thoroughly coated inside and outside with metallic zinc or cadmium after all machining has been completed. Cast fittings shall be provided with heavy threaded hubs to fit the conduit required. Covers shall be of the same material as the fittings to which they are attached and shall be screwed on with rubber or neoprene gaskets between the covers and fittings. Cast fittings 1-1/2 inches and above shall be of the "mogul" type. Where cast fittings are used to house wiring devices such as receptacles and switches, they shall be of the "deep" type. U.US0381 i10dcf12-22-03 1810-3 Pump station 7, 7A & 10 Rehablittation City of Tamarac 1.05 SHOP DRAWINGS Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipments compliance with the contract Documents. Partial, incomplete, or illegible submittals will be returned to the Contractor without review for resubmittal. Shop drawings shall include but not be limited to equipment specifications and product data sheets identifying all materials used and methods of fabrication. -P S 2.01 RIGID METALIC CONDUIT A. Galvanized Rigid Conduit (ANSI C80.1: Rigid galvanized steel conduit "RGS" shall be U.L. approved, Schedule 40, mild steel pipe, hot -dipped galvanized on the inside and outside. Fittings shall be hot -dipped galvanized, U.L. approved. RGS conduit shall be manufactured by the Youngstown Sheet and Tube Company, Allied Tube and Conduit Corporation, Wheeling- Pittsburgh Steel Corporation, or approved equal. 2.02 -RIGID NONMETALIC.CONDUIT A. Underground PVC conduit shall be Schedule 80 unless otherwise noted, and shall be U.L. approved. PVC conduit shall be Schedule 80 when installed above ground. *PVC conduit shall be EB type when encased in concrete, except otherwise noted. PVC conduit shall be manufactured by Carlon, an Indian Head Company, Phillips Petroleum Company, Triangle Pipe and Tube Company, Inc., or approved equal. B. Fiber conduit shall be Type 1 as manufactured by the Flinc Kote Company or approved equal. -2.03 INTERMEDIATE METAL CONDUIT A. Intermediate metal conduit (IMC) shall be galvanized and UL listed, Installation of intermediate metal conduit shall be in accordance with Article 345 of the National Electrical Code and UL General Information Card #DYBY. IMC shall be installed only where specified herein or indicated on the Drawings. 2.04 ELECTRICAL METALLIC TUBING Not to be used on Sanitary Lift Station Projects in Tamarac. 2.05 LIQUIDTIGHT, FLEXIBLE METAL CONDUIT, COUPLINGS AND FITTINGS A. All flexible conduits shall be liquid tight, made of corrosion resistant plated steel with extruded polyvinyl covering and watertight connectors. At least two (2) feet .of liquid tight flexible conduit shall be used at connections of all motors, transformers, Instrumentation and other items of equipment where vibration is present. Liquid tight, flexible metal conduit shall be Sealtite, Type UA, manufactured by the Anaconda Metal Hose Division, Anaconda American Brass Company, American Flexible Conduit Company, Inc., Universal Metal Hose Company, or approved equal. U.•US0381 t1 odc 112-22-03 1010-2 Pump Station 7, 7A & 10 Rehabttltatlon SECTION 16110 - RACEWAYS R RAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General rkf �ainndSSupplementary tip leme�ryy Conditions, and Division 1 Specification Sections, apply to er Specification Sections related to work specified In this Section are as follows: 1. Electrical General Provisions 1.02 SUMMARY OF WORK A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. B. The Drawings indicate the general location of conduits both exposed and concealed; however, the Contractor shall install time conduits in such a manner to avoid all interference's. 1.03 APPLICATIONS A. Except where otherwise shown on the Drawings, or hereinafter specified, all exposed raceways shall be in rigid steel conduit, B. Rigid steel conduit shall be used at all locations (underground and within structures) as raceways for shielded process instrumentation wiring and shielded control wiring except where otherwise shown on the Drawings. C. Electrical metallic tubing or rigid steel conduit shall be used in administrative areas, laboratories, lunch rooms and similar dry, clean areas. Electrical metallic tubing shall not be used in process equipment rooms, chemical rooms, rooms below grade, concrete slabs in contact with earth or liquid, out-of-doors, hazardous, areas or for process instrumentation. D. Schedule 80 PVC shall be used underground, for power only, where concrete encasement is not called for. E. Schedule 80 PVC, or fiberglass conduit shall be used, for power only, in chemical rooms, chlorinator rooms, chlorine storage areas, aeration basins, primary clarifiers, and all corrosive areas. F. All conduit of a given type shall be the product of one manufacturer. G. Combination expansion -deflection fittings shall be used where exposed or embedded conduits cross structure expansion joints. H. Liquidtight flexible metal conduit (be �� 18" and 3 feet in length) shall vibration is present. All flexible �conduits shall shall use a r all motor terminations and other equipment bonding wire unless a ground wire is included. 1. Flexible couplings shall be used in hazardous locations for all motor terminations and other equipment where vibration is present. J. All signal wiring, analog or discrete, shall be in metallic conduit only. 1.04 SUBMITTALS In accordance with the procedures and requirements set forth in the General Conditions and Section 01300, SUBMITTALS, the Contractor shall obtain from the equipment manufacturer and submit shop drawings. Each submittal shall be identified by the applicable Specification section. 4A4n 4 Pumn Station 7. 7A & 10 Rehabilitation 3.02 EXCAVATION AND BACKFILLING A. The Contractor shall perform all excavation and backfiN required for the installation of all electrical work. All excavation and balling shall be in complete accordance with the applicable requirements of Division 2. 3.03 CORROSION PROTECTION A- Wherever dissimilar metals, except conduit and conduit fittings, coma into contact, the Contractor shall isolate these metals as required with neoprene washers, nine ctmil polyethylene tape, or gaskets. - END OF SECTION - U:U503818000, doc /1y_22..pg 16000-9 Pump Station 7, 7A 8 10 Rehabilitation 2.02 SUBSTITUTIONS A. Any reference in the Specifications or on the Drawings to any article, service, product, material, fixture, or the item of equipment by name, make, or catalog number shall be interpreted as establishing the type, function, and standard of quality and shall not be construed as limiting competition. The Contractor, in such cases may, at his option use any article, device, product, material, fixture, or item of equipment which in the judgment of the Engineer, expressed in writing, is equal to that specified. 2.03 CONCRETE A. The Contractor shall furnish all concrete required for the installation of all electrical work, Concrete shall be Class A unless otherwise specified, and in complete conformance with the applicable requirements of Division 3 of the Specifications. B. The Contractor shall provide concrete equipment pads for all free standing electrical apparatus and equipment located on floors or slabs that are either existing or provided by others. The Contractor shall provide all necessary anchor bolts, channel iron sills, etc. The exact location and dimensions shall be coordinated for each piece of equipment well in advance of the scheduled placing of thesepaPd its shalpbe enfodi�cad with hall bsteel wire mesh 4 inches high unless otherwise indicated on the Drawl g and shall have dowel rods inserted into the floor for anchorage. C:- The Contractor shall provide concrete foundations for all free standing electrical apparatus and equipment located outdoors or where floors or slabs are not existing or provided by others. The Contractor shall provide all necessary anchor bolts, channel iron sills, etc. The location and dimensions shall be coordinated for each piece of equipment well in advance of the scheduled placing of the foundations. Equipment foundations shall be constructed as detailed on the Drawings or if not detailed on to Drawings shall be 8 inches thick minimum reinforced with #4 bars atbe on the extremeeach of the equipment ibasepth. Concrete and be placed onshall extend 6 inches minimum y compacted .stone bed (#67 stone or ABC) 6 .inches thick minimum. D. Concrete and reinforcing steel shall meet the appropriate requirements of Division 3 of the Specifications. PAR — ) C I 3.01 CUTTING AND PATCHING A. Coordination The work shall be coordinated between all trades to avoid delays and unnecessary cutting, channeling and drilling. Sleeves shall be placed in concrete for passage of conduit wherever possible. B. Damage The Contractor shall perform all chasing, channeling, drilling and patching necessary to the proper execution of his Contract. Any damage to the building or any equipment shall be repaired by qualified mechanics of the trades involved at the Contractor's expense. If, in to Engineer's judgment, the repair of damaged equipment would not be satisfactory, then the Contractor shall replace damaged equipment at his own expense. lith VUS03B16000.dw M-22-03 16000-8 Pump Station 7, 7A it 1Q Reha m City of Tamaraoc 1.16 SERVICE AND METERING A. The Contractor shall coordinate with the electric utility company's requirements for Procurement of and installation location of the metering and service permanent power. equipment. The Contractor shall arrange for all inspections required for utility activation of temporary and 1.17 SIZE OF EQUIPMENT A. Investigate each space in the building through which equipment must pass to reach its final location. If necessary, the manufacturer shall be required to ship his material in sections sized to permit passing through such restricted areas in the building. B. The equipment shall be kept upright at all times. When equipment has to be tilted for ease Of Passage through restricted areas during transportation, the manufacturer shall be required to brace the equipment suitably, to Insure that the tilting does not impair the functional integrity of the equipment. 1.18 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of project Contract Drawings. When the project is complete, fumish a complete set of reproducible "as -built" drawings for the Project Record Documents. .PART 2 — PELQpUM 2.01 PRODUCT REQUIREMENTS A. =.Unless otherwise indicated, the materials to be provided under this Specification shall be i'the products of manufacturers regularly engaged in the Production of all such items and shall be the manufacturer's latest design. The products shall conform to the applicable standards of UL and NEMA, unless specified otherwise. International ElectrotechnicaI Commission (IEC) standards r n recognized. Equipment designed, manufactured, and labeled in compliance with IEC standards is not acceptable. 8. All items of the same type or ratings shall be identical. This shall be further understood to include products with the accessories indicated C. All equipment and materials shall be new, unless indicated or specified otherwise D. The Contractor shall submit proof if requested by the Engineer that the materials, appliances, equipment, or devices that he provides under this Contract meet the requirements of Underwriters Laboratories, Inc., in regard to fire and casualty hazards. The label of or listing by the Underwriters Laboratories, Inc., will be accepted as conforming to this requirement. v.'us03,916000.doc if2-2z-o3 16000.7 Pump Station 7, 7A b 10 Rehabilitation H. All transformers shall be Megohmmeter tested in accordance with the manufacturer's recommendations. 1.11 FIELD TEST OF EQUIPMENT A. The equipment to be tested shall include, but not be limited to, the following: • Panelboards • Lighting and Power Distribution Panelboards • Conduit System • Cable and Wire • Grounding System • General Purpose Dry Type Transformers. • Lighting Fixtures (Indoor and Outdoor). Refer to each specific specification section for detailed field tests. 1.12 FINAL FIELD TEST SYSTEM A. The Contractor shall complete the installation and testing of the electrical installation at least two (2) weeks prior to the start-up and testing of all other equipment. During the period between the completion of electrical installation and. the start-up and testing of all other equipment, the Contractor shall make all' components . of -the-. Work available as It is completed for their use in performing Preliminary and Final Field Tests. B. Before each test commences, the Contractor shall submit a detailed testprocedure, and also provide test engineer resume, manpower and scheduling information for the appi oval by the Engineer. In addition, the Contractor shall furnish detailed test procedures for any of his equipment required as part of the field tests of other systems. C. The Contractor shall perform an infrared inspection to locate and correct all heating problems associated with electrical equipment. The infrared inspection shall apply to existing and new equipment. 1.15 MATERIALS HANDLING A. Materials arriving on the job site shall be stored in such a manner as to keep material re or rust and dirt, and to keep material properly aligned and true to shape. Rusty, misaligned material shall be rejected. Electrical conduit shall be stored to provide protection from the weather and accidental damage. Rigid non-metallic conduit shall be stored on even supports and in locations not subject.to direct_ sun rays or excessive heat. Cables shall be sealed, stored, and handled carefully to avoid damage to the outer covering or insulation and damage from moisture and weather. Adequate protection shall be required at all times for electrical equipment and accessories until installed and accepted. Materials damaged during shipment, storage, installation, or testing shall be replaced or repaired in a manner meeting with the approval of the Engineer. The Contractor shall store equipment and materials in accordance with Section 01550, SITE ACCESS AND STORAGE. U USD3B]ti000.doc/i2-22-03 16000-6 pump Sts0on 7, 7A & 10 RehabUiW1 rm.,st......,e. 1.07 PERMITS AND INSPECTIONS A. The Contractor shall reference the General Conditions and Sectio WORK. n 01010, SUMMARY OF 1.08 TEMPORARY LIGHTING AND POWER A. The Contractor shall reference the General Conditions and Section 01510, TEMPORARY UTILITIES, 1.09 TESTS A. Upon completion of the installation, the Contractor shall perform tests for operation, load (Phase) balance overloads, and short circuits. Tests shall be made with and to the satisfaction of the Owner and Engineer. B. The Contractor shall perform all field tests and shall provide all labor, equipment, and incidentals required for testing and shall pay for electric power required for the tests. All defective material and workmanship disclosed shall be corrected by the Contractor at no cost to the Owner. The Contractor shall show by demonstration in service that all circuits and devices are in good operating condition. Test shall be such that each item of control equipment will function not less than five (5) times. C. The grounding system shall be tested to assure continuity and compliance with the requirement that ground resistances do not exceed 5 ohms when measured by a mehohmeter or equivalent device. Ground resistance measurements of each grounding electrode shall be taken and certified by the Contractor. Upon completion of the Project, the Contractor shall submit to the Engineer the measured ground resistance of each ground rod and grounding system, indicating the location of the rod and grounding system as well a the resistance and soil conditions at the time the measurements were made. Ground resistance measurements shall be made in normally dry weather not less than 48 hours after rainfall or irrigation sprinklers and with the ground under test isolated from other grounds. Ground resistance shall also be measured from each piece of equipment to the grounding electrode. Reference Section 16170 GROUNDING AND BONDING, for additional requirements. disconnected from the feeder, branches connected, branD. Each lighting and power distribution panelboard shall be tested with main circuit ch circuit breakers closed, breaker fixtures in place and permanently connected, lamps removed or omitted from the fixtures, and all wall switches closed. E. The Contractor shall furnish all equipment and personnel as required. F. Feeder circuits shall be tested with the feeder conductors disconnected from the supplied equipment. Each individual power circuit shall be tested at the panel or motor control center with the power equipment connected for proper operation. G. Megohmmeter tests of the insulation resistance of rotating machines and power feeders shall be conducted. The results will be accepted when the megger shows the Insulation resistance to be not less than one megohm per 100 volts megger. at 10degrees C using a 1,000-valt U: US03B 18000. doc /12-22-03 16000-5 Puap Stalton 7, 7A & 10 Reha&lltasa, C. Partial, incomplete or illegible submittals will be returned to the Contractor without review for resubmittal. D. Shop Drawings will be approved only to the extent of the information shown. Approval of an Rem of equipment shall not be construed to mean approval for components of that item for which Contractor has provided no information. E. Each submittal shall be complete in all respects, incorporating all information and data listed herein and all additional information required for evaluation of the proposed equipment's specification section. F. Each submittal shall be identified by the applicable specification section. 1.06 APPLICABLE CODES AND REQUIREMENTS A. Conformance 1. All work, equipment and materials furnished shall conform with the existing rules, requirements and specifications of: the Insurance Rating Organization having jurisdiction, the serving electrical utility company, the latest edition of the National Electrical Code (NEC), the National Electric Manufacturers Association (NEMA), the institute of Electrical and Electronic Engineers (IEEE), the Insulated Power Cable Engineers Association (IPCEA), the American Society of Testing Materials (ASTM), the American National Standards Institute (ANSI), the requirements of the Occupational Safety Hazards Act (OSHA), and all other applicable Federal, State and local laws and/or ordinances. bels of 2. All material and equipmentaalbear the nd equipment isinspection he calass inspected bynse d ters Laboratories, Inc., If the material laboratories. 3. All work shall be in accordance with local codes- B. Nonconformance 1 Any paragraph of requirements in these Specifications, or Drawings, deviating from the rules, requirements and Specifications of the above organizations shall be invalid and their (the above organizations) requirements shall hold precedent thereto. The Contractor shall be held responsible for adherence to all rules, requirements and specifications as set forth above. Any additional work or material necessary for adherence will not be allowed as an extra, but shall be included in the Bid Price. Ignorance of any rule, requirement, or Specification shall not be allowed as an excuse for nonconformity. Acceptance by the Engineer does not relieve the Contractor from the expense involved for the correction of any errors which may exist in the drawings submitted, or in the satisfactory operation of any equipment. 1aWLA pump Stadoh 7, 7A & 10 Rehabdifb furnishing such fittings, junction boxes, and accessories as may be required to meet such conditions. The Contractor shall refer to the entire Drawing set to verify openings, special surfaces, and location of other equipment, or other special equipment prior to roughing -in for panels, switches, and other outlets. The Contractor shall verify all equipment dimensions to insure that proposed equipment will fit properly in spaces indicated. 1.04 LOCAL CONDITIONS A. The Contractor shall examine the site and become familiar with conditions affecting the work. He shall investigate, determine, and verify locations of any overhead or buried utilities on or near the site, and shall determine such locations in conjunction with all public and/or private utility companies and with all authorities having iction. All costs, both temporary and permanent to connect all utilities, shall beu included ed in the Bid. The Contractor shall be responsible for scheduling and coordinating with the local utility for temporary and permanent services. B. In addition, the Contractor shall relocate all duct banks, lighting fixtures, receptacles, switches, boxes, and other electrical equipment as necessary to facilitate the Work included in this project at no additional cost to the Owner. 1.05 SUBMITTALS A. The Contractor shall submit to the Engineer Shop Drawings of all electrical materials, apparatus, appliances, equipment and miscellaneous devices shown or specified and shall be in accordance with the requirements of the General conditions and Section 01300, SUBMITTALS. B. Shop Drawings shall be sufficiently complete in detail to enable the Engineer to determine compliance with Contract requirements. Details and information shown shall include but are not necessarily limited to the following: 1. Performance characteristics. 2. Physical sizes. 3. Material and equipment specifications, and construction and methods of fabrication details. 4. Compliance with standards (e.g. UL, NEMA), rules, regulations, and codes. 5. Accessories. 5• Complete wiring diagrams showing circuit designations as shown on the Drawings. A complete wiring diagram shall be submitted for each controller fumished. 7. Complete product data sheets for all components of the speed equipment. 8. Electrical ratings (voltage, current, KVA, phase, etc.) 9• Weights of components parts and assembled unit weights. 10. Complete assembly, layout, and installation drawings with clearly marked dimensions. U: U503B1 t300p.d00 /1p_22-03 18000,3 Pump StaNm 7 7A li 10 Rehab/Iltatlon F. All materials, equipment, sizes and capacities of electrical equipment incorporated in the project shall conform to the latest requirements of the current National Electric Code, the National Electrical Manufacturers Association, the State and local electrical codes, and to applicable rules and regulations of the local electrical utility serving the project. G. All material and equipment must be the product of an established and reputable manufacturer. Materials must be new and of first class construction; must be designed and guaranteed to perform the service required; and must is ava labia for the papproval oduct of the Underwriters Laboratories, Inc., where such approval listed manufacturer as approved by the Engineer. H, When a specified or indicated item has been superseded or is no longer available, the manufacturer's latest equivalent type or model of material or equipment as approved by the Engineer shall be furnished and installed at no additional cost to the Owner. I. Where the Contractors selection of equipment of specified manufacturers or additionally approved manufacturers requires changes or additions to the system design, the Contractor shall be responsible in all respects for the modifications to all system designs, subject to approval of the Engineer. The Contractor's bid shall include all costs for all work of the Contract for all trades made necessary by such changes, additions or modifications or resulting from any approved substitution. J. Furnish :and install controls for each piece of equipment requiring the controls under this Contract. The controls shall be the size and type recommended by the manufacturer for the application and as otherwise specified or indicted on the Drawings. Refer to Divisions 1 and 17, if applicable, of the Specifications for control, connection and coordination description's and requirements. K. Furnish and .install all stands, racks, brackets, supports, etc., required to properly serve the equipment which is furnished under this Contract, or equipment otherwise specified or indicted on the Drawings. 1.02 DRAWINGS A. Conduits and wiring are shown diagrammatically only, and the layout does not necessarily show the total number of conduits for the circuits required, nor are the locations of indicated runs intended to show the actual routing of conduits. The Contractor shall furnish, install, and place in satisfactory condition ready for operation, all conduits, cables, and all other material needed for the complete lighting, power, and other electrical systems shown or indicated in the Contract Documents. Additional conduits and the required wiring shall be installed by the Contractor for wherever needed to complete the installation of the specific equipment furnished, at no additional cost to the Owner. 1.03 EQUIPMENT LOCATION A. The Drawings show the general location of feeders, transformers, outlets, conduits, and circuit arrangements. Because of the small scale of the Drawings, it is not possible to indicate all of the details involved. The Contractor shall carefully investigate the structural and finish conditions affecting all of his work and shall arrange such work accordingly; U.US03816000.doc /12-22-0 16000-2 Pump station 7, 7A & 10 Rehabllitatlt SECTION 16000 - BASIC ELECTRICAL REQUIREMENTS PERT 1 -- GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all labor, materials, tools, and equipment, and perform all work and services necessary for or incidental to the furnishing and installation a all electrical work as shown on the Drawings, and as specified in accordance with the provisions of the Contract Documents and completely coordinate with the work of other trades involved in the general construction. Although such work is not specifically shown or specified, all Supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for a sound, secure, and complete installation shall be furnished and installed as part of this work. The Contractor shall obtain approved Shop Drawings showing wiring diagrams, connection diagrams, roughing -in and hook up details for all equipment and comply therewith. All electrical work shall be complete and left in operating condition in accordance with the intent of the Drawings and the Specifications for the electrical work. B. Where the word "Contractor" appears in these Technical Specifications it shall be construed to mean the Electrical Contractor. C. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL INTERCONNECTING DEVICES, CONDUIT, WIRE, AND APPURTENANCES NOT FURNISHED BY OTHERS BUT REQUIRED FOR THE OPERATION OF EQUIPMENT AS DESCRIBED IN THE FUNCTIONAL DESCRIPTIONS WHETHER SPECIFICALLY SHOWN ON THE DRAWINGS OR NOT. D. 'The scope of work for this project includes, but is not limited to, the following: • Provide and install a floats level control as the primary level controller. • Install an above ground Nema 3R stainless steel duplex pump control panel (provided by the City) sized for the power side components. • Provide and install service entrance equipment as indicated on the Contract Drawings. • Provide and install all conduit, wiring, outlets, lights and appurtenances as indicated on the Contract documents. • Coordinate with FPL for service location and details for an underground service to the Pump station. • Provide services for final terminations and startup. E. All electrical equipment shall conform to the applicable NEMA specifications. All electrical equipment shall be properly identified in accordance with these Specifications and Contract Drawings. Nameplates shall be engraved high pressure plastic laminate, black with white lettering for 120/208 or 1201240V equipment, and red with white lettering for 277/480 or 480V equipment. The nameplates shall be attached to the equipment cabinets with two (2) stainless steel sheet metal screws for nameplates up to 2-inch wide. For nameplates over 2-inch wide, four (4) stainless steel sheet metal screws shall be used, one (1) in each comer of the nameplate. All panelboards, starters, control panels, cabinet enclosures, and equipment switches shall be labeled in the manner described, or in an equally approved manner. U-'US03t3I800 A00112-22-03 16000-1 Pump Station 7, 7A & 10l7ehabilftation 8. Valves shall be supplied with stainless steel manual lever. C. Suppliers, or Equal 1. Janesbury Corporation 2. Jenkins Bros. 3. Lunkenheimer Flow Control 4. Wm. Powell Company 5. Worcester Controls PART 3 — EXEQUJION 3.01 INSTALLATION A. All valves shall be installed in accordance -with the manufacture's printed recommendations. B. Install valves and cocks in horizontal piping, with- the -valve -stem in the vertical upright position. C. Install valves and cocks to provide adequate clearance to permit easy operation of the valve hand wheel and permit servicing of the valve packing. 3.02 .BACKFLOW PREVENTERS A. Water service backflow preventers shall be installed above grade and in such a manner to prevent the discharge relief opening from becoming submerged by ground water. - END OF SECTION - SECTION 15114 - MISCELLANEOUS VALVES PART I --GENgRAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install miscellaneous valves as shown in the drawings and as specified herein, complete and operable including accessories and, where designated, operators, all in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Valves, General. 13. Valve Operators. PART 2 - P„ROD QTS 2.01 CAM LEVER COUPLINGS A. Cam lever couplings shall be the size as shown on the Drawings and shall be constructed of . type 316 stainless steel. A3. The couplings shall be female disconnect with plug. C. The cam lever couplings shall be as manufactured by Kamlok, or equal. 102 GAUGE COCKS A. Gauge cocks shall be threaded all bronze, tee handle, as manufactured by Crane Co., or equal. 2.03 BACK FLOW PREVENTER (REDUCED PRESSURE) A. Three fourths 3/4-inch to 44nch size, ASSE Std. 1013, AWWA C506, unit shall have all bronze construction, stainless steel internal parts, test cocks and suitable for 175 psi supply water pressure. Unit shall be furnished with factory mounted bronze inlet strainer, union and non -rising stem gate valves (on inlet and outlet). Watts Series 900 Beeco or equal. 2.04 POTABLE WATER HOSE BIBBS A. Potable water hose bibs shall be provided with 3/4-inch union inlet, vacuum breaker, tee handle rough chrome plated equal to Chicago Faucet No. 998. B. Provide permanent plastic or brass tags located above the bibs which state "POTABLE WATER." Letters shall be 3/4-inch height. 2.05 STAINLESS STEEL BALL VALVES A. Ball valves for use with stainless steel piping systems, including instrument isolation, shall be and entry type with type 316 stainless steel body and trim, Teflon seats and seals and flanged or threaded connections as indicated. Valve body shall be either two or three piece design; no internal ring for the ball shall be acceptable. Valves shall be class 150. U: SM15114. 0C/12-22-03 15114-f SECTION 15110 - PLUG VALVES P6_T1—G NE _L 1.01 THE REQUIREMENT A. The Contractor shall furnish and install plug valves, complete and operable, as shown on the Drawings and specified herein, including operators, protective coatings, and appurtenant work, all in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Valves, General. 2.01 ECCENTRIC PLUG VALVES A. Eauiament RgouireMeDts: Eccentric plug valves shall be of the non -lubricated eccentric type with cast iron bodies, resilient faced plugs, or a replaceable, resilient seat in the body. Resilient facing shall be suitable for the intended service. All valves shall have square nut and worm gear operators and ANSI 125_psi flanges. All 1 shaft � bearings shall be of stainless steel, Teflon, or other suitable material, furnished with permanently lubricated bearing surfaces. Valves shall be 1/4-turn, lever operated. All valves shall have an unobstructed port area of not less than 100 percent of full pipe area. All eccentric plug valves shall have a pressure rating of not less than 150 psi WOG, for bubble -tight shut-off. B. lie or ual Plug valves shall be provided as manufactured by Dezurik Corporation, Kennedy or equal. ART 3. — EXEC TION 3,01 INSTALLATION A. All plug valves shall be installed in strict accordance with the Supplier's published recommendations and the applicable provisions of Section 15100, "Valves, General". - END OF SECTION - UDS03915110.doc 112-22-03 15110-1 Pump Station 7, 7A & 10 Rehabigtation 2.02 KNIFE GATE VALES A. Knife gate valves shall be cast iron conforming to ASTM A126, seal seat. The gate shall be stainless steel with a beveled, knife -Bike edge. Thesilient kn knife gatrine valve shall be flanged in accordance with ANSI B-16.1, 125 pound flange with a handwheel operator as manufactured by DeZurik, or equal. PART 2EX C TIQN 3.01 INSTALLATION A. All gate valves shall be installed in accordance with the Suppliers recommendations and the applished cable provisions of Section entitled, 'Valves, General." - END OF SECTION - U: US03B1$W 112-22-03 1 9nm Pump Station 7, 7A d 10 Rehabilitation SECTION 15108 GATE VALVES (INCLUDING KNIFE GATE VALVES) E6 T1— GENES& 1.01 THE REQUIREMENT A. The CONTRACTOR shall famish and install in�il gate including operators, protective cote and atings, shown on the Drawings and specified herein appurtenant work, all in accordance with the requirements of the Contract Documents. PART 2 -- P&QU T 2.01 GATE VALVES A. All gate valves between 2 inches and less cold water pressure rat4 inches shall be iron ing. bExp Exposed valronze es wedge disc, and minimum 150 psi non -shock shall be of the outside screw and yoke (OS81)ANSI-16.1,12p pound flanges and shall be as manufactured by the Crane Company,Jenkins B. Valves less than 2 inches shall be of bronze body, aluing ng stem, II have screwed ends disc and minimum 300 psi non -shock cold water pressurerating. or as specified otherwise. C. Gate valves 4 inches through 15 inch A G5p9 for resilient seated g to valvenon-rising stem s and sgn hly all compliant with the requirements of AWW be the Metroseal 250 as manufacturedby working Pipe of 250 psi and a test pressure of Gate valves shall be designed for a minimum g pressure 500 psi. Resilient wedge gate valves shall be manufactured in accordance with ANSI/AWWA C509. All ferrous parts of the valve shall 'pint ends,ade of ductile iron ASTM A536. nitrle etastomer encapsulated The valves shall have flanged, bell or mechanical 1 ductile iron wedge, flanged bonnet, manganesei shown bronze All wetted �rfaces in is. and the interior of the rators with two inch square nut, unless otherwise valve shall have a fusion bonded epoxy coating. D. Gate valve body and bonnet shall be cast iron conforming iron to i h a 126, mass B with rubber resilient seat gate and O-ring seals. The gate she position and a smooth coating with no metal to metal contact when to the fully.Gate valves 18 inches and larger unobstructed waterway when in the fully op®ned position. shall fully comply with the requirements of AWWA C500 and shall be double disc parallel r geared operator, unless otherwise specified or seat with bypass and inside screw spu shown on the Drawings. The ductile iron resilient wedge gate valves shall be Model AFG 2500 Ductile iron Gate Valves as manufactured by the American Darling Valve and Waterous division of American Cast Iron Pipe Company or equal. E. Valves shall be flanged mechanical joint as A shown unlessDrawingsathetrw, h nosenshawnson he and with a 24nch square standard AWW operating nut Drawings or specified herein. F. All internal ferrous components and surfaces shovalves, aintedwith with two oatls (10 m'Ion of s min less steel and finished or bearing surfaces, she p p dry film thickness) of the manufacture's Premium eepoxy uf or corrosion oon ° resistance. emmendatDamaged surfaces shall be repaired in accordance with t 16081 pump Station 7, 7A 8/0 Rehabllttadon U.US038160Bo /12-22-03 F ►RT a - XE UT,Q 3.01 GENERAL A- All valves shall be installed in accordance with provisions of Section entitled, "Valves, General." - END OF SECTION - t1: USp38i51 p5.doc /12-22-03 15105-7 Pump Station 7, 7A & ip Rahabflftation CW of Tamarac SECTION 15105 - CHECK VALVES PART 1 - GENEM 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install all check valves in the types ndsize shown and specified, complete and operable, including epoxy coating, appurtenances accessories, in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Valves, General. PAR 2 - E130DUCZs 2.01 SWING CHECK VALVES (3-INCH AND LARGER) A. en 1: Swing check valves for water, C 508, unesse, sludge notherwise specified beneral service iello of weight type, in accordance with AWWA opening; designed for a working pressure sfs to the d"isc.50 psi sCotrrosive ferrous surfaces owise shown, and f have a flanged cover piece to provide accO valves, 4-inch and larger, which will be in contract with water, shall receive a fusion -bonded epoxy coating conforming to AWWA C650. B. BONE: The valve body shall be of cast iron to ASTM A 126, with flanged ends to ANSI 816.1, or mechanical joint ends, as shown. C. Dom: The valve disc shall be of cast iron, ductile iron, or bronze to ASTM B62. D. Seat anl�: The valve seat and rings shall be of bronze to ASTM B92 or B148, or of Buna-N. E. n Pi : The hinge pin shall be of bronze or stainless steel. F. §MD2 ier -or Ectual: 1. McWane, Inc. (Clow F-5388) 2. American -Darling Valve Co. 3. APCO (Valve and Primer Corp.) 4. Crane Company 5. Kennedy Valve Mfg. Co. (ITT Grinnell) 6. Mueller Company 7„ Stockham Valves and Fittings puma Stadon 7, 7A & 10 Rehabtpt0on PART 3 -- XE UTI N 3.01 VALVE INSTALLATION A. General: All valves, gates, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer's written instructions and as shown and specified. All gates shall be adequately braced to prevent warping and bending under the intended use. Valves shall be firmly supported to avoid undue stresses on the pipe. B. AM11:, All valves shall be installed to provide easy access for operation, removal, and maintenance and to avoid conflicts between valve operators and structural members or handrails. C. Main,6mwdes: Where combinations of valves, sensors, switches, and controls are Specified or shown on the drawings, it shall be the responsibility of the CONTRACTOR to properly assemble and install these various items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. - END OF SECTION - I. Valve O rat rs: Valves and gates shall be furnished with operators, provided .by the valve or gate manufacturer. All operators of a given type shall be furnished by the same manufacturer. All valve operators, regardless of type, shall be installed, adjusted, and tested by the valve manufacturer at the manufacturing plant: Operator orientation shall be verified with the ENGINEER prior to installation. If this requirement is not met, changes to orientation shall be made at no additional cost. J. All operators, unless otherwise specified, shall turn counter- clockwise to open. Operators shall have the open direction clearly and permanently marked. All valve operators, manual, motor and pneumatic, shall be provided with the valve by the valve manufacturer. The CONTRACTOR, through the valve manufacturer, shall be solely responsible for the selection of the proper operator to meet the operating conditions specified herein. Field calibration and testing of the operators and valves to ensure a proper installation and an operating system shall be the responsibility of the CONTRACTOR. K. All manual operators shall have levers or handwheels, unless otherwise shown. Where buried, the valves shall have extensions with square nuts or floor stands. Valves mounted higher than fi feet above floor or operating level shall have chain operators. Unless otherwise shown or specified, valves of sizes 4-inch and larger shall have gear -assisted operators. L. Operation of valves and gates shall be designed so that the effort required to operate the handwheel, lever or chain shall not exceed 40 pounds applied at the extremity of the wheel or lever. The handwheels on valves 14 inches and smaller shall not be less than 8 inches In diameter, and on valves larger than 14 inches the handwheel shall not be less than 12 inches in diameter. M. Flog, to • Floor stands shall be cast iron, non -rising stem type with lockable hand wheel operator, valve position indicator and steel extension stem. Hand wheel shall be lockable in the full closed position. The floor stand shall be furnished with an armored padlock and six keys. Lock shall be as manufactured by Master, Schlage or equal. Floor stand shall be standard pattern type as manufactured by Clow Corporation, or equal. N. Valve Labeling: A label shall be provided on all shut-off valves exclusive of hose bibs and chlorine cylinder valves. The label shall be of 1/1 6-Inch plastic or stainless steel, minimum 2 inches by 4 inches in size, and shall be permanently attached to the valve or on the wall adjacent to the valve or as indicated by the ENGINEER. rXIM I►%11W:4QO :t_*l A. Valve boxes shall be of the adjustable telescope type, cast iron, suitable to withstand heavy traffic. They shall be Model No. F-2452, as manufactured by James B. Clow & Sons, Mueller or equal. The covers shall be marked either "WATER" or "SEWER", depending on service. Bases shall be the round type. Boxes shall be coated with asphalt. operators with position indicators. Where buried, these valves shall be provided with valve boxes and covers containing position indicators, and valve extensions. Shut-off valves mounted higher than 64eet above working level shall be provided with chain operators. All valves shall have a minimum design pressure rating of 150 psi and capable of a test shall have a minimum pressure rating in excess of the Pressure of 300 psi. For service applications with pressures in excess of 150 psi, valves pressure. service application working B. Cast iron parts of valves shall meet the requirements of ASTM A 126, "Standard Specifications for Grey Iron Castings for Valves, Flanges and Pipe Fittings, Class 'B,.,, Flanged ends shall be flat -faced and have bolt circle and bolt patterns conforming to ANSI B16.1 Class 125 unless otherwise specified hereinafter. C. All castings shall be clean and sound, without defects of any kind and no plugging, welding or repairing of defects will be permitted. All bolt heads and nuts shall be hexagonal conforming to ANSI B18.2 and shall be type 316 stainless steel. Gaskets shall be full face and made of natural or synthetic elastomers in conformance with ANSI B16.21 suitable for the service characteristics, especially chemical compatibility and temperature. Nonferrous alloys of various types shall be used for parts of valves as specifi particular application. ed. Where no definite specification is given, the material shall be the recognized acceptable standard for that D. All buried valves shall be provided with cast-iron valve boxes unless otherwise indicated. The boxes shall be asphalt varnished, or enameled cast iron, adjustable to grade, and installed perpendicularly, centered around and covering the upper portions of the valve or valve operator, or the pipe. The top of each valve box shall be placed flush with finish grade unless otherwise indicated on the Drawings. Valve boxes shall be as specified elsewhere in this section. All buried valves through 48-inch shall have mechanical ends. Buried valves above 48-Inches shall have flanged ends. specified or noted to be key operated, shall have an operator to finish E. All buried valves and other valves located below the concrete operating deck or level, grade or deck level, a 2-inch square AWWA operating nut, and cover or box and cover, as may be required. F. V Ive I n s: The flanges of valves shall be in accordance with Section entitled "Piping, General." G• t dve Steins• Where subject to dezincifcation, gate valve stems shall be of bronze to ASTM B 62, containing not more than 5 percent of zinc nor more than 2 percent of aluminum. Where dezincification is not a problem, bronze to ASTM B 584 may be used. For valve stems with a minimum tensile strength of 60,000 psi, a minimum yield strength of 40,000 psi, and an elongation of at least 10 percent in 2 inches, as determined by a test coupon poured from the same ladle from which the valve stems to be furnished are poured. H. Protectve Coating; Except where otherwise specified, ferrous surfaces, exclusive of stainless steel surfaces, in the water passages of all valves 4-inch and larger; as well as the exterior surfaces of all submerged valves, shall receive a fusion -bonded epoxy coating in accordance with AWWA C550. Flange faces of valves shall not be epoxy coated. The CONTRACTOR, through the valve manufacturer, shall certify in writing that such coating has been applied and tested in the manufacturing plant prior to shipment, in accordance with these Specifications. 1.04 ASTM A 536 Specification for Ductile Iron Castings. ASTM B 61 Specification for Steam or Valve Bronze Castings. ASTM B 62 Specification for Composition Bronze or Ounce Metal Castings. ASTM B 148, Specification for Aluminum -Bronze Castings. ASTM B 584 Specification for Copper Alloy Sand Castings for General Applications. ANSI/AWWA C500 Gate Valves for Water and Sewerage Systems. ANSI/AVWVA C504 Rubber -Seated Butterfly Valves. AWWA C508 Swing -Check Valves for Waterworks Service, 2 Inches Through 24 Inches NPS. ANSI/AWWA C509 Resilient-Seateddems Valves, 3 Through 12 NIPS, for Water anSewage AWWA C550 Protective Interior Coatings for Valves and Hydrants. CONTRACTOR SUBMITTALS A. Shoo Drawing: Shop drawings of all valves and operators including associated wiring diagrams and electrical data, shall be furnished as specified in - Section entitled "Submittals". B. Valve in The CONTRAC' Ocaon shall the proposed wording for the label ubmit a schedule of valves to be �laeled Indicating in each case the valve 1.05 QUALITY ASSURANCE A. yalvq T s in Unless otherwise specified, each valve body shall be tested under a test pressure equal to twice its design water -working pressure. lves conform B. Bronze P rts: Unless otherwise specified,ere not subject to dezinc fll Interior bronze parts of acatian, toIASTM t� to the requirements of ASTM B 62, , 584. PART 2 -- PRQP_QQ_L 2.01 VALVES A. e r • OR The CONTRACTshall shown nloraspecified gates, All valves anding units, stem gates shall be extensions, and other accessories ass new and of current manufacture. All shut-off valves, 64nch and larger, shall have J__ "n nn nn iK1nA_i Pumn gtatinn 7. 7A A 10 Re►habll W10n SECTION 15100 - VALVES, GENERAL PART 1 -- QU&B6L 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide all tools, supplies, materials, equipment, and labor necessary for furnishing, epoxy coating, installing, adjusting, and testing of all valves and appurtenant work, complete and operable, in accordance with the requirements of the Contract Documents. Where buried valves are shown, the CONTRACTOR shall furnish and install valve boxes to grade, with covers, extensions, and position indicators. B. The provisions of this Section shall apply to all valves and valve operators specified in the various Sections of these Specifications except where otherwise specified in the Contract Documents. Valves and operators in particular locations may require a combination of units, sensors, limit switches, and controls specified in other sections of these Specifications. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Valve operators. B. Piping, general. C. Painting. D. Equipment General Provisions. AM, 3`�'"'REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. oG dgj: All codes, as referenced herein, are specified in Section entitled "Reference Standards." B. Commercial Standards: ANSI B16.1 ANSI B16.5 ANSI/ASME 131.20.1 ANSI/ASME B31.1 ASTM A 36 ASTM A 48 ASTM A 126 Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250, and 800. Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and Other Special Alloys. General Purpose Pipe Threads (Inch). Power Piping. Specification for Structural Steel. Specification for Gray Iron Castings. Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. U:US03815100.doo 112.22-03 15100-1 Pump Station 7. 7A & 10 RehabRatlon B. 6ppearance: Pipe supports and hangers shall be positioned in such a way as to produce an orderly, neat piping system. All hanger rods shall be vertical, without offsets. Hangers shall be adjusted to line up groups of pipes at the proper grade for drainage and venting, as close to ceilings or roofs as possible, without interference with other Work. C. Pipe Support_ Spacing: The distance between supports for each size of pipe shall not exceed those listed in the attached schedule. However, if the pipe size to be supported is not listed in the schedule, the next smaller nominal pipe size spacing shall be used. In all cases, there shall be a minimum of one support per laying length of pipe on uninterrupted horizontal runs. This support shall be placed within one foot of the joint. If the pipe manufacturer recommends a smaller spacing interval than specified herein, then the manufacturer's spacing shall be used. D. The distance between supports shall not exceed that listed in the following schedule unless otherwise noted: Nominal Pipe Size Metallic Piping Plastic, Fiberglass And (in.) ft)v CopRer Piping _ (ft- 1/2 5 3 3/4 to 1-1/2 6 3 2to3 6 4 4 10 5 5 and larger 10 B 3.02 FABRICATION A. Quality Control: Pipe hangers and supports shall be fabricatedand•installed,by.experiericed welders and fitters, using the best welding procedures available. Fabricated supports shall be neat' in appearance without sharp comers, burrs, and edges. - END OF SECTION - U,US03816020.doc 112.22-03 150204 Pump Station 7, 7A & 10 Rehab/!Radon City of Tamarac K. Su • All submerged piping shall be supported with Tangers, brackets, clips, or fabricated supports and anchors of Type 316 stainless steel, unless otherwise shown. L. Point Loa : Any meters, valves, heavy equipment, and other point loads on PVC, fiber glass, and other plastic pipes, shall be supported on both sides, according to manufacturer's recommendations to avoid undue pipe stresses and failures. To avoid point loads, all supports on plastic and fiber glass piping shall be equipped with extra wide pipe saddles or galvanized steel shields. M. Noise R2gucbon: To reduce transmission of noise in piping systems, all copper tubes in buildings and structures shall be wrapped with a 24nch wide strip of rubber fabric or similar, suitable material, at each pipe support, bracket, clip, or hanger. 2.02 MANUFACTURED SUPPORTS A. Stock Parts: Where not specifically shown or detailed, designs, generally accepted as exemplifying good engineering practice, using stock or production parts, shall be utilized wherever possible. Such parts shall be locally available, new, of best commercial quality, designed and rated for the intended purpose. 1. Basic Engineers, Pittsburgh, PA; .2. Bergen -Paterson Corp., Boston, MA; _. 3. Elcen Metal Products Company, Franklin Park, IL; ;er`' .4. ITT -Grinnell Corp., Warren, OH; 5. NPS Industries, Inc., Secaucus, NJ. 2.03 COATING A. galvanizing: Unless otherwise shown or specified, all fabricated pipe supports, other than stainless steel or non-ferrous supports, shall be blast -cleaned after fabrication and hot -dip galvanized in accordance with ASTM A 123. B. 2her tin • Other than the supports mentioned in Paragraph 2.03A, all supports shall receive protective coatings in accordance with the requirements of Section entitled "Painting." FART 3 — EXECUTION 3.01 INSTALLATION A. General: All pipe supports, hangers, brackets, anchors, guides, and inserts shall be fabricated and installed in accordance with the manufacturer's printed instructions and ANSI/ASME B31.1. All concrete inserts for pipe hangers and supports shall be coordinated with the formwork. uVS03B15020.doc 112-22-03 15020-3 Pump Stadon 7. 7A & 10 Rehabilltaden C. Support S acin : Supports for piping with the longitudinal axis in approximately a horizontal position shall be spaced to prevent excessive sag, bending and shear stresses in the piping, with special consideration given where components, such as flanges and valves, impose concentrated loads. Spacing of supports shall be as specified herein and/or indicated on the Drawings, 0. Pine Hangers;_ Pipe hangers shall be capable of supporting the pipe in all conditions of operation. They shall allow for free expansion and contraction of the piping, and shall prevent excessive stress on equipment. All hangers shall have a means of vertical adjustment after erection. Hangers shall be designed so that they cannot become disengaged by any movement of the supported pipe. Hangers subject to shock, or thrust imposed by the actuation of safety valves, shall include hydraulic shock suppressors. All hanger rods shall be subject to tensile loading, only. Hanger shall be made of 316 Stainless Steel. E. Hangers Subi2ct to Horizontal o m nts: At hanger locations where lateral or axial movement is anticipated, suitable linkage shall be provided to permit such movement. Where horizontal pipe movement is greater than 1/2-inch., or where the hanger rod deflection from the vertical is greater than 4 degrees from the cold to the hot position of the pipe, the hanger rod and structural attachment shall be offset in such a manner that the rod is vertical in the hot position. F. SprInaj1p.2• Spring -type pipe, hangers shall be provided for piping -subject to vibration or vertical, expansion and contraction, such as engine exhausts and similar piping. All spring -type hangers shall be sized to the manufacturers printed recommendations and the loading conditions encountered. Variable spring supports shall be provided with means to limit misalignment, buckling, eccentric loading, or to prevent overstressing of the spring, and with means to indicate at all -times the compression,of-the-spring. The support shall be designed for a maximum -variation in supporting effort of 25 percent for the total travel resulting from thermal movement. G. Thermal Ex a si • Wherever expansion and contraction of piping is expected, a sufficient number of expansion loops or joints shall be provided, together with the necessary roiling or sliding supports, anchors, guides, pivots, and restraints. They shall permit the piping to expand and contract freely in directions away from the anchored points and shall be structurally suitable to withstand all loads imposed. H. Heat T nsmission: Supports, hangers, anchors, and guides shall be so designed and insulated, that excessive heat will not be transmitted to the structure or to other equipment Riser Suaoorts: Where practical, risers shall be supported on each floor with riser clamps and lugs, independent of the connected horizontal piping. J. Freestanding Piping: Freestanding pipe connections to equipment, like chemical feeders, pumps, etc., shall be firmly attached to fabricated steel frames made of angles, channels, .or I -beams anchored to the structure. Exterior, freestanding overhead piping shall be supported on fabricated pipe stands, consisting of pipe columns anchored to concrete footings, with horizontal, welded steel angles and U-bolts or clamps, securing the pipes. U:USM15020.doe H2-22-03 16020-2 Pump Sta&)n 7, 7A & 10 Rehabditatlon SECTION 15020 - PIPE SUPPORTS PA—Rl- j -- Q=B6L 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide all tools, supplies, materials, equipment, and all labor necessary for the fumishing, construction, and installation of all pipe supports, hangers, guides, and anchors shown, specified, or required for a complete and operable piping system, in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Piping. 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. 9=merciii Standards: ANSI/ASME B31.1 Power Piping. ASTM A 123 Specifications for Zinc (Hot -Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip. 1 ='~'-CONTRACTOR SUBMITTALS 'V0YA-1h2n aw'n s: The CONTRACTOR shall furnish complete shop drawings of all pipe supports, hangers, anchors, and guides, as well as calculations for special supports and anchors, in accordance with Section entitled "Submittals." PART 2 — PRQQQCTS 2.01 GENERAL REQUIREMENTS A. Code Compliance: All piping systems and pipe connections to equipment shall be properly supported, to prevent undue deflection, vibration, and stresses on piping, equipment, and structures. All supports and parts thereof shall conform to the requirements of ANSI/ASME B31.1, except as supplemented or modified by these Specifications. Supports for plumbing piping shall be in accordance with the latest edition of the applicable plumbing code, or local administration requirements. B. Structural r; Wherever possible, pipes shall be attached to structural members. Where it is necessary to frame structural members between existing members, such supplementary members shall be provided by the CONTRACTOR at no additional cost to the Owner. All supplementary members shall be in accordance with the requirements of the building code and the American Institute of Steel Construction. U.US03B15020AD0112-22-03 15020-1 Pump Station 7, 7A & 10 RehabRatbn B. AI: Insulating connections shall be of nylon, Teflon, poly- carbonate, polyethylene or other non-conductive materials, and shall have ratings and properties to suit the service and loading conditions. 2.08 PIPE SUPPORTS A. Pipe Supports, hangers, anchors, and guides shall be in accordance with the requirements of Section entitled "Pipe Supports." 2.09 STAINLESS STEEL PIPE A. Unless otherwise shown, stainless steel pipe shall be Type 316 Schedule 40 threaded pipe conforming to ASTM A 312 with stainless steel threaded fittings, or with stainless steel welded fittings. Where shown, lightweight stainless steel pipe shall be Type 316 Schedule 10 pipe to ASTM A 312, with stainless steel welding fittings, or fittings as shown. CART 3 - EXECUTION 3.01 INSTALLATION A. Small Steel -Pipe: Buried galvanized or black steel pipe shall be coated as specified in Section entitled "Painting" or provided with an extruded high density polyethylene coating with minimum thickness. of 35 mils. B. Plastic . ipe;m PVC, CPVC, and FRP pipe joints shall be solvent -welded in accordance with the manufacturer's instructions. Expansion joints or pipebendsshall be provided to absorb .pipe expansion over a temperature range of 100 degrees F, unless otherwise shown. Care shall be taken to provide sufficient supports; anchorsi and guides; to avoid, -stress on the piping. The CONTRACTOR shall obtain the services of the pipe supplier, to instruct the pipe fitters in the correct way of making solvent welded joints. Only clean, fresh solvent shall be used at any time. C. Qrain Trans: Drain traps shall be installed at low points in air and gas lines or elsewhere where shown. Liquid outlets shall be piped to the nearest floor drain or open sump. D. unlings: Pipe couplings shall be installed in strict accordance with the manufacturer's printed recommendations, using the correct style coupling and gasket for any given application. E. Gaskets for Flanged Joints: Gaskets shall be in accordance with the requirements of Section entitled "Piping, General." F. insulating QonI32!g1i2ns: All insulating connections shall be installed In accordance with manufacturer's printed Instructions. Care shall be exercised to prevent damage to insulating fittings, while making up the joints. - END OF SECTION - UDSM15010.doc /12-22-03 15010-3 Pump Station 7, 7A & 10 Rehabilltabon - i4 *=;I aCA 2.01 SMALL GALVANIZED AND BLACK STEEL PIPE A. Unless otherwise specified, galvanized steel pipe and black steel pipe in sizes 6-inches in diameter and smaller shall conform to the requirements of ASTM A 53 or ASTM A 120 as shown, and shall be Schedule 40 or 80. Galvanized steel pipe shall not be cement mortar lined unless otherwise shown. Fittings for galvanized steel pipe shall be of galvanized malleable iron, with NPT or grooved ends. Black pipe may have welded joints, with standard or extra strong welding fittings, or fittings called out on the Drawings. 2.02 COPPER TUBING A. Copper tubing shall conform to the requirements of ASTM B 88 and shall be Type K, soft temper for buried tubing and hard -drawn for above -ground application. Fittings shall be soldered or sweated on and shall be of wrought copper to ANSI 816.22. Soldered joints shall contain 95-percent tin and 5-percent antimony. No solders or fluxes containing more than 0.2 percent of lead shall be used. 2.03 PVC (POLYVINYL CHLORIDE) PRESSURE PIPE, SOLVENT -WELDED -A.. `PVC pipe in sizes 3 1/2-inches in diameter and smaller shall be made from all new rigid unplasticized polyvinyl chloride and shall be Normal Impact Class 12454-B, Schedule 80, to conform to ASTM D 1785, unless otherwise shown. Elbows and tees shall be of the same material as the pipe. Unless otherwise shown, joint design shall be for solvent -welded construction. 2.04 MECHANICAL -TYPE COUPLINGS (GROOVED OR BANDED PIPE) A. Mechanical -type couplings shall be furnished and installed in accordance with the requirements of Section entitled "Piping, General." 2.05 SLEEVE -TYPE COUPLINGS A. Sleeve -type couplings shall be furnished and installed in accordance with the requirements of Section entitled "Piping, General." 2.06 GASKETS AND BOLTS A. Except as otherwise provided, gaskets for flanged joints shall be in accordance with the requirements of Section entitled "Piping, General." B. Except as otherwise provided, bolts shall be Type 316 stainless steel. 2.07 INSULATING CONNECTIONS A. General: Insulating bushings, unions, couplings or flanges, as appropriate, shall be used for joining pipes of dissimilar metals, and for piping systems where corrosion control and cathodic protection are involved, in accordance with the requirements of Section entitled "Piping, General." UVSM15010.doe/12-22-03 15010-2 Pump Station 7, 7A & 10 RahabRa*n SECTION 15010 - MILL PIPING, EXPOSED AND BURIED 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install all exposed and buried mill piping as shown and specified, complete, including small steel pipe, copper tubing, solvent -welded PVC pipe, fittings, gaskets, bolts, insulating connections, and such other specialties as required for a complete and operable piping system in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Piping, General. 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Commercial Standards: ANSI/ASME B16.3 Malleable Iron Threaded Fittings,. -Classes 1.50 and 300. ANSI/ASME B16.4 Cast Iron Threaded Fittings, Class 125 and 250. ANSI B16.12 Cast Iron Threaded Drainage Fittings. ANSI 1316.22 Wrought Copper and Copper Alloy Solder Joint Pressure Fittings. ANSI/NFPA 70 National Electric Code. ASTM A 53 Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated Welded and Seamless. ASTM A 120 Specification for Pipe, Steel, Black and Hot -Dipped Zinc -Coated (galvanized) Welded and Seamless, for Ordinary Uses. ASTM B 88 Specifications for Seamless Copper Water Tube. ASTM D 1785 Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 1.04 SUBMITTALS A. For the materials and equipment items supplied under the provisions of this Section, the CONTRACTOR shall submit copies of the manufacturer's product specifications and performance details according to the requirements of Section entitled "Submittals." �r�►cna�x��nin &a 15010.1 Pumo Station 7. 7A & 10 Rehablitation Standard C600, except that deflection at joints shall not exceed one-half of the manufacturer's recommended allowable deflection, or one-half of the allowable deflection specified in ANSI/AWWA C600, whichever is the lesser amount. C. Before laying thrust restrained and mechanical joint pipe and fittings, all lumps, blisters and excess bituminous coating shall be removed from the bell and spigot ends. The outside of each spigot and the inside of each bell shall be wire brushed, and wiped clean and dry. The entire gasket groove area shall be free of bumps or any foreign matter which might displace the gasket. The cleaned spigot and gasket shall not be allowed to touch the trench walls or trench bottom at any time. Vegetable soap lubricant shall be applied in accordance with the pipe manufacturer's recommendations, to aid in making the joint. The workmen shall exercise caution to prevent damage to the gasket or the adherence of grease or particles of sand or dirt. Deflections shall only be made after the joint has been assembled. D. Prior to making up flanged joints In ductile iron pipe and fittings, the back of each flange under the bolt heads and the face of each flange shall have all lumps, blisters and excess bituminous coating removed and shall be wire brushed and wiped clean and dry. Flange faces shall be kept clean and dry when making up the joint, and the workmen shall exercise caution to prevent damage to the gasket or the adherence of grease or particles of sand or dirt. Bolts and nuts shall be tightened by opposites in order to keep flange ' 'Maces square with each other, and to insure that bolt stresses are evenly distributed. E.-`42olts and nuts in thrust restrained, mechanical and flanged joints shall be tightened in accordance with the recommendations of the pipe manufacturer for a leak -free joint. The mechanics shall exercise caution to prevent overstress. Torque wrenches shall be used. F. Cutting of the ductile iron pipe for inserting valves, fittings, etc., shall be done by the y"- `"CONTRACTOR in a neat and workmanlike manner without damage to the pipe, the lining, or the coating. Pipe 16 inches and larger in diameter shall be cut with a mechanical pipe saw. After cutting the pipe, the plain end shall be beveled with a heavy file or grinder to remove all sharp edges. G. Areas of loose or damaged lining associated with field cutting shall be repaired or replaced as recommended by the pipe manufacturer and required by the ENGINEER. Repair methods shall be as recommended by the manufacturer and shall be submitted to the ENGINEER for review. H. Any work within the pipe shall be performed with care to prevent damage to the lining. No cable, lifting arms or other devices shall be inserted into the pipe. All lifting, pulling or pushing mechanisms shall be applied to the exterior of the pipe barrel. 1. Homing the pipe shall be accomplished by the use of a hydraulic or mechanical pulling device, unless otherwise accepted by the ENGINEER. No pipe shall be driven or struck in order to seat it home. J. Cleaning methods shall be acceptable to the ENGINEER, and must be sufficient to remove silt, rocks, or other debris which may have entered the pipeline during its installation. - END OF SECTION - U.US03815006.doa/12.22-03 15006-4 Pump Station 7. 7A 610 RehabMat/an E. ggatings and Uininal for Pipe and FAings The standard asphaltic coating shall be applied prior to shipment to the exterior wall of buried pipe and fittings in accordance with ANSI A21.51 (AWWA C151). A coating of rust inhibitive primer in conformance with the Paining Sections shall be applied prior to shipment to all exposed and interior piping. The pipe and fittings shall be lined with Protecto 401 or virgin polyethylene, compounded with carbon black to resist exposure to the ultraviolet rays during open air storage, and complying with ASTM Standard D1248-81 a, "Polyethylene Plastics Moulding and Extrusion Materials". The polyethylene shall be fused to the pipe and fittings with heat to form a tightly bonded uniform lining 40 mils thick, minimum, extending from the spigot end to the gasket seat in the bell. Prior to preheating the pipe, 75 percent or more of the high temperature oxide film shall be removed through proper preparation of pipe interior surface. Fittings shall be sand blasted. Pipe and fittings shalt be uniformly preheated to a temperature adequate to provide uniform fusing of the polyethylene powders and proper bonding to the interior of the pipe and fittings. The lining at the ends (spigot and bell) shall be hermetically sealed with a coal tar epoxy. This epoxy shall coat the inside of the bell of both pipe and fittings as well as the last six Inches on the inside of the spigot end of the pipe and two to three inches on the outside of the spigot end. The lining of all pipe and fittings shall be subjected to and.pass a test for pinholes, bare spots, metal particles, .insufficient lining thickness and other defects by a method conforming to ASTM Standard G62-79, "Holiday Detection in Pipeline Coatings", Method B (high voltage). Other test methods may be submitted to the CITY for approval, but no approval will be granted unless it is clearly shown to the satisfaction of the CITY that the method is equivalent to the specified tests insofar as detection defects and insufficient lining thickness. The manufacturer shall provide certifications on the holiday test as well as certifications on a uniform (spigot -end to gasket°seat in --bell) minimum 40 mils thick lining. F. EoLyethylem gocasement The ductile iron pipe for buried service shall be encased in a polyethylene encasement tube for protection, if required. Polyethylene encasement tube shall be 4-mil. high -density, cross -laminated (HDCL) polyethylene or standard 8-mil. low -density (LD) polyethylene. A plastic adhesive tape approximately two inches wide shall be used to close seams and overlaps in the material. The tape must bond securely under water to polyethylene and metal surface. Acceptable types are PolyKen No. 900 polyethylene, Scotchrap No. 50 Polyvinyl, or equal. 3.01 INSTALLATION A. Unless otherwise directed, ductile iron pipe shall be laid with the bell ends facing upstream in the normal direction of flow and in the direction of laying. B. Thrust restrained and mechanical joints shall be made in accordance with the manufacturer's standards except as otherwise specified herein. Joints between mechanical joint pipe and/or fittings shall be made in accordance with ANSI/AVWVA U.US03B150W.doc /12-22-03 15006-3 Pump Sfathn 7, 7A & 10 RehaWlft ton B. Wall Thickness: Buried push -on, mechanical, and restrained joint pipe shall have a wall thickness class equal to or greater than the specified working pressure. 2. All flanged pipe shall have a wall thickness class in accordance ANSI A21.15 (AWWA C115) and be rated at.250 psi working pressure. C. Joints 1. Ductile iron pipe above grade shall be flanged. All ductile iron pipe below grade shall have thrust restrained mechanical joints, 2. Mechanical and push -on type joints shall be in accordance with ANSI A21.11 (AVWVA C 111), 3. Flanges for flanged pipe shall be in accordance with ANSI A21.15 (AWWA C115), shall be ductile iron, shall be manufactured in the United States, shall be rated at 250 psi maximum working pressure, and shall be similar to flange Class 125 per ANSI B16.1. Where shown on the drawings, pipe and fittings shall be furnished with flanges similar to flange Class 250 per ANSI B16.1. Fittings shall be provided with flanges having a bolt circle and bolt pattern the same as the adjacent pipe and/or mechanical devices. 4. No raised face flanges shall be used. The raised faces shall be milled flat. 5. Flange gaskets shall be full face neoprene rubber. 6. Restrained joints for pipe to sixty-four inch nominal pipe size shall be FLEX -RING, LOK-RING, or LOK-FAST joints manufactured by American Cast Iron Pipe Co., TR- trLEX joints by U.S. Pipe and Foundry Company, or'approved equal. Restrained joints on fittings shall be retainer gland mechanical joints, or the fittings may be specifically arranged for joining with restrained joint pipe. D. Fitt. inas 1. Shall be manufactured in accordance with ANSI A21.10 (AWWA C110) for nominal pipe sizes three inches to sixty-four inches, and shall be either flanged or mechanical joint. Any other fittings, not included in ANSI A21.10 (AWWA C110) shall conform in design and performance to the requirements of this Standard. 2. Shall have a rated pressure equal to or greater than the specified working pressure for nominal pipe sizes of three inches to sixty-four inches (350 psi fittings available through and including twenty-four inches, only). 3. Grey iron fittings which conform to the specifications contained herein may be used with ductile iron pipe providing the piping systems minimum working pressure is met or exceeded. 4. Blind, filler, companion and reducing flanges shall conform to ANSI B16.1. U. us0381500t3. doc /12.22-03 15006-2 Pump Station 7, 7a & 10 Rehabl itaaon SECTION 15006 - DUCTILE IRON PIPE 12,33 ~ J W 1.01 WORK INCLUDED A. The CONTRACTORaaceall in ll furnish and accordance install ac ordance with the ductileiron pipe men sof the Contract Documents. complete inp , 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Piping, General. B. Submittals. C. Painting. D. Pipeline Testing and Disinfection. E. Valves 1.03 REFERENCED SPECIFICATIONS, CODES, AND STANDARDS A. Commercial Standards: ANSI/AVWVA C110/A21.10 Ductile4ron and Gray-lron Fittings 3-in, Through 48-in. for Water and other Liquids ANSI/AWWA C111/A21.11 Rubber -Gasket Joints for Ductile -Iron and Gray -iron Pressure Pipe and Fittings ANSI/AWWA C151/A21.51 Ductile -iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids ANSI/AWWA C600 Installation of Ductile -Iron Water Mains and Appurtenances 1.04 SUBMITTALS A. Shog Drawin s: The CONTRACTOR shall submit Shop Drawings of pipe and fittings in accordance with the requirements in the Sections entitled "Piping, General" and "Submittals". PART 2 -- PRODUCTS - 2.01 GENERAL A. Pipe shall be centrifugally cast in metal molds or sand lined molds in accordance with ANSI A21.51 (AWWA C151) of grade 60-42-10 ductile iron. The above standard covers ductile iron pipe with nominal pipe sizes from three inches up to and including sixty-four inches in diameter. Working pressure for the pipe shall be 250 psi. U.US0381WM.d6c/12-22-03 15006-1 Pump Station 7, 7A & 10 Ryeof Taroakm N ea 0 D C U o. ` O O 1< E n, a a� C) 0 N J3 Q •CL 0 �'�Cl o.2 ,em�1T �c4)ts 0 CC�� 0 .-..�, z Z 0 U w LL 0 z w N t- 6. Exterior Surface Protective Coating AC - Asphalt Coated INSUL - Insulated P - Painted PCW - Plastic Coating or Wrapping NOM. PIPE PIPE DIAMETER WORKING TYPE OF MAMRI& PRESSURE JOINT DI 4 thru 12 250 RJ fll 14 Thru 20 250 RJ DI 24 250 RJ DI 30 thru 54 250 RJ DI ALL 350* FLG * Flanged joints shall be rated for 250 psi working pressure. U:US03815000.docJ12-22-03 15000-11 pump Station 7, 7A & 10 Rehabi/itatlon City of Tamarac I B. The following abbreviations am used in the schedule: 1. Material 304 SS - 304 Stainless Steel (non -welded joints) or 304L Stainless Steel - low carbon (welded joints) 316 SS - 316 Stainless Steel (non -welded joints) or 316L Stainless Steel - low carbon (welded joints) AL - Aluminum BSP - Black Steel Pipe CPVC - Chlorinated Polyvinylchloride DI - Ductile Iron PVC - Polyvinylchloride 2. Wall Thickness CL - Class Sch - Schedule SDR - Standard Diameter Ratio 3. Joint Type CID - Cast Iron Drainage Fitting . FLG - Flanged MJ - Mechanical Joint PO - Push on Joint RJ - Restrained Joint SW - Solvent Welded W -Welded 4. Fitting Type 304 SS - 304 Stainless Steel (non -welded joints) or 304L Stainless Steel - low carbon (welded joints) 316 SS - 316 Stainless Steel (non -welded joints) or 316L Stainless Steel -low carbon (welded joints) AL - Aluminum BSP - Black Steel Pipe CPVC - Chlorinated Polyvinylchloride DI - Ductile Iron DWV - Drain Waste Vent MI - Malleable Iron PVC - Polyvinylchloride 5_ Interior. Surface Protection CL EC PVC PE - Cement Lined - Epoxy Coated - PVC Liner - Polyethylene Coating U.US03815000.dDC112-22-03 15000-10 Pump Station 7, 7A & 10 Rehabilliadon C lhv of Tammm� ! 3.06 THREADED JOINTS A. All threads shall be clean, machine cut and all pie shall be reamed before erection. Taps and dies shall be cleaned, sharpened and in good condition. All threaded joints shall be made tight with teflon tape. B. After having been set up, a joint shall not be backed off unless the joint is broken, the threads cleaned and new tape is applied. 3.07 SOLVENT CEMENTED JOINTS A. Joints shall be made up in accordance with ASTM D 2855 and the manufacturers' recommendations. The CONTRACTOR is advised to handle the solvent cements in accordance with ASTM F 402. 3.08 THRUST RESTRAINT A. Pipe anchors shall be spaced to divide pipe into sections. Anchors shall be located at valves, changes in direction of piping, and major branch connections. Anchors shall be of a type recommended by the pipe manufacturer and accepted by the ENGINEER. 8. On all piping, where sleeve type couplings and flanged adapters are located near fittings or valves, tie rods shall span across the coupling as specified herein to restrain movements of the pipe along its axial direction. Such restraints can be deleted if both ends of the pipe are anchored in a concrete structure with no fitting or valve occurring within the span length, in the suction piping to a pump where the coupling is between the pump and valve, or when the water pressure measured at the crown of the pipe is less than five feet. C. All sleeve type couplings shall be harnessed except where noted specifically on the Drawings. The harnessing shall be as shown on the Drawings or as specified herein. D. Where the distance between adjacent flanges is in excess of ten feet or where a harness can not be used, the .pipe supports adjacent to the coupling shall restrain the piping preventing any linear or angular movement resulting in the pipe separating from the coupling or misalignment in the joint. E. Where expansion joints are used, control units shall be provided. All tie rods and control units shall be installed in accordance with to the manufacturers recommended procedures. F. All buried tie rods and associated hardware shall be 316 stainless steel. G. In general, all valves and fittings shall be restrained in an acceptable manner such that the unbalanced force developed at them shall be supported independent of the piping system. 3.09 PIPING SCHEDULE A. This Section includes a schedule of piping specified in other Sections of Division 15. UNS03815000.doo(12-22-03 15000.9 Pump Station 7, 7A & 10 RehWitadon ON of Tamarac ! below finish grade to a maximum of 2,000 pounds per square foot. (Earth bearing values may be increased, if clearly substantiated by a soils analysis.) The line pressure shall be the product of the nominal cross sectional area of the pipe and the maximum internal Pressure anticipated for each type of pipe, The concrete shall be placed, unless shown otherwise on the Drawings so that the pipe joints and fittings will be acceptable. All underground restrained unrestrained joint piping and fittings shall be provided with concrete thrust blocks unless otherwise accepted by the ENGINEER. Whenever new tees or elbows are connected to existing pipelines, a concrete thrust block shall be installed, subject to ENGINEER acceptance. 3.04 FLANGED JOINTS A. Flanged joints shall be made up with full face gaskets as spedfied in the piping paragraphs. Flange faces shall have a uniform bearing on the gaskets. Flanges shall be drawn together uniformly until the joint is tight. No washers shall be permitted for the bolt and nut assemblies. The length of the bolts shall be uniform and in accordance with the standards specified herein. The bolt"s maximum projection beyond the end of the nut shall be 0.25-inch nor shall the bolt fall short of the end of the nut. 3.05 WELDED JOINTS F °+: -Welded joints shall be shop fabricated in accordance with the standards and specifications contained herein. 8. Field welding will be permitted for black carbon steel pipe where it can be demonstrated that the interior of the pipe can be satisfactorily lined and inspected. Welding in the field shall be performed only when requested on the shop drawings and accepted by the Owner and ENGINEER in writing as specified herein. C. All welding shall be performed in accordance with ANSI 831.1 and AWWA C 206 except as modified or supplemented herein. All welders shall be AWS certified in accordance with AWWA C206, and ANSI 831 requirements. D. Pipe and fittings with wall thicknesses of 3/16-inch and larger shall have ends beveled for welding. Bevels shall be 30E with a maximum of 37-1/2E. The abutting pipe ends shall be separated before welding to permit complete fusion to the inside wall of the pipe without overlapping. Welding shall be continuous around the joint and shall be completed without interruption. Welds shall be of the single vee butt type, of sound weld metal thoroughly fused into the ends of the pipe and into the bottom of the vee. Welds shall be free from cold spots, pin -holes, oxide inclusions, burrs, snags, rough projections or other defects. E. Filler metal for welding shall be of the same composition as the base metal. All welding of steel pipe flanges shall be in accordance with requirements of AWWA C207 and ANSI 631.1. F. Field repairs of cement mortar lining a welded joints shall be made in accordance with AWWA C205 Appendix A or AWWA C602. G. Field welds shall be "fixed position" type. U:US03B1WW.dwi2_22_o3 15000.8 Pump Station 7, 7A & 10 RehabRaUbn SHIPPING, HANDLING AND STORAGE Special care in handling shall be exercised during delivery, distribution and storage of pipe to avoid damage and setting up stresses. Damaged pipe will be rejected and shall be replaced at the CONTRACTOR"s expense. Pipe and specials stored prior to use shall be stored In such a manner as to keep the interior free from dirt and foreign matter. A- A E. F. No pipe shall be dropped from cars or trucks to the ground. All pipe shall be carefully lowered to the ground by .mechanical means. In shipping, pipe and fittings shall be blocked in such manner as to prevent damage to castings or lining. Any broken or chipped lining shall be carefully patched. Where it is impossible to repair broken or damaged lining in pipe because of its size, the pipe shall be rejected as unfit for use. All mechanical joint pipe shall be laid with 1/8-inch space between the spigot and shoulder of pocket. LAYING PIPE Proper and suitable tools and appliances for the safe convenient handling and laying of pipe shall be used and shall, in general, agree with manufacturers recommendations. At the time of laying, the pipe shall be examined carefully for defects, and should any pipe be discovered to be defective after being laid, it shall be removed and, replaced with sound pipe by the CONTRACTOR at his expense. The CONTRACTOR shall perform all earthwork including excavation, backfill, bedding, compaction, sheeting, shoring and bracing, dewatering and grading in accordance with the Section entitled, "Excavation and Backfill for Utilities". Upon satisfactory excavation of the pipe trench and completion of the pipe bedding, a continuous trough for the pipe barrel and recesses for the pipe bells, or couplings, shall be excavated by hand digging. When the .pipe is laid in the prepared trench, true to line and grade, the pipe barrel shall receive continuous, uniform support and no pressure shall be exerted on the pipe joints from the trench bottom. Pipe shall be installed in accordance with the manufacturers recommendation. Before being lowered into the trench, the pipes and accessories shall be carefully examined and the interior of the pipes shall be thoroughly cleaned of all foreign matter and other acceptable methods. At the close of each work day and during suspension of work for any reason at any time, a suitable stopper shall be placed in the end of the pipe last laid to prevent mud or other foreign material from entering the pipe. Lines shall be laid straight and depth of cover shall be maintained uniform with respect to finish grade, whether grading is completed or proposed at time of pipe installation. Where a grade or slope is shown on the Drawings, the CONTRACTOR shall use laser based surveying instruments to maintain alignment and grade. At least one elevation shot shall be taken on each length of pipe and recorded. No abrupt changes in direction or grade will be allowed. All underground piping shall be properly blocked at all fittings where the pipeline changes direction, changes site, or ends, using concrete thrust blocks. Concrete thrust blocks shall be sized so as to give bearing against undisturbed earth sufficient to absorb the thrust from line pressure, allowing an earth bearing of 200 pounds per square foot per foot of depth U.US038150W 60112-Z2-03 15000-7 Pump Station 7, 7A & 10 Rehabllitatlon CJty of Tamarac I 2.05 REINFORCED FLEXIBLE PIPE COUPLING A. Reinforced flexible piping couplings shall be as manufactured by Meng Rubber Company, General Rubber Co., Metraflex or equal. B. The coupling shall be rated for a working pressure of 150 prig and shall be constructed of Kevlar reinforcing and natural rubber elastomer rated for a maximum temperature of 180° F. A hypalon coating shall be applied to the exterior of the elastomer. C. All couplings shall have integrally molded flanges with split and bevelled galvanized steel retaining rings. Galvanized steel washers shall be provided at the point where the rings are Split. Bolt holes and bolt cirde patterns shall conform to the mating flange patterns as specified in the piping paragraphs. Coupling lengths shall be manufacturer's standard subject to ENGINEER'S review and acceptance. ' D. Control units shall be 316 stainless steel and shall be provided and installed with all flexible pipe couplings. The control unit shall be supplied by the coupling manufacturer. 2.06 PIPE INSULATION A. Hot and cold liquid piping, flues and engine exhaust piping shall be insulated. No unprotected hot piping shall be within reach of operating personnel or others. P T — EXECUTION 3.01 -"GENERAL P* The CONTRACTOR shall fumish all labor, tools, materials, and equipment necessary for installation and jointing of the pipe. All piping shall be installed in accordance with the Drawings in a neat workmanlike manner and shall be set for accurate line and elevation. All piping shall be thoroughly cleaned before installation, and care shall be taken to keep the piping clean throughout the installation. B. Before setting wall sleeves, pipes, castings and pipes to be cast in place, the CONTRACTOR shall check the Drawings and equipment manufacturers drawings which may have a direct bearing on the pipe locations. The CONTRACTOR shall be responsible for the proper location of the pipes and appurtenances during the construction of and renovation of the tanks and structures. C. Piping shall be attached to pumps, valves, equipment, etc., in accordance with the respective manufacturers' recommendations. This includes the use of flexible connectors as required. D. For piping assembled with threaded, solvent cemented, welded or soldered joints, liberal use of unions shall be made. Unions shall be provided close to main pieces of equipment and in branch lines to permit ready dismantling of piping without disturbing main pipe lines or adjacent branch lines. A minimum of one union per straight run of pipe between fitting and/or valves with multiple lengths of pipe shall be used. E. All changes in directions or elevations shall be made with fittings, unless otherwise shown. UWS03Bf 5 AOC112-22-03 15000.6 Pump Station 7. 7A & 10 RahahBttafinn 2,04 SLEEVE -TYPE COUPLINGS A. Constru ' n: Sleeve -type couplings shall be provided where shown, and shall be of similar material as the pipe, without pipe stop, and shall be of sizes to fit the pipe and fittings shown. The middle ring shall be not less than 1/4-inch in thickness and shall be either 5 or 7-inches long for standard steel couplings, and 16-inches long for long -sleeve couplings. The followers shall be single -piece contoured mill section welded and cold -expanded as required for the middle rings. They shall be of sufficient strength to accommodate the number of bolts necessary to obtain adequate gasket pressures without excessive rolling. The shape of the.follower shall be of such design as to provide positive confinement of the gasket. Bolts and nuts shall be Type 316 stainless steel. B. gioe Preparation: The ends of the pipe, where specified or shown, shall be prepared for sleeve -type couplings. Plain ends for use with couplings shall be smooth and round for a distance of 12-inches from the ends of the pipe, with. outside diameter not more than 1/644nch smaller than the nominal outside diameter of the pipe. The middle ring shall be tested by cold -expanding a minimum of one percent beyond the yield point, to proof -test the weld to the strength of the parent metal. The weld of the middle ring shall be subjected to an air test for porosity. C. �eAL Gaskets for sleeve -type couplings shall be rubber -compound material that will not deteriorate from age or exposure to air under normal storage or use conditions. The rubber in the gasket shall meet the following specifications: Color - Jet Black. 2. Surface - Non -blooming. 3. Durometer Hardness - 74 + S. 4. Tensile Strength -1000 psi Minimum. 5. Elongation -175 percent Minimum. D. The gaskets shall be immune to attack by the material which is being transported. All gaskets shall meet the requirements of ASTM D 2000, AA709Z, meeting Suffix 1313 Grade 3, except as noted above. E. IrIgulating Couplings:,Where insulating couplings are required, both ends of the coupling shall have a wedge-shaped gasket which assembles over a rubber sleeve of an insulating compound in order to obtain insulation of all coupling metal parts from the pipe. F. Restrained Joints: Where harnesses are required for sleeve -type couplings, they shall be in accordance with this requirements of the appropriate reference standard, or as shown. 1. Rockwell (Smith -Blair), Style 411. 2. Dresser, Style 38. 3. Ford Meter Sox Co., Inc., Style FC1 or FC3. 4. Mega -Lug _ -- Icnnn = Aimn Slain 7. 7A A 10 Rehabilitation B. MCI Elinges: Blind flanges shall be in accordance with ANSI/AWWA C207, or with the standards for miscellaneous small pipes. All blind flanges for pipe sizes 12-inches and over shall be provided with lifting eyes in the form of welded or threaded eye bolts. C. Flange Cogling:1 All machined faces of metal blind flanges and pipe flanges shall be coated with a temporary rust -inhibitive coating to protect the metal until the installation is completed. D. I� aBob: If studs are required, they shall be in accordance with ASTM A 307, Grade B, with heavy hex nuts. Machine bolts shall normally be used on all flanged connections and shall be in accordance with ASTM A 307, Grade A, with hex nuts. If studs are required, they shall extend through the nuts a minimum of 1/4-inch. All bolts and nuts shall be Type 316 stainless steel. E. Flance Gaskets: Gaskets for flanged joints shall be of materials as specified in piping sections. Blind flanges shall have gaskets covering the entire inside face of the blind flange and shall be cemented to the blind flange. Ring gaskets shall not be permitted. F. Flange Gasket Suppliersar I: 1. John Crane 2. Garlock 2.03 MECHANICAL -TYPE COUPLINGS (GROOVED OR BANDED PIPE) A. G Herat: Mechanical -type couplings shall be provided where shown. Buried or submerged couplings shall have Type 316 stainless steel bolts and nuts. "437 tiers for I P' a Cowlings. -or a ual: 1. Victaulic Style 41 or 44 (banded). 2. Victaulic Style 77 or 07 (grooved). 3_ Gustin-Bacon (banded or grooved). Note: Steel pipe couplings shall be furnished with grade E rubber gaskets. C. Sou tiers for Ductile Iran Pipe Couplings, or equal: 1- Victaulic Style 31. 2. Gustin-Bacon. Note: Ductile iron pipe couplings shall be furnished with grade M flush seal gaskets. D. Su tiers f r P E!iDe Couplings, ore ua 1. Victaulic Style 775. 2. Gustin-Bacon. Note: PVC pipe couplings shall be furnished with grade E gaskets and radius cut or standard roll grooved pipe ends. U. US0381Ww.dodi2-29_m , 9„I„ , N: MANUFACTURER'S SERVICE REPRESENTATIVE A. Where the assistance of a manufacturers service representative is advisable, in order to obtain correct pipe joints, supports, or special connections, the CONTRACTOR shall furnish such assistance at no additional cost to the Owner. 1.07 MATERIAL DELIVERY, STORAGE, AND PROTECTION A. All piping materials, fittings, valves, and accessories shall be delivered in a clean and undamaged conditions and stored off the ground, to provide protection against oxidation caused by ground contact. All defective or damaged materials shall be replaced with new materials. 1.08 CLEANUP A, After completion of the work, all remaining pipe cuttings, joining and wrapping materials, and other scattered debris, shall be removed from the site. The entire piping system shall be handed over in a clean and functional condition. PART 2 — PRODUCTS 2.01 GENERAL A. All pipes, fittings, and appurtenances shall be installed in accordance with the requirements of the applicable Sections of Division 2 and furnished as .specified herein. B. Pie Supports: All pipes shall be adequately supported in accordance with the -Section-entitled "Pipe;Supports,"..end::asx-shown. requirements of the C. Lining_ All requirements pertaining to thickness, application, and curing of pipe lining, shall be in accordance with the requirements of the applicable Sections of Division 15, unless otherwise specified. D. fd2l= All requirements pertaining to thickness, application, and curing of pipe coating, are In accordance with the requirements of the applicable Sections of Division 15, unless otherwise specified. Pipes above ground or in structures shall be field -painted in accordance.with the Section entitled "Painting." E. Prgssure Rating: All piping systems shall be designed for the maximum expected pressure. 2.02 PIPE FLANGES A. FI es: Where the design pressure is 125 psi or leas, flanges shall conform to either ANSI/AWWA C115/A21.15 Class D or ANSI B16.1 125-lb class. Where the design pressure is greater than 150 psi, up to a maximum of 250 psi, flanges shall conform to either ANSI/AWWA C115/21.15 or ANSI 816.1250-lb class. Flanges shall have fiat faces and shall be attached with bolt holes straddling the vertical axis of the pipe unless otherwise shown. Attachment of the flanges to the pipe shall conform to the applicable requirements of ANSI/AWWA 115/21.15. Flanges for miscellaneous small pipes shall be in accordance with the standards specified for these pipes. .__......_. _,_ _ 49A1V _I Pumn Station 7. 7A d 10 Rehabilitation material's compliance with the Contract Documents. Partial or incomplete submissions will be returned to the CONTRACTOR without review. C. Data to be submitted shall include, but not be limited to: Catalog Data consisting of specifications, illustrations and a parts schedule that Identifies the materials to be used for the various piping components and accessories. The illustrations shall be in sufficient detail to serve as a guide for assembly and disassembly. 2. Complete layout and installation drawings with clearly marked dimensions and elevations. Piece numbers which are coordinated with the tabulated pipe layout schedule shall be clearly marked. Piping layout drawings shall indicate the following additional information; pipe supports, location, support type, hanger rod size, insert type and the load on the hanger in pounds. 3. Weight of all component parts. 4. Design calculations above specified. 5. Tabulated pipe layout schedule which shall include the following information for all pipe and fittings, service, pipe size, working pressure, wall thickness and piece number. D. Certific do : Prior to installation, the CONTRACTOR shall furnish an Affidavit of Compliance certified by the pipe manufacturer that the pipe, fittings and specials furnished under this Contract comply with all applicable provisions of AWWA and these specifications. No pipe or fittings will be accepted for use in the Work on this project until the affidavits have been submitted and accepted in accordance with the Section entitled "Submittals." E. All expenses incurred in making samples for certification of tests shall be borne by the CONTRACTOR. 1.05 QUALITY ASSURANCE A.. sts: Except where otherwise specified, all materials used in the manufacture of the pipe shall be tested in accordance with the applicable Specifications and Standards. B. Welding Reguirerngnts: All welding procedures used to fabricate pipe shall be pre -qualified under the provisions of ANSI/AWS D1.1. Welding procedures shall be required for, but not necessarily limited to, longitudinal and girth or spiral welds for pipe cylinders, spigot and bell ring attachments, reinforcing plates and ring flange welds, and plates for lug connections. C. Welder Qualifi f ns: All welding shall be done by skilled welders, welding operators, and tackers who have had adequate experience in the methods and materials to be used. Welders shall be qualified under the provisions of ANSIJAWS D1.1 by an independent local, acceptable testing agency not more than 12 months prior to commencing work. Machines and electrodes similar to those used in the Work shall be used in qualification tests. The CONTRACTOR shall furnish all material and bear the expense of qualifying welders. U:US03B1WMA0 i2-22-03 15000-2 PUMP Station 7, 7A & 10 RahaUltafion ^I.- _X __ _ - - SECTION 15M -- PIPING, GENERAL 1.01 WORK INCLUDED A. The CONTRACTOR shall furnish and install all piping systems shown and specified, In accordance with the requirements of the Contract Documents. Each system shall be complete with all necessary fittings, hangers, supports, anchors, expansion joints, flexible connectors, valves, accessories, lining and coating, testing, disinfection, excavation, and backfill, to provide a functional installation. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Submittals B. Excavation and backfill for utilities C. Cast -in -place concrete. D. Metals. E. Painting 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Commercial Standards' ANSI B16.1 ANSI B16.5 ANSI/AWS D1.1 ASTM A 307 ASTM A 325 ASTM D 792 1.04 CONTRACTOR SUBMITTALS Cast Iron Pipe Flanges and Flanged Fittings, Class 125. Pipe Flanges and. Flanged Fittings, Steel Nickel Alloy and other Special Alloys. Structural Welding Code. Specification for Carbon Steel Externally Threaded Standard Fasteners.. Specification for High Strength Bolts for Structural Steel Joints. Test Methods for Specific Gravity and Density of Plastics by Displacement. A. The CONTRACTOR shall submit complete shop drawings and certificates, test reports, affidavits of compliance, of all piping systems, in accordance with the requirements in the Section entitled, "Submittals," and as specified in the individual piping sections. B. Each shop drawing submittal shall be complete in all aspects incorporating all information and data listed herein and all additional information required to evaluate the proposed piping U:US03B15000.doc112-22-03 15000-1 pump Station 7, 7A & 10 Rehablitadon ON of Tamarac i 3.02 SPARE PARTS A. The spare parts which are identical and interchangeable with the original parts shall be furnished in clearly identifiable and labeled containers. The spare parts listed below shall be provided for each series of pumps. One (1) - set of motor and pump bearings One (1) - complete mechanical shaft seal assembly Two (2) - sets of gaskets and O-ring seals 3.03 INSTALLATION A. The CONTRACTOR shall install the pumps and appurtenances in accordance with the manufacturer's Instructions and recommendations. The Vendor shall fumish the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. B. The CONTRACTOR shall install and adjust the pumps in such a manner that connecting piping will not impose any strain whatever on any pump. Pump shall be set upon level, fully grouted foundations so that connecting flanges, screwed connection, or flexible connections will meet without strain or distortion. 3.04 PAINTING A. Before exposure to weather and prior to shop painting, all surfaces shall be thoroughly cleaned, dry and free from all mill/scale, rust, grease, dirt and other foreign matter. B. All pumps and motors shall be shop coated with an epoxy system for use in raw wastewater applications. C. Gears, bearing surfaces and other similar surfaces obviously not to be painted, shall be given a heavy shop -coat of grease or other suitable rust -resisting coating. This coating shall be maintained as necessary to prevent corrosion during periods of storage and erection and shall be satisfactory to the Engineer up to the time of final acceptance test. D. Surface Preparation - White Metal Blast Cleaning: Blast cleaning to "white" metal to remove mill scale, rust, or other foreign matter by the use of abrasives propelled through nozzles or other acceptable means as covered by SSPC-Sp. G (Steel Structures Painting Council). 1. "White" metal is defined to mean a surface with a Grey -White, uniform metallic color, slightly roughened to form a suitable anchor pattern. This surface shall be free of all visible mill scale, rust, paint, oil, grease, chemicals, and/or other foreign matter. 2. General: Fabricated steel to be shop blasted primed with one coat of primer. Primer shall be compatible with Epoxy coating system Amercoat No. 234. Finish paint shall be applied in the field by Owner after final assembly and testing 3. Drive Units: To be shop blasted primed with two coats of manufacture's standard epoxy paint suitable for installation in a process waste wet well. - END OF SECTION - C:SPec 11130ADC 11130-6 Pump Station 7, 7A & 10. Rehabf7itabbn 2,03 SCHEDULE OF OPERATING CONDITIONS AND PERFORMANCE FOR SUBMERSIBLE NON -CLOG PUMPS Oporating Char risti Number of Units Manufacturer Model Impeller (inch) Design Capacity (gpm) Total Dynamic Head (feet) Motor Horsepower (non - overloading) Motor Speed (rpm) PART 3 - E ECUTION 3,01 TESTING P. S No 7 PS No. 10 2 2 2 ABS ASS ABS AFP 1047 AFP 1040 AFP 1047 M210/41) M35/4D M210/4D 9.84 6.97 9.84 500 250 500 91 22 91 28.1 Hp 4.7 Hp 28.1 Hp 1,760 1,760 1,760 A. The pump manufacturer shall perform the following inspections and tests on each pump before shipment from factory: 1. Impeller, motor rating and electrical connections shall be checked. 2. A motor and cable insulation test for moisture content or insulation defected shall be made. 3. Prior to submergence, the pump shall be run dry. to establish correct rotation and mechanical integrity. 4. The pump shall be run for 30 minutes submerged, a minimum of six (6) ft. under water. 5. After operational Test No. 4, the insulation Test (No. 2) shall be performed again. 6, After operational Test No. 5, the pump shall be run continuously unsubmerged for 2 hours under full load with no damage to the motor. During this test, the pump shall demonstrate compliance with the specified performance for flow, head, and horsepower and shall. experience a heat rise of not greater than 45°C (80°F) above ambient temperature. B. A certified written report stating the foregoing tests have been completed shall be supplied with each pump at the time of shipment. ...1--- 4440A A- M30.5 Pump Station 7, 7A & 10 Rehabilitation motor housing, shall contain one stationary carbon seal ring and one rotating seal ring made from corrosion resistant Cr-steel. Each seal interface shall be held in contact by its own spring system. The seals shall not require routine maintenance, or adjustment, and shall not be dependent on the direction of rotation for proper sealing. Each pump shall be provided with a lubricant chamber for the shaft sealing system which shall provide superior heat transfer and maximum seal cooling. The lubricant chamber shall be designed to prevent overfilling, and to provide lubricant expansion capacity. The drain and inspection plug shall have a positive anti -leak seal, and shall be easily accessible from the outside of the pump. The seal system shall not rely upon the pumped media for lubrication and shall not be damaged when the pump is run dry. The following seal types shall not be considered acceptable or equal: Seals of proprietary design, or seals manufactured by other than major independent seal manufacturing companies. Seals requiring set screws, pins, or other mechanical locking devices to hold the seal in place, conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal faces, cartridge type systems, any system requiring a pressure differential to seat the seal and ensure sealing. L. An electrical probe shall be provided in the oil chamber for detecting the presence of water in the oil chamber. This probe shall be provided for both standard and explosion proof versions. A solid-state device mounted in the pump control panel or in a separate enclosure shall send a low voltage, low amperage signal to the probe. If water enters the oil chamber, 4*10robe shall signal the solid state relay in the control panel. The relay shall then energize a warning light on the control panel, or cause the pump to be shut down (optional). Float switches, dual probes, or any other monitoring devices located in the stator housing are not considered to be early warning systems, and shall not be considered equal. Each pump shaft shall rotate on permanently lubricated, greased bearings. The u pper bearing shalt be a weep grooved ball bearing and the lower bearings shall be heavy duty double row angular ' contact ball bearing. Bearings shall be of sufficient size and properly spaced to transfer all -•= dil I and axial loads to the pump housing and minimize shaft deflection. B-1 Q bearing life shall be a minimum of 50,000 hr. M. A heavy-duty Type 316 stainless steel lifting bail shall be included and be of adequate strength to lift the entire pump and motor assembly. Each pump shall be provided with a stainless steel cable or chain for installation and removal of the pump. The lifting cable shall attach to the pump bail and locate the pump on the discharge elbow. C:sp" 11130.docm8-13-01 111304 Pump Stedon 7, 7A & 10 Rehobl/ltsdon F. 2 chart shall be provided upon request showing curves for torque, current, power factor, input kW, output HP and efficiency. This chart shall also include data on starting and no-load characteristics. The rotor bars and short circuit rings shall be made of cast aluminum. The motor shall be designed for continuous duty, completely submerged or unsubmerged. For unsubmerged (dry pit) applications, a cooling jacket shall be fitted to the motor to allow the pumped fluid to be circulated around the motor for cooling with the provisions under the "Cooling System" section of this specification. Motor shall be suitable for use in Class I, Division 1, hazardous locations. The explosion proof variant shall be FM rated explosion proof for Class I, Division I, Groups C & D Each unit shall be able to be provided with an adequately designed cooling system. The cooling jacket shall surround the stator housing, thereby providing heat dissipation of the motor. Impeller back vanes shall provide the necessary circulation the pumped media through the cooling jacket. The impeller and back plate interface shall Incorporate dimensional tolerances designed to prevent damaging particles from entering the cooling jacket. In addition, the back of the impeller shall incorporate a cutter design which ensures that stringy or fibrous material can not enter the cooling jacket. The cooling jacket shall be a non -clog design by virtue of these features, and dean out ports on the cooling jacket shall not be required. Motor shaft shall be one-piece, 416 stainless steel.,, -Carbon steel shafts.or-shaft-sleeves are not acceptable. Rotor is to be dynamically balanced, to meet NEMA vibration limits; all external hardware is to be stainless steel. . The cable entry design shall not require specific torque requirements to insure a watertight seal. The cable entry shall consist of a cylindrical, slastomer.grommet, flanked by stainless steel washers. A cable cap incorporating a strain relief shall mount to the cable entry boas compressing -the grommet ID to_the?cable,while:the,.grommet OD�seals.against the bore of the cable entry. The entry as part of the motor shall be rated as explosion proof for Class 1, Division I, Groups C & D locations. The junction chamber with terminal board shall fit to the cable entry boss. The junction chamber shall be equipped with a removable cover allowing for cable removal or voltage change without opening the motor. The junction chamber shall be sealed from the motor by means of a sealing gland. I. The power cables shall be sized according to NEC and CSA standards and shall be of sufficient length to reach the junction box without requiring splices at a minimum of 40ft. The outer jacket of the cable shall be oil resistant chloroprene rubber, and shall be capable of continuous submerged operation underwater to a depth of 85 feet. J. Each phase of the motor shall contain a bi-metallic temperature monitor in the upper portion of the stator windings. These thermal switches shall be connected in series and set to open at 1400C +/- 5°C. They shall be connected to the control panel, and used in conjunction with and supplemental to external motor overload protection. K. Each pump shall be equipped with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydro -dynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary industrial duty silicon -carbide seal ring and one rotating industrial duty silicon -carbide seal ring. The upper, secondary seal unit, located between the lubricant chamber and C_Soec 11130.doW0&13-01 11130-3 pump Stafion 7, 7A & 10 Rehabilitation B. The pumps, electric motors and couplings shall be standard product of manufacturer which has produced and sold such pumps, couplings and motors for a period of at least (5) years for similar service. C. Pumps and motors shall be manufactured by I8O.9001 certified companies only. 2.02 MATERIALS A. The pumps and all related equipment shall be specifically designed to handle raw unscreened sewage. The pump shall be of radial design with bottom suction, side discharge construction and shall be supplied with a foot mounted discharge connection which allows for bolt -on elbow and sliding rail removal system of the pump manufacturer's design matched to the pumps being supplied. The pump shall be so designed that it may be lowered to or raised from its place In the wet well by chain or cable and accurately guided by a single Type 316 stainless steel pipe guide rail. B. The impeller shall be of gray cast iron, ASTM A-48, Class 40 and shall be of the semi -open, non -dogging dynamically balanced single vane design capable of passing a minimum of 3" diameter spherical solids. The impeller shall have a slip fit into the motor shaft and drive key and shall be fastened to the shaft by a stainless steel bolt which is mechanically prevented from loosening by a positively engaged ratcheting washer assembly. Recessed impellers are not acceptable. C. The pump volute shall be single piece gray cast iron, ASTM A48, Class 40, non -concentric design with centerline discharge. Passages shall be smooth and large enough to pass any solids which may enter the impeller. Minimum discharge size shall be as specified. The discharge flange design shall permit attachment to standard ANSI or DIN flanges/appurtenances D. Y The sliding guide bracket shall be a separate part of the pumping unit, capable of being attached to standard ANSI or DIN pump flanges so that the base is interchangeable with other pumps and not limited to a specific pump. The assembly shall be FM approved explosion -proof. Non standard flange. dimensions shall not be considered acceptable. There shall be no need for personnel to enter the wet well to remove or reinstall the pump(s). Positive sealing of the pump to the discharge elbow shall be accomplished by a field replaceable Nitrile rubber profile gasket mechanically held in place between the pump and the sliding guide bracket. Metal to metal contact between the pump and discharge elbow shall not be considered acceptable. No portion of the pump shall bear directly on the floor of the sump. The pump with its appurtenances and cable shall be capable of continuous submergence to a depth of 65 feet. E. The motor housing shall be gray cast iron, ASTM A48 Class 40 and the motor shall be of the squirrel -cage induction shell type design, housed in an air filled, water fight chamber (NEMA B type) and shall be capable of continuous submerged operation underwater to a depth of 65 feet. The stator windings and stator leads shall be insulated with moisture resistant Class F insulation rated for 1550C (311° F). The stator shall be heat -shrink fitted into the stator housing. The use of bolts, pins or other fastening devices requiring penetration of the stator housing is unacceptable. The motor shall be designed for continuous duty handling pumped media of 400C (1040 F) and capable of handling up to 12 evenly spaced starts per hour. The service factor (as defined by NEMA) shall be a minimum of 1 A 0. The motor shall have a voltage tolerance of +/-10% from nominal. A performance C:Sec 11 130.dXM. 13-01 11130-2 Pump Station 7, 7A & 10 Rehabilitation SECTION 11130 — SUBMERSIBLE NON -CLOG PUMPS I — QEbIERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish and install submersible non-ciog pumps at the locations shown on the Drawings and as specified herein. All pumps shall be supplied by the same manufacturer. B. The complete installation shall be free from excessive vibration, cavitation, noise, and oil or water leaks 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Division 1 - General Requirements B. Division 5 -Metals C. Section 09900 - Painting D. Section 11000 - Equipment General Provisions E. Section 11100 - Pumps General F. Division 19 - Electrical G. Division 11- Instrumentation 1.03 ' ' REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Shall be as specified in Section 01090, Reference Standards. 1.04 CONTRACTOR'S RESPONSIBILITY A. The services of a qualified manufacturer's technical representative shall be provided for a period of not less than two (2) days as follows: 1. At least one trip of one (1) day to check and supervise the equipment installation and field tests. 2. One trip of one (1) day to supervise initial start-up and operation and to instruct the Owner's personnel in proper operation and maintenance of the equipment. PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURER A. Each pump shall be a submersible, non -clog, centrifugal pump, as manufactured by ABS, or approved equal. C:Spec 11130.dwAh-13-01 11130-1 Pump Station 7, 7A & 10 Rehawitation r.v..-AT-....�+.... 3.02 PROTECTIVE COATING A. All exposed materials, except corrosion -resistant metals which have not been shop painted, shall be field coated as specified in Section entitled "Painting". Shop painted items which suffered damage to the shop coating shall be touched up as specified in Section entitled "Painting." 6. Gears, bearing surfaces, and other similar surfaces obviously not to be painted shall be given a heavy shop coat of grease or other suitable rust -resistant coating. This coating shall be maintained as necessary to prevent corrosion during periods of storage and erection and shall be satisfactory to the ENGINEER up to the time of the final acceptance. - END OF SECTION - VUS03B11100AOC /12-22-03 11100-10 Pumn gMffAn 7 74 1 fn J. Drive shaft dimensions and, where applicable, the location of steady bearing supports are shown approximately to scale on the drawings. Exact dimensions and support arrangements will depend on the motor and pump which the CONTRACTOR proposed to Install. The CONTRACTOR shall submit complete shop drawings and specifications to the ENGINEER for review of the drive shaft arrangement proposed. K. The drive shaft manufacturer shall furnish to the CONTRACTOR complete installation instructions for the equipment furnished. The CONTRACTOR shall install the drive shaft assemblies per the manufacture's instructions. The shafts shall be installed with a minimum of one degree offset and a maximum of five degrees offset at each universal joint. L. The CONTRACTOR shall furnish and install a heavy-duty shaft guard for all drive shafting which is less than 7 feet above floor or platform level in accordance with the provisions of Paragraph 1910.210 of OSHA Rules and Regulations. Provision shall be made in the guard as necessary for lubrication and inspection access of the joints and bearings without the necessity of removing the entire guard assembly. M. All drives and shafting shall comply with the requirements of Section entitled "Materials and Equipment" of the specification. N. The L-10 bearing life for all pump, motor and drive bearings shall be 60,000 hours, unless specified elsewhere to be higher. 3.01 INSTALLATION A. Geaergt Pumping equipment shall be installed in accordance with the manufacturer's recommendations, acceptable procedures submitted with the shop drawings and as indicated on the Drawings, unless otherwise accepted by the ENGINEER. e, 6fignMg= Equipment shall be field tested to verify proper alignment, operation as specified, and freedom from binding, scraping, vibration, shaft run out, or other defects. Pump drive shafts shall be measured just prior to assembly to ensure correct alignment without forcing. Equipment shall be secure In position and neat in appearance. Pumping equipment shall be installed and adjusted in such a manner that connecting piping does not impose 'any strain whatsoever on any pump. Pumps shall be set so that connecting flanges, screwed and flexible connections meet without strain or distortion. C. Lubd n The installation work shall include furnishing the necessary oil and grease for Initial operation. D. ' Connections: All motors shall be connected to the conduit system by means of a short section (18 inch minimum) of weatherproof flexible conduit, unless otherwise indicated. For connections for No. 6 AWG and smaller wire size, the CONTRACTOR shall furnish flexible conduit with an acceptable grounding conductor inside the flexible section. For connections of No. 4 AWG or larger wire size, the CONTRACTOR shall install a grounding conduction in the conduit and terminate at the motor control center with an acceptable grounding clamp. ......-,..,�....,n �__ Mn nn nh 111() Q Pump Station 7, 7A & to RehBWlltadon 2.04 PUMP REQUIREMENTS - GENERAL (DRY PIT) A. EJAD922: Suction and discharge flanges shall conform to ANSI standard 816.1 or B16.5 dimensions. B. 1:1111q0oles: Handholes on pump casings shall be shaped to follow the contours of the casing to avoid any obstructions in the water passage. C- Mee : Mechanical seal designs shall be selected for highest reliability and for rugged service. Mechanical seals shall be provided where required by the Specifications. Unless the pump manufacturer recommends better seal for a specific application, the following mechanical seal shall be furnished with the pumps: Chemicals, and Single seals: Corrosive Liquid John Crane Type 8-1, 9;. Pumps Borg-Warner Type Q, QB; or equal. Clean Water Single seals: Pumps, John Crane, Type I, 21; Hot and Cold Borg-Warner Type L; or equal. D. For all seal arrangements, a buffer fluid must be circulated a minimum 10 psi above pump discharge pressure, or as required by manufacturer, in order to maintain reliable seal performance. E. Preferred seals for all services other than chemicals and corrosives should be equipped with non -clogging, single coil springs and non -sliding, internal, secondary elastomers. Metal parts are to be of 300 series, stainless steel. F. :.Drive Couplbg-s ,and ,Shafting: Flexible couplings for direct driven pumps shall be as -;14,manufactured by Falk, Dodge or equal and shall be furnished with guards in accordance with OSHA Rules and Regulations. Spacer couplings shall be provided where necessary to allow removal of the pump rotating element without disturbing the driver. G. Where so indicated on the Drawings or specified, pumps shall be driven with drive shafting consisting of one or more shah: connected with universal joints, steady bearings as required, splined slip joints, and coupling flanges. The drive shafts shall be types WL, WV -A, WV-B, or WV-C as manufactured by H.S. Watson Company, equivalent models by Parrish Power Products, or equal. H. Drive shaft assemblies shall be sized for AFBMA L-10 bearing lifetimes of not less than 16,000 hours unless otherwise specified hereinafter in the individual pump specifications. In addition, shafting length and stiffness shall be such that critical speed conform to the following requirements: 1. For constant speed pumps, operating speed shall not be more than 75 percent of critical speed, nor within the range of 44 percent to 56 percent of critical speed. I. This may require a heavier shaft than is required to achieve the above lifetime requirements. All shafting shall be dynamically balanced in accordance with the recommendations of the shafting manufacturer. U.US03t311100.d00 112-22-03 11100-8 Pump Station 7, 7A & 10 Rehabilltatlon manufacture and the CONTRACTOR shall, upon request of the ENGINEER, furnish the names of not less than five (5) successful installations of the manufacturer's equipment of comparable nature to that offered under this contract. C. All combinations of manufactured equipment which are provided under these Specifications shall be entirely compatible, and the CONTRACTOR shall be responsible for the compatible and successful operation of the various components of the units conforming to specified requirements. Each unit. of pumping equipment shall incorporate sill basic mechanisms, coupling, electric motor or engine drive and unit mounting. All necessary mountings and appurtenances shall be included. D. Where 2 or more units of the same type and/or size of pumping equipment are required, such units shall all be produced by the same manufacturer. 2.02 MATERIALS A. All materials employed in the pumping equipment shall be suitable for the intended application; material not specifically called for shall be high-grade, standard commercial quality, free from all defects and imperfection that might affect the serviceability of the product for the purpose for which it is intended, and shall conform to the following requirements unless otherwise specified in individual pumping equipment specifications: 1. Cast iron pump casings and bowls shall be of close -grained gray cast iron, conforming to ASTM A 48, or equal. 2. Bronze pump impellers shall conform to ASTM B 584. .3. Stainless steelpump shafts shall be of Type 400, Series. Miscellaneous stainless steel parts'shall be -of Type 304 except in septic -environment where,they�shall be Type 316. 4. All anchor bolts, nuts and washers shall be type 316 stainless steel, unless otherwise specified in individual pumping equipment specifications. 2.03 PUMP APPURTENANCES A. Ulamenlates_ Each pump shall be equipped with a stainless steel nameplate indicating rated head and flow, pump size and type, impeller size, pump speed, and manufacturer's name and model and serial number. B. Solenoid Valves: Where required, the pump manufacturer shall furnish and install solenoid valves on the water or oil lubrication lines. Solenoid valve electrical rating shall be compatible with the motor control voltage and shall be furnished complete with all necessary conduit and wiring installation from control panel to solenoid. C. Pressure Gages_ All pumps (except sump pumps) shall be equipped with pressure gages installed on the discharge lines. Pressure gages shall be located in a representative location, where not subject to shock or vibrations, in order to achieve true and accurate readings. UNSM11100.&c /12-22-03 11100-7 Pump Station 7, 7A & 10 RehaWifatbn 11A, of Tcmnror 1.06 MANUFACTURER'S SERVICE REPRESENTATIVE A. The services of the manufacturers representative shall be provided for periods stated in the following schedule: *During the operation trip the CONTRACTOR, through the manufacturer, shall instruct the CITY's personnel as specified in Section entitled "Equipment General Provisions" and Division 1. Any additional time required to achieve successful installation and operation shall be at the expense of the CONTRACTOR. The manufacturers representative shall sign in and out at the office of the ENGINEER on each day he is at the project. B. ,..The CONTRACTOR shall coordinate a meeting between the panel manufacturer and motor manufacturers prior to fabrication of control panel. All motor capacity requirements shall be .provided to the panel manufacturer at this meeting. 1.07 CLEANUP A . After completion of the installation and testing, the CONTRACTOR shall remove all debris ,from the site, clean all the pumping equipment and controls, and hand over his work in perfect operating condition. 1.08 GUARANTEES, WARRANTIES A. After completion, the CONTRACTOR shall furnish to the CITY, the manufacturers all the written guarantees that the pumping equipment will operate with the published efficiencies, heads, and flow ranges and meet these specifications. PART 2 - PEK DUCTS 2.01 GENERAL A. Wherever it is specified that a single Supplier shall be responsible for the compatible and successful operation of the various components of any pumping equipment, it shall be understood to mean that the CONTRACTOR shall furnish and install only such pumping equipment as the designated single Supplier will certify is suitable for use with its equipment and with the further understanding that this in no way constitutes a waiver of any specified requirements. B. All manufactured items provided under this Section shall be new, of current manufacture, and shall be the products of reputable manufacturers specializing in the manufacture of such products; such manufacturers shall have had previous experience in such U. US038i 1100. DC 112-22.03 11100-6 PuffW Station 7, 7A & 10 RehabMation the past 12 months. In case of failure of any unit to meet the test requirements, the manufacturer shall make such alterations as are necessary, and the tests shall be repeated without additional cost to the CITY until the equipment test is passed. 2. : All motors of sizes 10 horsepower and larger, shall be assembled, tested, and certified at the factory and the working clearances checked to Insure that all parts are properly fitted. The tests shall be in accordance with ANSI/IEEE 112 and ANSUIEEE 116 standards, including heat run and efficiency tests. All computations shall be recorded and four (4) certified and dated copies of the test results shall be furnished to the ENGINEER. 3. All pumping units shall be field tested after installation, in accordance with the Contract Documents, to demonstrate satisfactory operation, without causing excessive noise, vibration, cavitation, and overheating of the bearings. The field testing shall be performed in the presence of an experienced field representative of the manufacturer of each major item of equipment, who shall supervise the following tasks and shall certify in writing that the equipment and controls have been property installed, aligned, lubricated, adjusted, and readied for operation: a. Start-up, check, and operate the equipment over the entire speed range. The vibration shall be within the amplitude limits recommended in the Hydraulic Institute Standards and it shall be recorded at a minimum of-4 pumping -conditions defined by the ENGINEER. b. Pump performance shall be documented by obtaining concurrent readings, showing motor voltage, amperage, pump suction head, and pump discharge head, for at least 4 pumping conditions at each pump rpm.,Each power. lead to the motor shall be checked for proper current balance. c. Bearing temperatures shall be determined by a contact -type thermometer. A running time of at least 20 minutes shall be maintained for this test, unless liquid volume available is insufficient for a complete test. d. Electrical and instrumentation testing shall conform to applicable sections of these Specifications. e. The field testing shall be witnessed by the CITY or its representative. In the event any of the pumping equipment fails to meet the above test requirements, it shall be modified and retested in acoordance with the requirements of these Specifications. The CONTRACTOR shall then certify In writing that the equipment has been satisfactorily tested, and that all final adjustments thereto have been made. Certification, shall Include date of final acceptance test, as well as a listing of all persons present during tests, and resulting test data. The costs of all work performed in this. Paragraph by factory -trained representatives shall be home by the CONTRACTOR. 4. 6MOOM. In the event of failure of any pump to meet any of the above requirements or efficiencies, the CONTRACTOR shall make all necessary modifications, repairs, or replacements to conform to the requirements of the Contract Documents and the pump shall be re -tested at no additional compensation, until found satisfactory. U_USMI f 100.doc 112-22-03 11100-5 pump Station 7, 7A & 10 RehabNitarlon Information not applicable to the specific piece of equipment installed on this project shall be struck from the Manual by the CONTRACTOR. Information provided shall include a source Of replacement parts and names of service representatives, including addresses and telephone numbers. When written instructions include shop drawings and other information previously reviewed by the ENGINEER, only those editions which were accepted by the ENGINEER, and which accurately depict the equipment installed, shall be incorporated in the O&M Manual. Maintenance and Lubrication Schedules: The CONTRACTOR shall include in the O&M Manual, for all furnished mechanical and electrical equipment including switchgear and MCC's, instrumentation, valves, gates, etc., complete maintenance and lubrication schedules. Separate forms will be submitted for each piece of equipment. Sample forms are included at the end of this section. D. ar Parts: The CONTRACTOR shall provide a list of suggested spare parts of all items of each pump, motor, Impellers and drive, subject to wear, such as seals, packing, gaskets, nuts, bolts, washers, wear rings, etc., as well as a set of spare bearings. He shall furnish all these parts suitably packaged and labeled in a box as described above for tools. E. Maintenance: Printed instructions relating to proper maintenance, including lubrication, and " Pgrts lists indicating the various parts by name, number, and diagram where necessary, shall be furnished in duplicate with each unit or set of identical units in each pumping station. A recommended spare parts list shall be included. F. Field -Procedures: Instructions for field procedures for erection; adjustments, inspection, .":raid testing shall be provided with the shop drawings. 1.05 —'2 ALITY ASSURANCE A. EWO-rmaDce Curves: All centrifugal pumps shall have a continuously rising curve. In no case shall the required horsepower at any point on the performance curve exceed the rated horsepower of the motor or engine. B. Equipment Testing• The CONTRACTOR shall be responsible for the coordination of the following tests of each pump, drive, and motor. Pump tests shall utilize the actual motors and pump -motor bases to be furnished with the pumping equipment. Use of the pump manufacturers standard test motors is not acceptable. 1, eral: Tests shall be performed in accordance with the Standards of the Hydraulic Institute, Inc. Tests shall be performed on the actual assembled unit from shut-off head condition to 25 percent above the required design capacity. Prototype model tests will not be acceptable. Pump shop tests shall be made by the manufacturer and certified curves shall be submitted prior to witnessed tests. The shop tests shall consist of standard IEEE tests of motors, operation of the pumps and motors installed on the actual pump and motor bases to be furnished for proper balance of equipment and all other requirements as specified under this section. Pumps motors and drives shall be factory witness -tested, as defined herein. All electronic transducers, meters, gauges, and test instruments shall be calibrated within 30 days prior to the scheduled test and certified calibration data shall be provided. Differential pressure type flow meters, such as venturis, are preferred, and shall have been calibrated and its accuracy certified within U:US03B11100.dac/12-22-03 11100-4 pump Station 7, 7A & 10 Rehabilitation 4. General cutaway sections, materials, dimension of shaft projections, shaft and keyway dimensions, shaft diameter, dimension between bearings, general dimensions of pump, suction head bolt orientation, design or baseplate, and anchor bolt locations and forces. 5. Electrical data Including control and wiring diagrams. 6. Pump drive and motor data in accordance with Section entitled "Electric Motors". i. Calculations for L-10 bearing life, shaft size, coupling size and anchor bolt size. 8. Uncrated weight of the pump, weight of heaviest part of pump. 9. Foundry certificates and results of Brinnell hardness testing showing compliance to ASTM A 532. Each individual casting shall be Brinnell tested in a minimum of two places, in an area of representative casting thickness to ASTM Method E-10. Results shall be certified by a registered professional engineer. Teat results shall verify the satisfaction of the required Brinnell hardness of the finished product as specified in respective subsections. 10. Where pump and motor speeds are to -be -regulated: by.vadablespeed drives, the CONTRACTOR shall coordinate, furnish and.exchange all necessary requirements with the respective equipment manufacturers to. ensure compatibility -,and shall submit pump, motor and variable speed drive shop drawings together as a complete system. B.Certification: The CITY shall receive written �,certification•from,the�-pump °manufacturer, stating that the equipment will efficiently .and thoroughly perform the required functions in accordance with these Specifications, and,si indicated,on1he'Drawings --CONTRACTOR shall have unit responsibility for coordination of all equipment, including motors, variable 'Speed drives, controls, and services required for proper installation and operation of the completely assembled and installed pumps. The CONTRACTOR shall submit all such certificates to the ENGINEER. C. o & M Mar2ualst: Prior to start-up, the CONTRACTOR shall furnish and deliver to the ENGINEER six (6) complete Operation and Maintenance (O&M) Manuals for the substantial, complete systems including instructions, technical bulletins, and any other printed matter such as diagrams, prints or drawings, containing full information required for the proper operations; maintenance, and repair of all furnished equipment. Also included shall be a spare parts diagram and complete spare parts list. These requirements are a prerequisite to the operation and acceptance of equipment. Each O&M Manual shall be bound together in appropriate three-ring binders. A detailed table of contents shall be provided for each Manual. Written operations and maintenance instructions are required for all equipment items supplied for this project. The amount of detail shall be commensurate with the complexity of the equipment item. Extensive pictorial cuts of equipment are required for operator reference in servicing. UNS03811100.doo i12-22-03 11100-3 Pump Station 7, 7A & 10 Rehabllltatron ANSI/ASME B31.1 Power Piping. ANSI/ASME 873.1 M Specifications for Horizontal End Suction Centrifugal Pumps for Chemical Process. ANSI/ASME B73.2M Specifications for Vertical In -Line Centrifugal Pumps for Chemical Process. ANSI/A1NWA E101 Deep Well Vertical Turbine Pumps - Line Shaft and Submersible Types. ANSI/IEEE 112 Test Procedure for Polyphase Induction Motors and Generators. ANSI/IEEE 115 Test Procedure for Synchronous Machines, ASTM A 48 Specification for Gray Iron Castings. ASTM A 470 Specification for Vacuum -Treated Carbon and Alloy Forgings for Turbine Rotors and Shafts. ASTM A 536 Specification for Ductile Iron Castings. ASTM E 448 Recommended Practice for Scleroscope Hardness Testing of Metallic Materials, ASTM B 62 Specification for Composition Bronze or Ounce Metal Castings. Hydraulic Institute Standards for Centrifugal, Rotary, and Reciprocating Pumps, 1.04 CONTRACTOR SUBMITTALS A. 9hop Drawings: Four (4) shop drawings of all pumps shall be submitted to the ENGINEER for review and approval. Shop drawings shall contain the following information: 1. Pump name, identification number and specification number 2. Performance curve and pump data. 3. Pump hydraulic characteristic curves, efficiencies, required NPSH, and horsepower curves at pump rotative speeds corresponding to the conditions specified. The manufacturer will indicate points on the H/Q curves, and the limits recommended for stable operation between which the pumps may be operated without surge, cavitation and vibration. The stable operating range shall be as wide as possible based on actual hydraulic and mechanical tests. U:US03B11100ADC/12.22-03 11100-2 Pump Station 7, 7A & 10 Rehabilitation SECTION 11100 - PUMPS, GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish and install all tools, supplies, materials, equipment and labor necessary for the installation, testing, and placing into operation of all pumps and pumping appurtenances, complete and operable, all in accordance with the requirements of the Contract Documents. B. The provisions of this Section shall apply to all pumps and pumping equipment specified, except where otherwise specified in the Contract Documents. C. The CONTRACTOR, through a single Supplier, shall have full responsibility for the furnishing and functional operation of a given type of complete pump systems including the pumps, drives, drive motors, speed control equipment (where variable speed drives are required) and accessories. The designated single Supplier, however, need not manufacture more than one part of the unit (pump, or motor and drive), but shall coordinate the design, assembly, testing, and erection of the unit(s) as specified herein. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Submittals. B. Metals. C. Equipment General Provisions. D. Piping. E Electric Motors. F Electrical General Provisions. G Instrumentation 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS The Building Code, as referenced herein, shall be the South Florida Building Code (SFBC), as specified in Section entitled "Reference Standards. ANSI/NFPA 70 National Electric Code B. Commercial Standards: ►_1R16111311.1k ANSI B16.5 Cast Iron Pipe Flanges and Flanged Fittings, Class 25,125, 250 and 800. Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and Other Special Alloys. U.US03811100.dac112--22-03 111004 Pump Station 7, 7A & 10 RehabMatlon TABLE 09850-2 HEIGHT OF PIPING LETTERING Lb ._. @ . _ 3/4 to 1-1/4 inches 1-1/2 to 2 inches 2-1/2 to 6 inches 8 to 10 inches Over 10 inches Notes: 1/2 inch 3/4 inch 1-1/4 inches 2-1/2 inches 3-1/2 inches 1- Letter type shall be Helvitias Medium upper case. The manufacturer's instructions shall be followed in respect to storage, surface preparation and application. 2. For piping less than 3/4-inch diameter, the CONTRACTOR shall furnish and attach corrosion resistant color tags with the required lettering, 3.08 OSHA SAFETY COLORS A. Where wall mounted breathing or fire apparatus is located, the wall around the apparatus shd-ll be painted with the appropriate safety red color. The area painted shall not exceed tvs' feet wide by three feet high unless the apparatus is so large that it covers the area. All fire hoses, extinguishers, hydrants, etc., shall be outlined or painted red. 3.09 WORK IN CONFINED SPACES A. Thd''CONTRACTOR shall provide and maintain safe working conditions for all employees, Fresh air shall be supplied continuously to confined spaces through the combined use of existing openings, forced -draft fans, or by direct air supply to individual workers. Paint fumes shall be exhausted to the outside from the lowest level in the contained space. B. Electrical fan motors shall be explosion proof if in contact with fumes. No smoking or open fires will be permitted in, or near, confined spaces where painting is being done. 3.10 CLEANING A. The buildings and all other Work area shall be at all times kept free from accumulation of waste material and rubbish caused by the Work. At the completion of the painting, all tools, equipment, scaffolding, surplus materials, and all rubbish around the inside the buildings shall be removed and the Work left broom clean unless otherwise speed. - END OF SECTION - U.US03B09850.doc /12-22-03 09850-12 Pump Station 7. 7A & 10 RehaWlitaGon M. Any pipe scheduled to be painted and having received a coating of a tar or asphalt compound shall be painted with two coats or "Intertol Tar Stop", "Tnemec Tar Bar' or equal before successive coats are applied in accordance with the paint schedule. 3.05 SCHEDULE OF COLORS A. All colors shall be as designated by the CITY at the shop drawing review. The CONTRACTOR shall submit color samples to the ENGINEER as specified in Article 1.04. The CONTRACTOR shall submit suitable samples of all colors and finishes for the surfaces to be painted, or on portable surfaces when required by the ENGINEER. The ENGINEER shall decide upon the choice of colors and other finishes when alternates exist. No variation shall be made in colors without the acceptance from the CITY. Color names and/or numbers shall be identified according to the appropriate color chart issued by the manufacturer of the particular product in question. 3.06 MINIMUM COATING THICKNESS A. Coatings shall be applied in accordance with the manufacturers recommendations. B. Apply a prime coat to material which is required to be painted or finished, and which has not been prime coated by others. C. Recoat primed and sealed walls and ceilings where there Is evidence of suction spots or unsealed areas in first coat, to assure.a finish..coat.with no:bum-through.or-other defects due to insufficient sealing. 3.07 COLOR -CODING AND LETTERING O PIPING A. General: The CONTRACTOR shall paint: all,piping,Nalves; Vquipment :exposed conduits and all appurtenances which are integral to a complete functional mechanical pipe and electrical conduit system. B. In general, the pumps and equipment shall be painted the same color as the piping system to which it is connected unless otherwise directed by the ENGINEER. Where colors are not designated for piping and conduit systems they will be selected during the shop drawing review from the paint manufacturers standard color charts. C. L tterirg—of Piping The CONTRACTOR shall apply identification titles and arrows indicating the direction of flow of liquids to all types and sections of piping. Titles shall be as directed by the ENGINEER. Identification titles shall be located midway between color coding bands where possible. Identification lettering and arrows shall be placed as directed by the ENGINEER, but shall generally be located each fifteen feet in pipe length and shall be properly Inclined to the pipe axis to facilitate easy reading. Titles shall also appear directly adjacent to each side of any wall or slab the pipeline passes through. D. The titles shall identify the contents by complete names at least once in each area through which it passes and thereafter be abbreviated. E. The numbers and letters shall be painted by use of stencils. Color shall be black or white as directed and shall have an overall height in inches in accordance with Table 09850-2. im► mumangn Au 14j_jil"4 (IARfin_11 Ptimn StaNnn 7. 7A A fO PAhahlftfim E. Weather „fi2grictions: No painting whatsoever shall be accomplished in rainy or excessively damp weather when the relative humidity exceeds 85 percent, or when the general air temperature cannot be maintained at 50 degrees F or above throughout the entire drying period. No paint shall be applied when it is expected that the relative humidity will exceed 85 percent or that the air temperature will drop below 50 degrees F within 18 hours after the application of the paint. Dew or moisture condensation should be anticipated; and if such conditions are prevalent, painting shall be delayed until midmorning to be certain the surfaces are dry. The day's painting shall be completed well in advance of the probable time -of -day when condensation will occur. F. Inspection Between Coats: Each and every field coat of priming and finishing paint shall be inspected by the ENGINEER or his authorized representative before the succeeding coat is applied. The CONTRACTOR shall follow a system of tinting successive paint coats so that no two coats for a given surface are exactly the same color. Areas to receive black protective coatings shall in such cases be tick -marked with white or actually gaged as to thickness when finished. Magnetic dry film thickness gages and wet fiber thickness gages will be utilized for quality control. Coatings will also be required to pass a 64-volt holiday detector test. G. S ecial Areas: All surfaces which are to be installed against concrete, masonry etc., and W. 11 not be accessible for field priming and/or painting shall be back primed and painted as ,,specified herein, before erection. Anchor bolts shall be painted before the erection of equipment and then the accessible surfaces repainted when the equipment is painted. H. Special attention shall be given to insure that edges, corners, crevices, welds and rivets receive a film thickness equivalent to that of the adjacent painted surfaces. I. Vanufacturer's„ Services: The CONTRACTOR, through the paint manufacturer or his representative, shall provide his services as required by the ENGINEER. Services shall include, but not be limited to, inspecting prior coatings of paint, determination of best means of surface preparation, inspection of complete work, and final inspection of painted Work to be performed six months after the job is completed. J. Safety: Respirators shall be worn by persons engaged or assisting in spray painting. The CONTRACTOR shall provide ventilating equipment and all necessary safety equipment far the protection of the workmen and the Work. K. Qualdy Workman hi . The CONTRACTOR shall be responsible for the cleanliness of his painting operations and shall use covers and masking tape to protect the Work whenever such covering is necessary, or if so requested by the CITY. Any unwanted paint shall be carefully removed without damage to any finished paint or surface. If damage does occur, the entire surface, adjacent to and including the damaged area, shall be repainted without visible lapmarks and without additional cost to the CITY. L. Painting found defective shall be scraped or sandblasted off and repainted as the ENGINEER may direct. Before final acceptance of the Work, damaged surfaces of paint shall be cleaned and repainted as directed by the ENGINEER. U.US03809850.dxf12-22-03 08850-10 Pump StaVon 7, 7A & 10 Rehabllltadon -3.02 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 so that 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. Shop paint shop drawings will not be reviewed until the final project paint system has been submitted by the CONTRACTOR and reviewed by the ENGINEER. 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-and.: other, equipment shall receive. at least one field applied finish coat after installation. KKrx111110:7clIzU& ZIA111111_- .A.:. ; Ge_ neral:.The CONTRACTOR shall adhere:to.�this,;point�schedule, providing those paints named or equal. Products and schedule are referenced by numbers listed in Article 2.02 of this Section. 3.04 PAINTING A. Application : All paint shall be applied by experienced painters with brushes or other applicators acceptable to the ENGINEER. B. Paint shall be applied without runs, sags, thin spots, or unacceptable marks. Paints shall be applied at the rate specified by the manufacturer to achieve the minimum dry mil thickness required. Additional coats of paint shall be applied, if necessary, to obtain thickness specified. C. Paint shall be applied with spraying equipment only on those surfaces approved by the ENGINEER. If the material has thickened or must be diluted for application by spray gun, each coat shall be built up to the same film thickness achieved with undiluted brushed -on material. Where thinning is necessary, only the products of the particular manufacturer furnishing the paint shall be used; and all such thinning shall be done in strict accordance with the manufacturer's instructions, as well as with the full knowledge of the ENGINEER. D. Drying Tide: A minimum of twenty-four hours drying time shall elapse. between application of any two coats of paint on a particular surface unless shorter time periods are a requirement of the manufacturer or specified herein. Longer drying times shall be required for abnormal conditions as defined by the manufacturer. U.US03809850.d6c /12.22-03 09860-9 Pump Station 7, 7A & 10 Rehabllita6on Cleaning, and comply with the visual standard NACE 2 for all other locations. Pickling, complying with SSPC-SP-8, may be substituted for Near White Blast in areas as determined by the ENGINEER. Priming shall follow sandblasting before any evidence of corrosion occurs, before nightfall and before any moisture is on the surface. F. Field surface preparation of small, isolated areas such as field welds, repair of scratches, abrasions or other marks to the shop prime or finish shall be cleaned by power tools in accordance with SSPC-SP-3, or in difficult and otherwise Inaccessible areas by hand cleaning in accordance with SSPC-SP-2 and spot primed. G. Primed or Co ed Surfaces and Non -Ferrous S s: All coated surfaces shall be cleaned prior to application of successive coats. All non-ferrous metals not to be coated shall be cleaned. This cleaning shall be done in accordance with SSPC-SP-1, Solvent Cleaning. H. 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-SP-2, Hand Tool Cleaning and then touched up with the same materials as the shop coat. All shop coated surfaces which are faded, discolored, or which require more than minor touch-up, in the opinion of the ENGINEER, shall be repainted. Cut edges of galvanized sheets, electrical conduit, and metal pipe sleeves, not to be finish painted, shall be cleaned in accordance with SSPC-SP-1, Solvent Cleaning and primed with .zinc dust -zinc oxide metal primer. I. Galvanized Zinc and Co er Alloy Su : All copper, or galvanized metal surfaces shall -�be given one coat of metal passivator or metal conditioner before applying the prime coat. "The passivator or conditioner shall be compatible with the complete paint system and shall Ube as identified on the Paint Schedule. J. Concrete and Masonry Surfaces: Concrete and masonry surfaces to be painted shall be Prepared by removing efflorescence, chalk, dust, dirt, grease, oil, form coating, and tar, and by roughening to remove glass. All surfaces shall be repaired prior to commencement of the coating operation. Concrete and masonry surfaces are to be tuned for at least 28 days prior to coating them. K. Submerged concrete surfaces that are to be coated shall be etched with 15 percent to 10 percent muriatic acid solution to produce the necessary "sandpaper texture" surface required for satisfactory adherence of the paint. Surfaces must be flushed and scrubbed with water to remove acid residue and particles loosened by it. Acid shall not be allowed to dry on surfaces. L. Gypsum Board-andBoard-and elastgr All gypsum board and plaster surfaces shall be sanded to remove rough edges and protrusions. Paint shall not be applied to plaster surfaces until the surfaces have aged the minimum period of time prescribed by the paint manufacturer supplying paint for this application. Before painting, such surfaces shall be dry, clean and free from grit, loose plaster, and surface irregularities. Cracks and holes shall be repaired with patching materials, properly keyed to existing surfaces, and sandpapered smooth. uUS03809850.doc 112-22-03 0985" Pump Station 7, 7A B 10 Rehabdltadon EQUIPMENT AND MATERIALS PAINT COLOR COLOR NUMBER Electrical Motors and Blowers Light Grey 0746 Flushing Water Fluoride Fuel Oil Fuel Oil Return Gas Potable Water Potable Water (Hot) Process or Treated Water Pumps Light Brown Red 0508 Royal Blue A183 Royal Blue with Red Bands A183-0508 White 0800 Jade Green 2383-0336 Jade Green with Red Bands 2383-0608 or 0336-0314 Light Brown Light Gray 0746 Steel Misc. Items, Angles, Supports, etc. Charcoal Gray 2.04 ADDITIONAL PAINT A. The CONTRACTOR shall furnish a minimum of one unopened gallon can each type and each color of paint used. PART 3 -- EXECUTION 3.01 SURFACE PREPARATION A. General: Surfaces to be painted shall be clean and dry,: and free of dust, rust, scale and all foreign matter. No solvent cleaning, power or hand tool cleaning shall be permitted unless acceptable to the ENGINEER or specified. herein. B. Hardware accessories, machined surfaces, plates, lighting. fixtures, and similar items in place prior to cleaning and painting, and not intended to be painted, shall be protected or removed during painting operations and repositioned upon completion of painting operations. C. Any abraded areas of shop or field applied coating shall be touched up with the same type of shop or field applied coating, even to the extent of applying an entire coating, If necessary. Touch-up coating and surface preparations shall be in addition to and not considered as the first field coat. D. Eimosed Pipe: Bituminous coated pipe shall not be used in exposed locations. Pipe which shall be exposed after project completion shall be primed in accordance with the requirements herein. Any bituminous coated ferrous pipe which is inadvertently installed in exposed locations shall be sandblasted to SSPC-SP-5 White Metal before priming and painting. After installation all exterior, exposed flanged joints shall have the gap between adjoining flanges sealed with a single component Thiokol caulking to prevent rust stains. E. . Ferrous Metal Surfaces: All ferrous metal surfaces not required to be galvanized shall be cleaned of all oil grease, dirt, rust and tight and loose mill scale by blasting in accordance with the following: SSPC-SP-5, White Metal Blast Cleaning and comply with the visual standard NACE 1, for submerged metal; and SSPC-SP-10 Near White Metal Blast U.USM09850.doc/12-22-03 09850-7 Pump Station 7, 7A & 90 Rehabilitation rr;n, of r a.nArn.. 2.03 PAINTING, PIPING AND PUMP STATION PROJECTS (Continued) AREA NEUTRALIZE OR PASSNATE PRIME FINISH Exposed interior metal work, Kop-Coat 40 2 coats Rustbond Somay 237 Enamel or except aluminum, stainless Passivator, if Penetrating Sealer Sherwin Williams steel, and other items galvanized. Kop- SG by Carboline. Industrial Enamel 354 specifically mentioned below. Coat Inertol Tar Stop Series. Primer, If tar coated. Sandblast if needed. Aluminum surfaces in None, except metal None. 2 coats of Kop-coat No. contact with steel (except must be clean, dry 50 stainless steel) concrete or and free from oil, dust grout. or other foreign material. Aluminum surfaces other None. None. None. than above. Galvanized metal. Per paint Kop-Coat 340 Gold Kop-Coat Rustarmor 500. manufacturer's Primer. recommendations. 2.03 MISCELLANEOUS PAINT APPLICATIONS A. Paint all exposed surfaces scheduled for painting whether or not colors are designated in schedules, except where the natural finish of material is obviously intended and specifically noted as a surface not be painted. Where items or surfaces are not specifically mentioned, ._paint these the same as adjacent similar materials or areas. If color or finish is not designated, the CITY will select these from standard color available for the materials __. systems as specified. B. Color Selection: Paint colors and tints shall be as selected by the ENGINEER to conform to the color scheme of the project. Ali coding, banding, legends, etc., for exposed interior and exterior piping is as follows: EQUIPMENT AND MATERIALS PAINT COLOR COLOR NUMBER Alum or Polymers Silver Ammonia Purple S585 Carbon Dioxide Orange J498 Chlorine Gas Medium Yellow J698 Chlorine Solution Medium Yellow with Blue Bands J698-A181 Chlorine Liquid Medium Yellow with Red Bands J698-0508 Centrate Medium Green 0336 Condensate Charcoal Gray Compressed Air Doeskin 1217 Dangerous or Caution Areas Medium Yellow J698 Drains Charcoal Gray Electrical Conduit Black C900 Electrical Conduit (Above 220 Volts) Blade with Red Bands C900-0508 U.US03B09850.doc/12-22-03 09850-6 Pump Station 7, 7A & 10 RehabRarion NEUTRALIZE OR AREA PASSIVATE_ PRIME FINISH Exposed exterior concrete None. None. 2 coats, Kop-Cost 600, stucco and masonry (Paint Exterior, Antique-lvory- shali exiand a minimum of B 378. Inches below finished grade where grass or natural ground abuts surface). Exposed interior concrete ceiling, walls, equipment bases in dry well. Exposed interior metal work, other than gratings, ladders or not specifically mentioned below. All interior concrete surfaces of the wet well. Exterior surfaces of wet well and manholes, which must be coated prior to installation. All interior concrete surfaces of new manholes. Steel and cast Iron piping, valves, supports and appurtenances other than those specified above'. Emergency connection support brackets, and suction piping in the wet well. Black steel pipe (a) underground pipe and pipe embedded in concrete. (b) above ground 10% solution of murlatic acid. Kop-Coat Passivator No. 40. None. One coat Rustbond Penetrating Sealer SG by Carboline. 3 coats of Kop-Goat Ponkote 300 enamel. 2 coats of Kop-Coat Ponkote 300 enamel. Lined or coated in accordance with Section 09800 - Special Coating. Concrete must be None. 2 coats of Kop-Coat clean and thoroughly Bitumastic 300-M, each dry. coat having a minimum dry film thickness of 8 mils. Lined or coated in accordance with Section 02536. Kop-Coat 40 Passivator, if galvanized. Kop- Coat Inertol Tar Stop Primer, If tar coated. Sandblast if needed. None. None. None. 2 coats Rustbond Somay 237 Enamel or -Penetrating Sealer ...Sherwin Williams SG by Carboline. Industrial Enamel 354 Series. None. 2 coats of Kop-Coat Bitumastic No. 50. None. 1 coat of Kop-Coat Bitumastic No. 60. 2 coats Rustbond Somay 237 Enamel or Penetrating Sealer Sherwin Williams SG by Carboline. Industrial Enamel 354 Series. U.US03B09850.doc/12-22-03 09850-5 Pump station 7, 7A & 10 Rehabiittation nrr....s r..w.....,.. PART 2 — PRQDLIQTS 2.01 MATERIALS A. All paint shall be manufactured by one of the following and shall be their highest grade of Paint: Ameron, SomayNalspar, Sherwin-Williams, Kop-Coat, Thoroseal, Tnemec, Glidden, or Rustoleum. Other manufacturers of paints with equal chemical qualitative and quantitative composition are considered equals. Ameron Protective Coatings, Brea, CA Kop-Coat Carboline Coatings Co., St. Louis, MO Pratt and Lambert, Inc., Buffalo, NY Rustoleum Corp., Evanston, IL Sherwin Williams, Cleveland, OH Somay Product, Inc., Miami, FL Thorn Systems, Miami, FL Tnemec Coatings, Kansas City, MO B. The following coating systems list a product by name to establish a standard of quality; other products of the same generic types may be submitted to the CITY for approval. When other than the specified coating system is proposed, the CONTRACTOR shall submit on a ,typewritten list giving the proposed coatings, brand, trade name, generic type and catalog number of the proposed system. C. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to underlying paint and should cover completely the revious color. D. Emulsion and alkyd paints shall contain a nAdewcide and both the paint and mildewcide shall conform to OSHA and Federal requirements. E. Finish coats containing lead shall not be allowed. Oil shall be pure boiled linseed oil. F. Rags shall be clean painters' rags, completely sterilized. G. Precast sanitary sewer manholes and pump station wetwells shall be coated on the exterior and coated or lined on the interior as specified in Section 02536, "Precast Manholes & Covers' and Section UC-570, 'Installations of Pump Station". 2.02 PAINTING, PIPING AND PUMP STATION PROJECTS Painting for piping or pump station projects shall be as specified, and as listed below, using the materials specified, or approved equals: U. US03809850. doc /12-22-03 09850-4 Pump Sfadon 7, 7A & 10 RehaplydaUon SURFACES NOT TO BE COATED The following list of items shall not be coated unless otherwise noted. F.M 1. z. 3. 4. 5. 6. 7. 8. 9. Stainless steel work. Galvanized checkered plate. Aluminum handrails, walkways, windows, doors, louvers, grating and checkered plate. Flexible couplings, lubricated bearing surfaces, insulation and plastic pipe and conduit. Packing glands and other adjustable parts of mechanical equipment. Finish hardware. plastic switch plates and receptacle plates. Signs and nameplates. Concrete Exterior slabs. SHIPPING, HANDLING AND STORAGE All painting materials shall be brought to the job site in the original sealed labeled containers of the paint manufacturer and shall be subject to, review by the ENGINEER. Where thinning is necessary, only the product of the manufacturer furnishing the paint shall be used. All such thinning shall be done strictly in accordance with the manufacturer's instructions, and with the full knowledge of the ENGINEER. Materials and their storage shall be in full compliance with the requirements of pertinent codes and fire regulations. Receptacles shall be placed outside buildings for paint gates and containers. Paint waste .shall not be disposed of in plumbing fixtures, drains. The CONTRACTOR shall designate areas for storage and mixing of all painting materials. Such area shall be kept clean and neat and every precaution taken to prevent all danger of fire. Comply with the requirements of pertinent codes and fire regulations. Proper containers outside of the building shall be provided by the CONTRACTOR and used for painting wastes. No drains or plumbing fixtures shall be used for this purpose. Used rags shall be removed every night and every precaution taken against spontaneous combustion. Oily rags and papers shall not be left in the area overnight unless placed in covered metal cans. U:UMB09850.doo /12-22-03 098W-3 Pump Sratlon 7, 7A & 10 RohabllitSW -U., -e "r..,., — C. The CONTRACTOR shall prepare a complete schedule of surfaces to be coated and shall identify the surface preparation and paint system he proposes to use. The Paint Schedule shall be in conformance with Article 3.03. The schedule shall contain the name of the paint manufacturer, and the name, address and telephone number of the manufacturer's representative that will Inspect the Work. The schedule, shall be submitted to the ENGINEER for review as soon as possible following the Notice to Proceed so that the schedule may be used to identify colors and to specify shop painting systems on order for fabricated equipment. 1.05 SERVICES OF MANUFACTURERS REPRESENTATIVE A. The CONTRACTOR shall purchase paint from an acceptable manufacturer. The manufacturer shall assign a representative to inspect the application of his product both in the shop and field; The CONTRACTOR, through the manufacturer's representative, shall submit his report to the ENGINEER at the completion of his Work identifying the products used and verifying that said products were properly applied and that the paint systems were proper for the exposure and service. 1.06 QUALITY ASSURANCE A. r'*enerel: 1. The CONTRACTOR shall give the ENGINEER a minimum of three days advance notice of the start of any field surface preparation work of coating application work. - All such Work shall be performed only in the presence of the ENGINEER, unless the ENGINEER has specifically allowed the performance of such Work in his absence. 3. Review by the ENGINEER, or the waiver of review of any particular portion of the Work, shall not relieve the CONTRACTOR of his responsibility to perform the Work in accordance with these Specifications. B. ilntractors: Where protective coatings are to be performed by a subcontractor, the CONTRACTOR shall provide five references which show that the painting subcontractor has previous successful experience with the specified or comparable coating systems. Include the name, address, and the telephone number for the owner of each installation for which the painting subcontractor provided the protective coating. 1.07 SAFETY AND HEALTH REQUIREMENTS A. In accordance with requirements of OSHA Safety and Health Standards for Construction (29CFR1926) and the applicable requirements of regulatory agencies having jurisdiction, as well as manufacturer's printed instructions, appropriate technical bulletins, manuals, and material safety data sheets, the CONTRACTOR shall provide and require use of personnel protective and safety equipment for persons working in or about the project site. B. All paints must comply with the requirements of the National Ambient Air Quality Standards. U: US03M9850. doc /12-22-03 09850-2 Pump Station 7, 7A & 10 RehoNfladon SECTION 09850 - PAINTING PART 1 -- GEE L 1.01 THE REQUIREMENT A. This Section consists of painting and surface preparation shown in the Drawings, and/or specked herein and as required for a complete installation. 1.02 GENERAL INFORMATION AND DESCRIPTION A. The term "paint", as used herein, includes emulsions, enamels, paints, stains, varnishes, sealers, cement filler, cement -latex filler and other coatings, whether used as prime, intermediate, or finish coats. B. All building, facilities, structures, and appurtenances, as specified herein, shall be painted With not less then one shop coat and two field coats, or one prime coat and two finish coats of the appropriate paint. Items to be painted include, but are not limited to exterior and interior concrete, concrete ceilings, structural steel, miscellaneous metals, steel doors and frames, wood doors, gypsum drywall, concrete block, roof fans, hatch covers, operators, pipe fittings, valves, mechanical equipment motors;: -conduit;. and: all ,other'.work which is obviously required to be painted unless otherwise specified. C. Baked -on enamel finishes and items with standard shop finishes such as graphic panels, electrical equipment, instrumentation, etc., shall not be field painted unless the finish is : Aiuminum;'stainiess'steel;fiberglass and bronze damaged during shipment or installation work shall not be painted unless color coding and marking is required or otherwise specified, A list of surfaces not to be coated is included in Article 1.08. 1.03 MANUFACTURERS A. All painting materials shall be equal to those manufactured by Tnemec, Carboline/Kop-Coat, Ameron, Glidden, or equal. Products of other manufacturers, comparable in quality and type of the specified, will be acceptable if the manufacturer provides; in writing, satisfactory proof on past performance of similar applications in wastewater in Florida and with sufficient data substantiated by certified tests to demonstrate its equality to the paint(s) named. The written acceptance by the ENGINEER shall be obtained before any such alternate products are ordered by the CONTRACTOR. 1.04 SUBMITTALS A. The CONTRACTOR shall submit paint manufacturer's data sheets and samples of each finish and color to the ENGINEER for review, before any work is started in accordance with Section entitled, "Submittals." B. Submitted samples of each finish and color shall be prepared so that the area of each sample indicates the appearance of the various coats. For example, where a three coat system is specified, the sample shalt be divided into three areas indicating one coat only, two coats and all three coats. The ENGINEER will provide written authorization constituting a standard, as to color and finish only, for each coating system. U-tlS03B09850.d0c /12-22-03 09850-1 Pump Station 7, 7A & 10 RehaWflation 3.09 CLEANUP A. All cloths and waste that might constitute a fire hazard shall be placed in dosed metal containers or destroyed at the end of each day. Upon completion of the work, all staging, scaffolding, and containers shall be removed from the site or destroyed in a legal manner. Resin spots, oil, or stains upon adjacent surfaces and floors shall be completely removed, and the entire job left clean and acceptable to the ENGINEER. - END OF SECTION - U:US038000.doc/12-22-w 0004 Pump Simon 7, 7A 6 10 RehaMaWn 3.03 PROTECTION OF MATERIALS NOT TO BE COATED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be coated. Provide drop cloths to prevent coating materials from falling on or marring adjacent surfaces. Protect working parts of mechanical and electrical equipment from damage during surface preparation and coating processes. Openings in motors shall be masked to prevent resin and other materials from entering the motors. 3.04 SAFETY A. Coating shall be performed in strict accordance with the safety recommendations of the resins 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. 3.05 SHOP BLAST CLEANING A. Notify ENGINEER at least seven days prior to start of shop blast cleaning to allow the ENGINEER or his representative. to inspect the work during surface preparation and shop application of coating. The work shall be subject to the ENGINEER's approval before shipment to the job site. B. Certain items may be shop prepared and primed at the option of the CONTRACTOR with approval of ENGINEER. All work shall be . blast cleaned and . primed in accordance with manufacturer's Specifications. 3.06 FIELD SANDBLASTING A. Perform sandblasting for items and equipment where specified and as required to restore damaged surfaces previously shop or field blasted and primed. Materials, equipment, procedures, and safety equipment for personnel shall conform to the Steal Structures Painting Council. B. Concrete surfaces will be prepared as stated in 3.07 B. 3.07 SURFACE PREPARATION A. Surfaces to receive coating shall be clean and free of dirt, oil, grease and other foreign materials. B. Concrete and masonry surfaces shall cure for 28 days minimum prior to coating. Moisture content of concrete and masonry surfaces shall not exceed manufacturer's recommended limits. 3.08 APPLICATION A. All methods, procedures of mixing, application and curing of the coating material shall be accomplished in strict accordance with manufacturer's printed instructions and recommendations. 11.1 AnAAnIR Ann 112-22.03 OW-3 Pump Station 7, 7A & 10 Rehabliltadon 1.05 SUBMITTALS A. Data Sheets: Yor each costing system used herein, the CONTRACTOR shall obtain from each coating manufacturer, for submittal to the ENGINEER, a Coating System Data Sheet (CSDS), Technical Data Sheets, and coating colors available (where applicable) for each Product used in the coating system, except for products applied by equipment manufacturers. The required information shall be submitted on a system -by -system basis. The CONTRACTOR shall also provide copies of the coating system submittals to the coating applicator. The CONTRACTOR shall submit certification that the coating product is proper for the intended exposure and service, PART 2--P DU 2.01 GENERAL A. Each coating system shall be completely from a single manufacturer. 2.02 COATING MATERIALS A- Allixoducts submitted shall conform to federal, state and local requirements. Acceptable 'Products are from Polymorphic Polymers Corporation, Polymorphic Resins or equal (PPC Coatings), Futura Coatings or approved equal. E6RT3— EXECUTION 3.01 GENERAL A. All materials of a coating system, including primer, intermediate and finish coats, shall be Produced by Polymorphic Polymers Corporation, Future Coatings, or equal. Thinners, cleaners, driers, and other additives shall be as recommended by Polymorphic Polymers Corporation, Futura Coatings or equal. 3.02 INTENT A. It is the responsibility of the coating CONTRACTOR to inspect and provide substrate surfaces that are prepared In accordance with these Specifications. B. The CONTRACTOR shall have a minimum of five years practical experience in applying industrial coatings. Prior to application of any coating, CONTRACTOR shall furnish the ENGINEER with a detailed list of previous jobs and references substantiating this requirement. C. The list shall include when, where and for whom the job was performed, the product and any other materials applied or used, and other relevant information. CONTRACTOR must also have a certificate from the manufacturer or approved equal stating it is an approved application technician. The manufacturer will recommend contractor for specific projects if deemed necessary by ENGINEER. Issuance of a certificate, or a recommendation does not impute any responsibility, liability or agency between or among contractor, applicator, and engineer on the one hand, and the product manufacturer on the other. U: US038M-doc 112-22-03 000-2 pump Station 7, 7A 6 10 Rehabttltallon SECTION 09800 — SPECIAL COATING RT 1.01 WORK INCLUDED A. This section contains requirements pertaining to wet well coatings. . 1.02 RELATED SECTIONS A. Cast -In -Place Concrete. 1.03 QUALITY ASSURANCE A. 1. The resin manufacturer shall provide a representative to visit the job site at intervals during surface preparation and coating as may be required for product application quality assurance, and to determine compliance with manufacturees 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. 2. The CONTRACTOR must adhere to. the.. individ.ual.. specification ..for..the specific application. B. Inspection: 1. The CONTRACTOR shall give the ENGINEER -a minimum of three days advance notice of the start of any surface preparation work or coating -application work. All such work shall be performed only in .the.: presence of the -ENGINEER, unless the ENGINEER has granted prior approval to perform such work in his absence. 2. For all coatings subject to immersion, full cure must be obtained for the completed system. Consult the coatings manufacturer's written instructions for these requirements. The coating shall not be immersed for any purpose until completion of the curing cycle. 3. 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. 1.04 RESIN 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. Resins shall be stored in a suitable protected area that is heated or cooled as required to maintain temperatures within the range recommended by the resin manufacturer. UM038090ADe I12-22-03 090-1 Pump Siaffon 7, 7A & 10 Rehobllltation B. The angle type access covers are designed for interior and exterior applications where watertightness is not required. SPECIFICATIONS: The access door shall be TYPE APD300 as manufactured by U.S. Foundry and Manufacturing Corp., Miami, Florida, with the size being specified on the plans. Door leafs shall be Y-Inch thick aluminum floor plate reinforced to 300 p.s.f, live load. The frame shall be extruded aluminum with an integral anchor flange and seat. The access door shall be equipped with a flush aluminum drop handle which does not protrude above the cover and an automatic hold open arm with red vinyl grip on a release handle. Hinges shall be all stainless steel with tamper proof stainless steel bolts and nuts, and be removable for maintenance after the access door is cast in place. The access door shall be provided with stainless steel watertight slam lock as well as stainless steel compression springs and torsion bars for easy opening. For security the access door shall be equipped with a staple for padlock. Access door shall be furnished with mill finish. Refer to contract drawings for location. 3.01 INSTALLATION A Access doors shall be installed as recommended by the manufacturer and adjusted for proper operation without binding. - END OF SECTION - C:Spec 0805.dooMI-01 0805-2 Pump Sfafian 7, 7A & 10 Rehablllfadon SECTION 08305 - ACCESS DOORS AND HATCHES PART 14ENO& 1.01 SCOPE A. This section consists of all floor access doors and access hatches in the sizes and quantities as shown on the Drawings. 1.02 MANUFACTURERS A. The following list of companies manufacture products that are acceptable for this section, subject to conformance with the specified requirements: Bilco, U.S. Foundry, Inryco, Halliday Products, or equal. 1.03 SUBMITTALS A. The CONTRACTOR shall submit shop drawings and other Information to the ENGINEER for review in accordance with Section "Submittals CONTRACTOR shall field verify the dimensions and installation requirements and procedures prior to submittals. 1.04 GUARANTEE A. The manufacturer shall guarantee in writing that the access doors and hatches are watertight, and the proper operation against defects in material or workmanship for a period of five years. The guarantee shall be submitted in accordance with Section "Submittals". PART.? -- PRODUCTS 2.01 ACCESS HATCH A. The heavy duty angle type access covers are designed for interior and exterior applications where watertightness is not required. They are intended for off street locations which may occasionally receive heavy duty wheal loads. SPECIFICATIONS: The access door shall be TYPE AHD as manufactured by U.S. Foundry and Manufacturing Corp., Miami, Florida, with the size being specified on the plans. Door leafs shall be thick aluminum floor plate reinforced to an 1+20 wheel load. (Access doors are designed for of street locations which may occasionally receive H-20 wheel loads.) The frame shall be one piece extruded aluminum section with an integral seat and anchor flange. The entire frame including the seat on which the reinforcing rests shall be supported by concrete or other material designed to support cover loading. The access door shall be equipped with a flush aluminum drop handle which does not protrude above the cover and an automatic hold open arm. Hinges shall be all stainless steel with tamper proof stainless steel bolts and nuts, and be removable for maintenance after the access door is cast in place. The access door shall have stainless steel compression springs and torsion bars for easy opening. The access shall have a watertight stainless steel slamlock operated by a removable handle from the out side and a fixed handle inside. Access door shall be furnished with mil finish. Refer to contract drawings for location. G.Spec 0805x1oGOW1-01 0805-1 Pump station 7, 7A a 10 Reha6flftatfon Cltv of Tamarac 3.06 BOND BREAKER A. install bond breaker tape wherever shown and wherever required ,by manufacturer's recommendations to insure that elastomede sealants will perform properly. 3.07 SPILLAGE A. Sealants or compounds shall not overflow or spill onto adjoining surfaces, or to migrate Into the voids of adjoining surfaces. Masking tape or other precautionary devices shall be used to prevent staining of adjoining surfaces. 3.08 CURING A. Sealants and caulking compounds shall be cured in compliance with manufacturer's instructions and recommendations, to obtain high early bond strength, internal cohesive strength, and surface durability. 3.09 CLEANING A. Excess and spillage of compounds shall be promptly removed as the work progresses. Adjoining surfaces shall be cleaned by whatever means may be necessary to eliminate evidence of spillage. Do not damage the adjoining surfaces or finishes. - END OF SECTION - U:US03B07920.doc112-22-03 0790 -4 Pump Station 7, 7A 6 10Rehabilitation 3.02 SHIPPING, HANDLING AND STORAGE A. Store and handle materials so as to prevent the inclusion of foreign matter or the damage of materials by water or breakage. Procure and store In original containers until ready for use. Material showing evidence of damage will be rejected. B. Store and handle materials so as to prevent the inclusion of foreign matter or the damage of materials by water or breakage. Procure and store in original containers until ready for use. Material showing evidence of damage shall be rejected. 3.03 INSTALLATION A. Employ only proven installation techniques, which will insure that sealants will be deposited In uniform, continuous ribbons without gaps or air pockets, with complete "wetting" of the joint bond surface equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjoining surfaces. Where horizontal joints are between a horizontal surface and a vertical surface, fill joint to form a slight cove, so that joint will not trap moisture and dirt. B. Install sealants to depths as specified, or if not, as recommended by the sealant manufacturer and as follows: C. Moving Joints 1. For normal moving joints sealed with elastomenc sealants but not subject to traffic, fill joints to a depth equal to 50% of joint width, but not more than 1 /2" deep or less than 1/4" deep. D. Sealed Joints 1. For joints sealed with non-elastomeric sealants and caulking compounds, fill joints to a depth in the range of 75% to 125% of joint width. E. Thresholds 1. Set thresholds in full bed of caulking compound; remove excess materials. 3.04 PROTECTION OF ADJOINING SURFACES A. Prime or seal the joint surfaces wherever shown or recommended by the sealant manufacturer. Do not allow primer/sealer to spill or migrate onto adjoining surfaces. 3.05 SEALANT BACKER ROD A. Install sealant backer rod for liquid elastomeric sealants, except where shown to be omitted or recommended to be omitted by sealant manufacturer for the application shown. U.US03607920.doC/12-22-03 0790 -3 Punw Station 7, 7A& 10 Rehabilitation nx., .,: Tn.nesron B. Sealant 1. Sealant for vertical joints shall be two -component polytremdyne sealant meeting FS TT-S-00227E. Colors shall be selected by the Engineer. 2. Sealant for horizontal joints (noncontaminated) shall be a single component, pour grade, polyurethane sealant meeting FS TT-S-230A, Type 1. Materials shall attain Shore A Hardness of 40-45. 3. Sealant for horizontal joints (contaminated shall be a single component, pour grade, coal tar edition, with amendments. Material shall attain Shore A Hardness of 25-30. C. Caulking Compound 1. Caulking Compound for setting thresholds and for other interior caulking shall be oleo-reslnous, gun grade, non -staining plastic compound conforming to FS TT-C-598-b. Material shall have shrinkage factor not exceeding 15%. D. Joint Backing Joint backing shall be closed- cell foam. Material shall be non -reactive with caulking materials, and non -oily. Minimum density shall be 3.24 pcf. Use no asphalt or bitumen -impregnated fiber with sealants. E. Joint Cleaner .I Joint cleaner shall' be as recommended by sealant or caulking compound manufacturer. F. Joint Primer 1- Joint primer shall be as recommended by sealant manufacturer. G. Bond Breaker 1. Bond breaker tape shall be either polyethylene or plastic as recommended by the sealant manufacturer. P6RT 3 -- EXECUTION 3.01 GENERAL A. Comply with sealant manufacturer's printed instructions except where more stringent requirements are shown or specified and except where manufacturer's technical representative directs otherwise. U:UMB07920.doc112-22-03 0790 -2 Pump Station 7. 7A & 10 Rehahilitatinn SECTION 07920 - SEALANTS AND CAULKING 1.01 SCOPE A. This Section consists of sealant and caulking work required for a complete installation as is indicated on the Drawings and specified herein. The required applications of sealants and caulking include, but are not necessarily limited to, the following general locations; 1, Masonry joints, exterior and interior. 2. Joints at penetrations of walls, decks by piping and other services and equipment, 3. Joints between items of equipment and other construction. 4. Joints in concrete. 1.02 MANUFACTURERS A. The following list of companies., manufacturer products that are -acceptable for this section, subject to conformance with the specified requirements: Tremco, Thiokol, Dymoric or equal. 1.03 SUBMITTALS A. Submit shop drawings and color samples of sealant for review in accordance with the entitled "Submittals". B. Submit to the CITY, in accordance with the Section entitled "Submittals", a two year guarantee on sealant type caulking work against joint failure. Joint failure is defined as leaks of air or water; evidence of loss of cohesion; fading of sealant material; migration of sealant; evidence of loss of adhesion between sealant and joint edge. ART 2 — PRODUCTS 2.01 MATERIALS A. Primer 1. Where required by sealant manufacturer, the primer shall be a compound designed to insure the adhesion of sealant. Material shall be provided by the sealant manufacturer and shall be selected for compatibility with substrate. "n ft , ^� nron _4 pmmn Rfatinn 7. 7A it 10 Rahabllitadon PART - 3.01 FABRICATION A. All measurements and dimensions shall be based on field conditions and shall be verified by the CONTRACTOR prior to fabrication. Such verification shall include coordination with adjoining work. E. All fabricated work shall be shop fitted together as much as practicable, and delivered to the field, complete and ready for erection. C. All work shall be fabricated and Installed in a manner that.will provide for expansion and contraction, prevent shearing of bolts, screws, and other fastenings, ensure rigidity, and provide a close fit of sections. D. Finished members shall conform to the lines, angles, and curves shown on the Drawings and shall be free, from distortions of any kind. E. All shearings shall be neat and accurate, with parts exposed to view neatly finished. Flame cutting is allowed only when performed utilizing a machine. F. All shop connections shall be welded unless otherwise indicated on the Drawings or specified herein. Bolts and welds shall conform to Section 05050, Metal Fastening. All --fastenings shall be concealed where practicable. G. ` fabricated Items shall be shop painted when specified in accordance with Section 09900, :Painting: 3.02 INSTALLATION A. Assembly and installation of fabricated system components shall be performed in strict accordance with manufacturer's recommendations. B. All miscellaneous metalwork shall be erected square, plumb and true, accurately fitted, adequately anchored in place, and set at proper elevations and positions. C. Metalwork shall be field painted when specified in accordance with Section 09900, Painting. - END OF SECTION - U:US03B05515.do0/12.22-03 05515-2 Pump Station 7, 7A & 10 Rehabilitation SECTION 05515 - LADDERS 1.01 REQUIREMENT A. Fumish all materials, labor, and equipment required to provide all ladders in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 05010 - Metal Materials 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of the Specifications, all work specified herein shall conform to the applicable requirements of the following documents. 1. South Florida Building Code 2. Aluminum Association Specifications for Aluminum Structures 3. Occupational Safety and Health Administration (OSHA) Regulations 1.04 SUBMITTALS A. Submit the following inaccordancewith.Section.;01300,:Subm"s._ 1. Complete fabrication and erection drawings of all metalwork specified herein. 2. Other submittals as required in accordance with Section-05010, Metal Materials, and Section 05050, Metal Fastening. - PR DUCTS 2.01 METAL MATERIALS A. Metal materials used for ladders shall conform to Section 05010, Metal Materials, unless noted otherwise. 2.02 METAL FASTENING A. All welds and fasteners used for ladders shall conform to Section 05060, Metal Fastening, unless noted otherwise. 2.03 LADDERS A. Ladders shall be fumished with all mounting brackets, baseplates, fasteners, and necessary appurtenances for a complete and rigid installation. B. All ladders shall be aluminum alloy 6061-T6 or 6063-T5 with a clear, anodized finish, Aluminum Association M12C22A41. C. All ladders shall conform to dimensions indicated on the Drawings and shall comply with OSHA requirements. D. Side rails shall be 1-1/2 inch diameter Schedule 80 pipe, minimum. E. Rungs shall be serrated 3/4 inch diameter, minimum. F. All exposed connections shall be welded and ground smooth. G. Ladders shall be as manufactured by Thompson Fabricating Company, or approved equal. U.US03805515.doo /12-22-03 0 5515.1 Pump Station 7, 7A & 10 RehabiliteNon City of Tamarac E6- E=TION 3.01 FABRICATION A. All measurements and dimensions shall be based on field conditions and shall be verified by the Contractor prior to fabrication. Such verification shall include coordination with adjoining work. B. All fabricated work shall be shop fitted together as much as practicable, and delivered to the field, complete and ready for erection. All miscellaneous items such as stiffeners, fillets, connections, brackets, and other details necessary for a complete Installation shall be provided. C. All work shall be fabricated and installed in a manner that will provide for expansion and contraction, prevent shearing of bolts, screws, and other fastenings, ensure rigidity, and provide a close fit of sections. D. Finished members shall conform to the lines, angles, and curves shown on the Drawings and shall be free from distortions of any kind. E. All shearings shall be neat and accurate, with parts exposed to view, neatly finished. Flame ,cutting is allowed only when performed utilizing a machine. F. All shop connections shall be welded unless otherwise indicated on the Drawings or specified herein. Bolts and welds shall conform to Section 05050, Metal Fastening. All fastenings shall be concealed where practicable. G. Fabricated items shall be shop painted when specified in Section 09900, Painting. 3.02 INSTALLATION A. Assembly and installation of fabricated system components shall be ,performed in strict accordance with manufacturer's recommendations. B. All miscellaneous metalwork shall be erected square, plumb and true, accurately fitted, adequately anchored in place, and set at proper elevations and positions C: Metal work shall be field painted when as specified in accordance with Section 09900, Painting. - END OF SECTION - U: US03B05500.doc 112-22-03 05500-2 Pump StaBon 7, 7A & 10 Rehabllltabon illy n/ Tomar SECTION 05500 - METAL FABRICATIONS PART 1 - GENERAL 1.01 REQUIREMENT A. Furnish all materials, labor, and equipment required to provide all metal fabrications not specifically included in other Sections, complete and in accordance with the requirements of the Contract Documents. B. Work shall include but may not be limited to pipe support brackets, and others. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 05010 - Metal Materials 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 the applicable requirements of the following documents. All referenced specifications, codes, and standards refer.to the most current,issue available at the time of Bid. 1. South Florida Building Code 2. AISC - Specification for Structural Steel Buildings 3. AISI - Specifications for the Design of Cold -Formed Steel Structural Members 4. Aluminum Association Specifications for Aluminum Structures 1.04 SUBMITTALS A. Submit the following in accordance with Section 01300, Submittals. 1. Complete fabrication and erection drawings of all metalwork specified herein. PART 2 - ERODUgeTS 2.01 METAL MATERIALS A. Metal materials used in metal fabrications shall conform to Section 05010, Metal Materials, unless noted otherwise. 2.02 METAL FASTENING A. All welds and fasteners used in metal fabrication shall conform to Section 05050, Metal Fastening, unless noted otherwise. U:US03B05500AD012-22-03 05500-1 Pump Stadan 7, 7A & 10 RehabMaNan City of Tamarac 3.02 BOLT INSTALLATION A. Anchor Bolts and Concrete Anchors 1. Anchor bolts shall be installed in accordance with AISC "Code of Standard Practice" by setting in concrete while it is being placed and positioned by means of a rigidly held template. 2. The Contractor shall verify that all concrete anchors have been installed in accordance with the manufacturer's recommendations and that the capacity of the installed anchor meets or exceeds the spewed safe holding capacity. 3. Concrete anchors shall not be used in place of anchor bolts without Engineer's approval. B. High Strength Bolts All bolted connections for structural steel shall use high strength bolts. High strength bolts shall be installed in accordance with AISC "Specification for Structural Joints, using A325 or A490 Bolts." All high strength bolts installed by the "tum-of- nut" method shall have the turned portion marked with reference to the steel being connected after the nut has been made snug and prior to final tightening. These marks will be considered in inspection. C. Other Bolts ti All dissimilar metal shall be connected with appropriate fasteners and shall be insulated with a dielectric or approved equal. Unless otherwise specified, where aluminum and steel members are connected together they shall be fastened with Type 304 stainless steel bolts and insulated with micarta, nylon, rubber, or equal. 3.03 WELDING A. All welding shall comply with AWS Code for procedures, appearance, quality of welds, qualifications of welders and methods used in correcting welded work. B. Welded stud connectors shall be installed in accordance with AWS D1.1. 3.04 INSPECTION A. High strength bolting will be visually inspected in accordance with AISC "Specification for Structural Joints Using A325 or A490 Bolts." Rejected bolts shall be either replaced or retightened as required. In cases of disputed bolt installation, the bolts in question shall be checked by a calibrated wrench certified by an independent testing laboratory. The certification shall be at the Contractor's expense. B. Field welds will be visually inspected in accordance with AWS Codes. Inadequate welds shall be corrected or redone as required in accordance with AWS Codes. - END OF SECTION - U. US03605050.doc /12-22.03 05050-5 PUMP Station 7, 7A & 10 RehaNitadon r4h,.0 r D. Concrete anchors used to anchor steel shall be of A36 steel unless noted otherwise. Where steel to be anchored is galvanized, concrete anchors shall also be galvanized'. E. Concrete anchors used to anchor aluminum, FRP, or stainless steel shall be Type 304 stainless steel unless noted otherwise. All underwater concrete anchors shall be Type 316 stainless steel. TABLE 1 Allowable Tensile Capacity (Kips) Size A36 Threaded Rod/Bolt SST Threaded Rod/Bolt 3/8" 2.1 1.9 1/2" 3.8 3.5 5/8" 5.9 5.6 3/4" 6.4 8.2 7/8" 11.5 11.4 1" 15.0 15.0 2.05 WELDS A. Electrodes for welding structural steel and all ferrous steel shall comply with AWS Code, using E70 series electrodes for shielded metal arc welding (SMAW), or F7 series electrodes for submerged are welding (SAW). B. Electrodes for welding aluminum shall comply with the Aluminum Association Specifications and AWS D1.2. C. ; Electrodes for welding stainless steel and other metals shall comply with AWS code. 2.06 WELDED STUD CONNECTORS A. Welded stud connectors shall conform to the requirements of AWS 131.1 Type C. 2.07 EYEBOLTS A. Eyebolts shall conform to ASTM A489 unless noted otherwise. 2.08 HASTELLOY FASTENERS A. Hastelloy fasteners and nuts shall be constructed of Hastelloy C-276. PART 3 -- EXECUTION 3.01 MEASUREMENTS A. The Contractor shall verify all dimensions and review the Drawings and shall report any discrepancies to the Engineer for clarification prior to starting fabrication. U:US03805050.doo /12-22.03 05050-4 Pump Station 7, 7A & 10 Rehabilitation C. Where pipe sleeves around anchor bolts are shown on the Drawings, pipe sleeves shall be cut from Schedule 40 PVC plastic piping meeting the requirements of ASTM D1785, 2.02 HIGH STRENGTH BOLTS A. High strength bolts and associated nuts and washers shall be in accordance with ASTM A325 or ASTM A490. Bolts, nuts and washers shall meet the requirements of AISC Specification for Structural Joints Using ASTM A325 or A490 Bolts". B. Where high strength bolts are used to connect galvanized steel or are otherwise specified to be galvanized, bolts, nuts, and washers shall be hot -dip galvanized in accordance with ASTM A325. 2.03 STAINLESS STEEL BOLTS A. Stainless steel bolts shall conform to ASTM F-593. All underwater fasteners shall be Type 316 stainless steel. Unless otherwise specified, fasteners for aluminum and stainless steel members shall be Type 304 stainless steel. B. Stainless steel bolts shall have hexagonal heads with a raised letter or symbol on the bolts indicating the manufacturer, and shall be supplied with hexagonal nuts meeting the requirements of ASTM F594. Nuts shall be of the same alloy as the bolts. 2.04 ::CONCRETE ANCHORS A. Where concrete anchors are called for on the Drawings, one of the types listed below shall be used, except, where one of the types listed below is specifically called for on the Drawings, only that type shall be used. Unless otherwise noted, all concrete anchors which r`-submerged, or which are subject to vibration from equipment such as pumps and _generators, shall be adhesive anchors. The determination of anchors equivalent to those listed below shall be on the basis of test data performed by a commercial testing laboratory. There are two types used: Expansion anchors shall be wedge, sleeve, or drop -in mechanical anchors. 2. Adhesive anchors shall be two part injection type. B. Expansion anchors shall be Kwik Bolt II by Hilti, Inc., or Trubolt Wedge Anchor by ITW Ramset/Redhead and shall be embedded to the depths shown on the Drawings. If no embedment depth is given, the minimum embedment depth as recommended by the manufacturer shall be used. C. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system into hardened concrete or grout -filled masonry. The adhesive system shall use a two - component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. The embedment depth of the rod/bolt shall provide a minimum allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt (see Table 1) unless noted otherwise on the Drawings. The adhesive system shall be "Sikadur Injection Gel" as manufactured by Sika Corporation, "Epson System" as manufactured by ITW Ramset/Redhead, or "HIT HY-150 Injection Adhesive Anchor System" as manufactured by Hilti, Inc. U: U503B05050. doa 112.22-03 0505" Pump Station 7, 7A d 10 RehabMadon CW of r n ww 13. ASTM F593 Standard Specification for Stainless Steel Bolts; Hex Cap Screws, and Studs 14. ASTM F594 Standard Specification for Stainless Steel Nuts 15. ASTM D1786 Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe 16. ASTM F467 Standard Specification for Nonferrous Nuts for General Use 1.04 SUBMITTALS A. Submit the following in accordance with Section 01300, Submittals. 1. Shop Drawings providing the fastener's manufacturer and type and certification of the fastener's material and capacity. 2. Copy of valid certification for each person who is to perform field welding. 3. Certified weld inspection reports, when required. 1.05 QUALITY ASSURANCE A. Fasteners not manufactured in the United States -shall be tested and certification provided with respect to specified quality and strength standards. Certifications of origin shall be submitted for all U.S. fasteners supplied on the project. B. . All steel welding shall be performed by welders certified in accordance with AWS D1.1. All aluminum welding shall be performed by•welders,certified'in•accordance with AWS D1.2. Certifications of field welders shall be submitted prior to performing any field welds. C. Welds and high strength bolts used In connections of structural steel will be visually inspected in accordance with Article 3.04. D. The Owner may engage an independent testing agency to perform testing of welded connections and to prepare test reports in accordance with AWS. Inadequate welds shall be corrected or redone and retested to the satisfaction of the Engineer and/or an acceptable independent testing laboratory, at no additional cost to the Owner. 2.01 ANCHOR BOLTS A. Anchor bolts shall conform to ASTM A36 or ASTM A307 Grade A except where stainless steel or other approved anchor bolts are shown on the Drawings. Anchor bolts shall have hexagonal heads and shall be supplied with hexagonal nuts meeting the requirements of ASTM A563 Grade A. B. Where anchor bolts are used to anchor galvanized steel or are otherwise specified to be galvanized, anchor bolts and nuts shall be hot -dip galvanized in accordance with ASTM A307. 114 Mnaan-Kn-Rn .k„r i1 2_29.M 05050-2 Pump Station 7, 7A & 10 RehabilltaUbn SECTION 05050 - METAL FASTENING PARTI--MERAL 1.01 THE REQUIREMENT A. Furnish all materials, labor, and equipment required to provide all metal welds and fasteners not otherwise specified, in accordance with the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 05010 -Metal Materials 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of the other requirements of the specifications, all work herein shall conform to the applicable requirements of the following documents. All referenced specifications, codes, and standards refer to the most current issue available at the time of Bid. 1. South Florida Building Code 2. AISC Specification for Structural Joints Using ASTM A325 or A490 Botts. 3. AISC Code of. Standard Practice 4. AWS D1.1 Structural Welding Code - Steel 5. AWS D1.2 Structural Welding Code - Aluminum 6. Aluminum Association Specifications for Aluminum Structures 7. ASTM A36 Standard Specification for Structural Steal 8. ASTM A307 Standard Specification for Carbon Steel Externally Threaded Standard Fasteners 9. ASTM A325 Standard Specification for High -Strength Bolts for Structural Steel Joints 10. ASTM A489 Standard Specification for Eyebolts 11. ASTM A490 Standard Specification for Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints 12. ASTM A563 Standard Specifications for Carbon and Alloy Steal Nuts U:US03805050.doc 112-22-03 0505OL-1 Pump Station 7, 7A 810 Rehabilitation 2.02 STAINLESS STEEL. A. All stainless steel fabrications exposed to underwater service shall be Type 316. All other stainless steel fabrications shall be Type 304, unless noted otherwise. B. Material types and ASTM designations are listed below: 1. Plates and Sheets 2. Structural Shapes 2.03 ALUMINUM ASTM A167 or A666 Grade A ASTM A276 A. All aluminum shall be alloy 6061-T6, unless otherwise noted or specified herein. B. Material types and ASTM designations are listed below: 1. Structural Shapes 2. Castings 3. Extruded Bars 4. Extruded Rods, Shapes and Tubes 5. Plates 6. Sheets ASTM B308 ASTM B26, B85, or B108 ASTM B221 - Alloy 6061 ASTM B221 - Alloy 6063 ASTM B209 - Alloy 6061 ASTM B221 - Alloy 3003 C. All aluminum structural members shall conform to the requirements of Section 05140, Structural Aluminum. D. All aluminum shall be provided with mill finish unless otherwise noted. E. Where bolted connections are indicated, aluminum shall be fastened with stainless steel bolts. F. , Aluminum in contact with dissimilar materials shall be insulated with an approved dielectric. 2.04 CAST IRON A. Material types and ASTM designations are listed below: 1. Gray 2. Malleable 3. Ductile 2.05 BRONZE ASTM A48 Class 30B ASTM A47 ASTM A536 Grade 60-40-18 A. Material types and ASTM designations are listed below: I. Rods, Bars and Sheets ASTM 13138 - Alloy B Soft PART 3 -- EXECUTION - (NOT USED) - END OF SECTION - UNS03605010.doc I12-22-03 05010-3 Pump Statlon 7, 7A $10 Rehablitatlon City of Tamamr. M. ASTM A570 Standard Specification for Hot -Rolled Carbon Steel Sheet and Strip, Structural Quality N. ASTM A666 Standard Specification for Austenitic Stainless Steel, Sheet, Strip, Plate, and Flat Bar for Structural Applications O. ASTM 826 Standard Specification for Aluminum -Alloy Sand Castings P. ASTM B85 Standard Specification for Aluminum -Alloy Die Castings Q. ASTM B108 - Standard Specification for Aluminum -Alloy Permanent Mold Castings R. ASTM B138 Standard Specification for Manganese Bronze Rod, Bar, and Shapes S. ASTM B209 Standard Specification for Aluminum -Alloy Sheet and Plate T. ASTM B221 Standard Specification for Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes U. ASTM B308 Standard Specification for Aluminum -Alloy Standard Structural Shapes, Rolled or Extruded 1.04 , SUBMITTALS A. Material certifications shall be submitted along with any shop drawings for metal products and fabrications required by other sections of the Specifications. 1.05 'QUALITY ASSURANCE A.-:Avririer may engage the services of a testing agency to test any metal materials for conformance with the material requirements herein. If the material is found to be in conformance with Specifications the cost of testing will be borne by the Owner. If the material does not conform to the Specifications, the cost of testing shall be paid by the Contractor and all materials not in conformance as determined by the Engineer shall be replaced by the Contractor at no additional cost to the Owner. In lieu of replacing materials the Contractor may request further testing to determine conformance, but any such testing shall be paid for by the Contractor regardless of outcome of such testing. PART 2 — PRODUCTS 2.01 CARBON AND LOW ALLOY STEEL A. Material types and ASTM designations shall be as listed below: 1. Plates and Structural Fabrications 2_ Sheet Steel 3_ Bars and Rods 4. Pipe - Structural Use 5. Tubes 6. Cold -Formed Structural Studs and Joists (18-22 gauge) Cold -Formed Structural Studs and Joists (12-16 gauge) A 36 or A529 A 570 Grade C A 36 or A307 Grade A A53 Type E or S, Grade B A500 Grade B or A501 A 446 Grade C A 446 Grade D U:US03605010.doc/12-22-03 05010-2 Pump Station 7, 7A & 10 Rehabllitatfon City of Tamarac SECTION 05010 - METAL MATERIALS 1.01 THE REQUIREMENT A. Metal materials not otherwise specified shall conform to the requirements of this Section. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Materials for fasteners are included in Section 05050, Metal Fastening. B. Requirements for specific products made from the materials specified herein are included in other sections of the Specifications. See the section for the specific item in question. 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. ASTM A36 Standard Specification for Structural Steel B. ASTM A47 C. ASTM A48 D. ASTM A53 E. ASTM A167 F. ASTM A276 G : ASTM A307 H. ASTM A446 I. ASTM A500 J. ASTM A501 K. ASTM A529 L. ASTM A536 Standard Specification -for Malleable•Iron Castings Standard Specification for Gray Iron Castings Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated Welded and Seamless Standard Specification-far-Stainless-and�Heat Resisting Chromium - Nickel Steel Plate, Sheet, and Strip Standard Specification for Stainless and Heat -Resisting Steel Bars and Shapes Standard Specification for Carbon Steel Externally Threaded Standard Fasteners Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) quality Standard Specification for Cold -Farmed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing Standard Specification for Structural Steel with 42 000 psi (290 Mpa) Minimum Yield Point (1/2 in. (12.7 mm) Maximum Thickness) Standard Specification for Ductile Iron Castings U. US03B05010. doc J12-22-03 05010-1 Pump Station 7, 7A b 10 Rehabilitation City of Tamarac F. In no case shall concentrated construction loads, or construction loads exceeding the design loads, be placed on the precast members. In no case shall loads be placed on the precast members prior to the welding operations associated with erection, and prior to placing of topping (if required). G. No Contractor, Subcontractor or any of his employees shall arbitrarily cut, drill, punch or otherwise tamper with the precast members. - END OF SECTION - U. US03B03400AW f12_22-03 034005 Pump Station 7, 7A & 10 RehaW tatlon City of %AmAmr D. The Contractor shall coordinate the communication of all necessary information concerning openings, sleeves, or inserts to the manufacturer of the precast members. E. Concrete shall be finished In accordance with the CITY's requirements. All recesses due to cut tendons shall be grouted. F. Curing of precast members shall be in accordance with applicable standards. Use of a membrane curing compound will not be allowed. G. The manufacturer shall provide lifting inserts. 3.02 HANDLING, TRANSPORTING AND STORING A. Precast members shall not be transported away from the casting yard until the concrete has reached the minimum required 28 day compressive strength and a period of at least 5 days has elapsed since casting, unless otherwise permitted by the Engineer, B. No precast member shall be transported from the plant to the job site prior to approval of that member by the plant inspector. This approval will be stamped on the member by the plant inspector, C. During handling, transporting, and storing, precast concrete members shall be lifted and supported only at the lifting or supporting points as indicated on the shop drawings. D. All precast members shall be stored on solid, unyielding, storage blocks in a manner to prevent torsion, objectionable bending, and contact with the ground. E. Precast concrete members shall not be used as storage areas for other materials or equipment. F. Precast members damaged while being handled or transported will be rejected or shall be repaired in a manner approved by the Engineer. 3.03 ERECTION A. Erection shall be carried out by the manufacturer or under his supervision using labor, equipment, tools and materials required for proper execution of the work. B. Contractor shall prepare all bearing surfaces to a true and level line prior to erection. All supports of the precast members shall be accurately located and of required size and bearing materials. C. Installation of the precast members shall be made by leveling the top surface of the assembled units keeping the units tight and at right angles to the bearing surface. D. Connections which require welding shall be properly made in accordance with Section 05050, Metal Fastening. . E. Grouting between adjacent precast members and along the edges of the assembled precast members shall be accomplished as indicated on the drawings, care being taken to solidly pack such spaces and to prevent leakage or droppings of grout through the assembled precast members. Any grout which seeps through the precast members shall be removed before It hardens. ►r•r rcn.9ran enn .►.,,- ��_��.ns 034004 Pump Station 7, 7A 6 10 Rehabllitatb 2.02 GROUT A. Grout for joints between panels shall be a non -shrink, non-metallic grout in conformance with Section 03315, Grout. B. Minimum compressive strength of grout at 7 days shall be 3,000 psi. 2.03 REINFORCING STEEL A. Reinforcing steel used for precast concrete construction shall conform to Section 03200, Reinforcing Steel, 2.04 PRESTRESSING STRANDS A. Prestressing strands shall be 7-wire, stress -relieved, high -strength strands Grade 250K or 270K. 2.05 STEEL INSERTS A. Steel inserts shall be In accordance with Section 05010, Metal Materials. S. All'tteel inserts protruding from or occurring at the surface of precast units shall be galvanized. 2.06 WELDING A. ;Welding shall conform to Section 05050, Metal Fastening. 2.07lEt7PRENE A. Neoprene bearing pads shall conform the applicable standards. PART 3 - I 3.01 FABRICATION AND CASTING A_ All precast members shall be fabricated and cast to the shapes, dimensions and lengths shown on the Drawings and in compliance with PCI MNL-116. Precast members shall be straight, true and free from dimensional distortions, except for camber and tolerances Permitted later in this clause. All integral appurtenances, reinforcing, openings, etc., shall be accurately located and secured in position with the form work system. Form materials shall be steel and the systems free form leakage during the casting operation. B. All cover of reinforcing shall be the same as detailed on the Drawings. C. Because of the critical nature of the bond development length in prestressed concrete panel construction, if the transfer of stress is by burning of the fully tensioned strands at the ends of the member, each strand shall first be burned at the ends of the bed and then at each end of each member before proceeding to the next strand in the burning pattern. U.U503803400.doc 112-22-03 03400-3 Pump Station 7, 7A & 10 RehabRadon 1.05 QUALITY ASSURANCE A. All manufactured precast concrete units shall be produced by an experienced manufacturer regularly engaged in the production of such items. All manufactured precast concrete and site -cast units shall be free of defects, checks, and cracks. Care shall be taken in the mixing of materials, casting, curing and shipping to avoid any of the above. The Engineer may elect to examine the units at the casting yard or upon arrival of the same at the site. The Engineer shall have the option of rejecting any or all of the precast work if it does not meet with the requirements specified herein or on the Drawings. All rejected work shall be replaced at no additional cost to the Owner. B. Manufacturer qualifications: The precast concrete manufacturing plant shall be certified by the Prestressed Concrete Institute, Plant Certification Program, prior to the start of production. In lieu of such certification, the manufacturer shall, at its expense, meet the following requirements: Retain independent testing or consulting firm approved by the architect/engineer and/or owner. 2. The basis of inspection shall be the Prestressed Concrete Institute Manual for Quality. Control for Plants and Production of Precast and .Prestressed Concrete Products, MNL-116. 3. This firm shall inspect the precast plant�attwo-Week intervals during production and Issue a report, certified by a registered engineer verifying that materials, methods, products and quality control -meets•allithe�-requirements�of>.Ythe,,,specifications, drawings, and MNL-116. If the report indicates to the contrary, the engineer, at the prec:aster's expense, will inspect and may reject any or all products produced during the period of non-compliance with the above requirements. C. Plant production and engineering must be under direct supervision and control of an Engineer who possesses a minimum of five years experience in precast concrete work. PART - PRODUCTS 2.01 CONCRETE A. Concrete materials including portland cement, aggregates, water, and admixtures shall conform to Section 03300, Cast -in -Place Concrete. B. For prestressed concrete items, minimum compressive strength of concrete at 28 days shall be 5,000 psi unless otherwise specified. Minimum compressive strength of concrete at transfer of prestressing force shall be 4,000 psi. C. For non -prestressed concrete items, minimum compressive strength of concrete at 28 days shall be 4000 psi unless otherwise specified. U:US03903400.doc /12-22-03 03400-2 Pump Statlon 7, 7A & 10 Rehabllllation SECTION 03400 - PRECAST CONCRETE PART 1 - GENERAL 1.01 REQUIREMENTS A. The Contractor shall construct all precast concrete items as required in the Contract Documents, including all appurtenances necessary to make a complete installation. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 03300 — Cast -In -Place Concrete B. Section 03600 - Grout 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of other requirements of these Speclfications, all work specified herein shall conform to the applicable requirements of the following documents. All referenced specifications, codes, and standards refer to the most current issue available ,at'.the end of the Bid. 1. South Florida Building Code Miami -Dade County Edition 2. ACI 31 &Building Code Requirements for Reinforced Concrete 3. PCI Standard MNL-116 - Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products 4. PCI Design Handbook 1.04 SUBMITTALS A. The Contractor shall submit the following for review in accordance with Section 01300, "Submittals". 1. Shop drawings for all precast concrete items showing all dimensions, locations, and type of lifting inserts, and details of reinforcement and joints. 2. A list of the design criteria used by the manufacturer for all manufactured, precast items. 3. Design calculations, showing at least the design loads and stresses on the item, shall be submitted. Calculations shall be signed and sealed by a Professional Engineer registered in the State of Florida. 4. Certified reports for all lifting inserts, indicating allowable design loads. 5. Information on lifting and erection procedures. QUS03903400.doc/12-22-03 034004 Pump Station 7, 7A & 10 Rehabilitation Pik, of 'Y"-...—,. 2.02 EPDXY GROUT A. Epoxy mortar (grout) shall be used to set items as specified. Epoxy mortar (grout) shall be a pre -packaged mix containing aggregate and epoxy mortar adhesive; "Permatop" as manufactured by Permagile Corp. of America, or equal. 2.03 CURING MATERIALS A. Curing materials shall be as recommended by the manufacturer. 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 the above described consistency; the type of grout to be used shall be as specified herein for the particular application. 2.05 MEASUREMENT OF INGREDIENTS A. Prepackaged grouts shall have ingredients measured by means recommended by the manufacturer. 3.01 GENERAL A. Ail surface preparation, curing, and protection of cement grout shall be as by the manufacturer. The finish of the grout surface shall match that of the adjacent concrete. B. 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 - A r-- an no ne A14Q4SL.7 Aimn CfaKnn 7 7A R 10 RwhAhiff gain SECTION 03315 - GROUT PART 1 - GENERAL 1.01 SECTION INCLUDES A. The CONTRACTOR shall furnish all materials for grout in accordance with the provisions of this Section and shall 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. 1.02 RELATED SECTIONS A. Submittals B. Cast -in -Place Concrete 1.03 REFERENCES A. Specifications, codes, and standards shall be as specified in Section 03300 "Cast -in -Place Concrete," and as referred to herein. B. Additional Commercial Standards CRD-C 621 Corps of Engineers Specification for Nonshrink Grout 1.04 '..SUBMITTALS A. The CONTRACTOR shall submit certified test results verifying the compressive strength, shrinkage, and expansion requirements specified herein; and manufacturer's literature containing instructions and recommendations on the mixing, handling, placement and appropriate uses for each type of grout used in the work. PART 2 - PMDDUCTS 2.01 NON -SHRINK GROUT 1. Nonshrink grout shall be a prepackaged, inorganic, non -gas liberating, nonmetallic, 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 nonshrink grout specified herein shall be that recommended by the manufacturer for the particular application, 2. Nonshrink 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. UWS03803315.doa/12-22-03 03315-1 pump Station 7, 7A & 10 Rehabilitation City of Tamarac 3.06 DEFECTIVE CONCRETE A. As soon as forms are removed, all exposed surfaces shall be carefully examined and any irregularities shall be immediately rubbed or ground in a satisfactory manner in order to secure a smooth, uniform, and continuous surface. Plastering or coating of surfaces to be smoothed will not be permitted. No repairs shall be made until reviewed by the ENGINEER. In no case will extensive patching of honeycombed concrete be permitted. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall have them repaired as specified herein. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the CONTRACTOR at its own expense. B. Defective surfaces to be repaired as specified In Paragraph 3.12A, shall be cut back from trueline a minimum depth of '/x-inch over the entire area. Feathered edges will not be permitted. Where chipping or cutting tools are not required in order to deepen the area properly, the surface shall be prepared for bonding by the removal of all laiitance or soft material, and not less than 1/32-inch depth of the surface film from all hard portions, The material used for repair proposed shall consist of a mixture of one sack of cement to 3 cubic feet of sand. For exposed walls, die cement shall contain such a proportion of Atlas white portland cement as is required to make the color of the patch match the color of the surrounding concrete. C. Holes left by tie -rod cones shall be repaired iman acceptable manner'with dry -packed cement grout or premixed patching material as accepted by the ENGINEER. D. All repairs shall be built up and shaped in such a manner that the completed work will conform to the requirements of Article 3.05 or 3.06, as applicable, using acceptable methods which will not disturb the bond, cause sagging, or cause horizontal fractures. Surfaces of said repairs shall- receive the same kind and amount of curing treatment as required for the concrete in the repaired section. E. Prior to filling any structure with water, all. cracks that may have developed shall be "vee'd" and filled with sealant conforming to the requirements of Section entitled, "Waterstop Joints in Concrete." This repair method shall be done on the water bearing face of members. Prior to backfilling, faces of members in contact with fill shall also have cracks repaired as speed herein. 3.07 CARE AND REPAIR OF CONCRETE A. The CONTRACTOR shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance by the CITY. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface. Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the CONTRACTOR's expense. - END OF SECTION - U. US03803300dc /12-22-03 03300-15 Pump Station 7, 7A & 10 Rehabilitation B. Materials for curing concrete as specified herein shall conform to the following requirements: Concrete curing compound shall be MB 429 as manufactured by Master Builders, Cleveland, OH; Hunt Process Clear ARB as manufactured by Hunt Process Co., Santa Fe Springs, CA; Select Cure CRB as manufactured by Select Products Co., Upland, CA; or equal. The curing compound shall contain a fugitive dye so that areas of application will be readily distinguishable. 2. Burlap mats: conform to AASMTO Specification M182 C. M21hod 1: Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 7 days of placing the concrete, curing shall be continued in accordance with Method 3. D. Method : The surface shall be covered with burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. E. Method 3: The surface shall be sprayed with a liquid curing compound. It shall be applied in accordance with the manufacturer's printed instructions at a maximum coverage rate of 200 square feet. per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. 2. Where the curing compound method is used, care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, the break shall be repaired immediately by the application of additional curing compound over the damaged portion. 3. Wherever curing compound may have been applied by mistake to faces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by wet sandblasting just prior to the placing of new concrete. 4. Where curing compound is specified, it shall be applied as soon as the concrete has hardened enough to prevent marring on unformed surfaces, and within 2 hours after removal of forms from contact with farmed surfaces. Repairs required to be made to formed surfaces shall be made within the said 2-hour period provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet -sandblasted to remove the curing compound, following which repairs shall be made as provided herein. F. The CONTRACTOR shall protect all concrete against injury until final acceptance by the CITY. Fresh concrete shall be protected from damage due to rain. The CONTRACTOR shall provide such protection while the concrete is still plastic and whenever such precipitation is imminent or occurring. U: US036033000c /12-22-03 03300-14 PUMP Station 7, 7A & 10 RehabRation nx.. -Jr 2. Finish U2 - After sufficient stiffening of the screeded concrete, surfaces shall be float finished with wood or metal floats or with a finishing machine using float blades. Excessive floating of surfaces while the concrete is plastic and dusting of dry cement and sand on the concrete surface to absorb excess moisture will not be permitted. Floating shall be the minimum necessary to produce a surface that is free from screed marks and is uniform in texture. Surface irregularities shall not exceed 1/4-inch. Joints and edges shall be tooled where shown on the Drawings or as determined by the ENGINEER. 3. Finish U3 - After the floated surface (as specified for Finish U2) has hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel troweling shall be performed with firm pressure such as will flatten the sandy texture of the floated surface and produce a dense, uniform surface free from blemishes, ripples, and trowel marks. The finish shall be smooth and free of all irregularities. 4. Finish U4 - Steel trowel finish (as specified for Finish U3) without local depressions or high points. In addition, the surface shall be given a light hairbroom finish with brooming perpendicular to drainage unless otherwise shown. The resulting surface shall be rough enough to provide a nonskid finish. D. Unformed surfaces shall be finished according to the following schedule: rea Finish Grade slabs and foundations to be covered U1 with concrete or fill material Slabs which are water bearing with slopes U3 ten percent or less Slabs not water bearing, exterior slabs, U4 walkways interior slabs subject to wetness 3.05 CURING AND PROTECTION A. Q20eEgl: All concrete shall be cured for not less than 7 days after placing, in accordance with the methods specified herein for the different parts of the work, and described in detail In the following paragraphs: Surface to be cured ih4d Unstripped forms 1 Construction joints 2 All concrete surfaces not specifically 3 provided for elsewhere in this Paragraph i JA N H eff ntl n49NL7 7 A,mn VaKnn 7 7A A 10 RnhmhHHaHnn K. The surface of the concrete shall be level whenever a run of concrete is stopped. To insure a level, straight joint on the exposed surface of walls, a wood strip at least 3/4 of an inch thick shall be tacked to the forms on these surfaces. The concrete shall be carded about 1/2 of an inch above the underside of the strip. About one hour after the concrete is placed, the strip shall be removed and any irregularities In the edge formed by the strip shall be leveled with a trowel and all laitance shall be removed. L. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and compacted, throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all comers and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement. Vibrators shall be high speed power vibrators (8000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. M. Care shall be used in placing concrete around waterstops. The concrete shall be carefully worked by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat -strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over -arid above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. N. Concrete in walls shall be internally vibrated and at the same time, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms arexcavations and closes snugly against all surfaces. Subsequent layers of concrete shall ' not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be provided in sufficient numbers, with standby units as required, to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. 3.04 CONCRETE FINISHING A. General: All surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable deviations from plumb or level and from the alignment, profiles, and dimensions shown on the Drawings are defined as tolerances and are specified in Paragraphs 1.05F herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces: Formed surfaces shall be finished per Paragraph 3.08 A. C. Unformed Surfaces: After proper and adequate vibration and tamping, all unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a uniform surface with suitable tools. The classes of finish specified for unformed concrete surfaces are designated and defined as follows: 1.Finish U I - Sufficient leveling and screeding to produce an even, uniform surface with surface irregularities not to exceed 3/8-inch. No further special finish is required. U. US03B03300* /12-22-03 03300-12 Pump Stedon % iA & 10 Rehabditadon ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing and in no case after depositing shall any portion be displaced in the forms more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform -horizontal layers not deeper than 2 feet; and care shall be taken to avoid inclined layers or inclined construction joints except where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. The rate of placing concrete in forms shall not exceed 5 feet of vertical rise per hour. E. Casting b12W CongW2: An epoxy adhesive bonding agent shall be applied to set surfaces of construction joints according to the manufacturer's written recommendations. This provision shall not apply to joints where waterstop is installed, see Section entitled, "Waterstop Joints in Concrete." F. Can or Belts and Chutes: All ends of chutes, hopper gates, and all other points of concrete discharge throughout the CONTRACTOR's conveying, hoisting and placing system shall be so designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the ENGINEER. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. if a conveyor belt is used, it shall be wiped clean by a device operated In such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient, illumination shall be. provided in the interior of ail forms so that the concrete at the places of deposit is visible from the deck or runway. G. Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the pour. As the work progresses, the concrete shall be vibrated and :carefully worked around -the slab reinforcement, and the surface of the slab shall be screeded in an up -slope direction. H. Temp@rature of Con r te: The temperature of concrete when it is being placed shall be not more than 90 degrees F. Concrete ingredients shalt not be heated to a temperature higher than that necessary to keep the temperature of the mixed concrete, as placed, from falling below the specified minimum temperature. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the CONTRACTOR shall employ effective means, such as pre -cooling of aggregates and mixing water using ice or placing at night, as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. The CONTRACTOR shall be entitled to no additional compensation on account of the foregoing requirements. During summer months concrete pours shall be scheduled in the morning or early part of the day when temperatures are cooler. I EUMping EgUip Pumping equipment and procedures if used shall conform to the recommendations contained in the report of ACI Committee 304 on Placing Concrete by Pumping Methods, ACI 304.2R. The specified slump shall be measured at the point of discharge. The loss of slump in pumping shall not exceed 1-1/2-inches. J. The order of placing concrete in all parts of the work shall be acceptable to the ENGINEER. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown on the Drawings. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed, except that the corner sections of vertical walls shall not be placed until the 2 adjacent wall panels have cured at least 14 days. U:US03B03300dc/12-22-03 03300-11 Pump Station 7, 7A & 10 Rehabilltetion K. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater, except where shown on the Drawings to be placed by the tremie method, nor shall the CONTRACTOR allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. L. orrosion Pr ection: Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement. Securing such items in position by wiring or welding them to the reinforcement will not be permitted. M. Openings for pipes, inserts for pipe hangers and brackets, and the setting of anchors shall, where practicable, be provided for during the placing of concrete. N. Anchor bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. O. leaning: The surfaces of all metalwork to be In contact with Concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before the concrete is placed. 3.03 PLACING CONCRETE A. 9 . jer : Placing of concrete shall conform to the applicable requirements of Chapter 8 of A131'301 and the requirements of this Section. B.. - N 0 nfgrmin4 Work or Msterisls: Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the Work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the CONTRACTOR. C. QnaWhorizW Pla men : No concrete shall be placed except in the presence of duly authorized representative of the ENGINEER. The CONTRACTOR shall notify the ENGINEER at least 24 hours in advance of placement of any concrete. D. Placement in Wall Forms: Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from the mortar on account of repeatedly hitting nods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the U. US03803300dc 112-22-03 03300-10 Pump Station Y 7A & 10 Rehabillfadon B. No concrete shall be placed until the reinforcement steel and formwork have been erected in a manner acceptable to the ENGINEER. The CONTRACTOR shall notify the ENGINEER not lose than 2 working days prior to Concrete Placement, allowing 1 day for review and any corrective measures which are required. C. Joints in Concrete: Concrete surfaces upon or against which concrete is to be placed, where the placement of the old concrete has been stopped or interrupted so that, as determined by the ENGINEER, the new concrete cannot be incorporated integrally with that previously placed, are defined as construction joints. The surfaces of horizontal joints shall be given a compacted, roughened surface for good bond. Except where the Drawings call for joint surfaces to be coated, the joint surfaces shall be cleaned of all laitance, loose or defective concrete, and foreign material. D. After the surfaces have been prepared all approximately horizontal construction joints shall be covered with a layer of mortar approximately one -inch thick. The mortar shall have the same proportions of cement and sand as the regular concrete mixture. The water -cement ratio of the mortar in place shall not exceed that of the concrete to be placed upon it, and the consistency of the mortar shall be suitable for placing and working in the manner hereinafter specified. The mortar shall be spread uniformly and shall be worked thoroughly Into all irregularities of the surface. Wire brooms shall be used where possible to scrub the mortar into the surface. Concrete shall be placed immediately upon the fresh mortar. E. P� InterrUbtions: When placing of concrete is to be interrupted long. enough for the concrete to take a set, the working face shall be given a'shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the ENGINEER. F. F=MDpd0jW # : No concrete shall be placed until all formwork, installation of parts to be embedded, reinforcing steel, and .preparation of surfaces involved in the placing have been completed and accepted by the ENGINEER .at.least4-hoursbefore:placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. G. All inserts or other embedded items shall conform to the requirements herein. H. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall beset and secured in the forms where shown on the Drawings or by shop drawings and shall be acceptable to the ENGINEER before any concrete is placed. Accuracy of placement is the responsibility of the CONTRACTOR. All anchor bolts called for on the drawings shall be cast -in -place in the concrete. Drilled, impact, adhesive or other types of anchors shall not be substituted for anchor bolts. Anchor bolts shall conform to the requirements set forth in the Section entitled "Miscellaneous Metalwork." J. Casting NewTCong Mg 6gaini #�Qld: Where concrete is to be cast against old concrete (any concrete which Is greater than 60 days of age), the surface of the old concrete shall be thoroughly cleaned and roughened by sand -blasting (exposing aggregate) prior to .the application of an epoxy bonding agent. u:us03803300do I12-22-03 03300-9 Pump sranon r rA & 10 Rehablirfaaon the desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature or moisture content of the aggregates, to maintain uniform production of a desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. Slumps shall be 4" " 1" measured at the form. Slump with high range water reducers shall be 6"+ 1" at the form. 2.06 READY -MIXED CONCRETE A. Ready -mixed concrete shall be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94. B. Ready -mixed concrete shall be delivered to the site of the work, and discharge shall be completed within one and one-half hour after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. Upon delivery from the truck concrete temperature shall not exceed 90EF. C. Truck mixers shall be equipped with electrically -actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type. The counters shall be actuated at the time of starting mixers at mixing speeds. D. -Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the 'drem or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any, shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer -drum before actuating the revolution counter for determining the number of revolution of mixing. PART 3 - EXECWJION 3.01 PROPORTIONING AND MIXING A. ro ortionin : Proportioning of the concrete mix shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301; provided, that the maximum slump for any concrete shall not exceed the limits specified in this Section of the Specifications. B. Mixing: Mixing of concrete shall conform to the requirements of Chapter 7 of said ACI 301 Specifications. C. 4MP: Slump shall be 4" ± 1" (6" + 1" with high range water reducers) measured at the form. D. Re- em erin : Re -tempering of concrete or mortar which has partially hardened will not be permitted. 3.02 PREPARATION A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. U:US03803300*112-22-03 03300-8 Pump Station 7, 7A6 10RehabOadon ON of Tamarac 2. For bonding hardened concrete or masonry to steel, Colma-Dur Gel, Sikadur Hi -Mod Gel, or equal. 3. Epoxy grouting of vertical and horizontal dowels in existing concrete: A two - component structural epoxy gel such as Rawl/Sika Foil -Fast Epoxy Injection Gel or Sikadur Injection gel as manufactured by Sika Chemical Corp. or approved equal. Place with pneumatic or manual injection gun. 2.04 CONCRETE MIX A. eral: Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined during the trial batch. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs with more than 41 percent of sand of the total weight of fine and coarse aggregate shall not be used. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the CITY. All changes shall be subject to review by the ENGINEER. .B. Water -Cement Ratio a_rLd 0012=151YOStrength: The minimum compressive strength and cement content of concrete shall be not less than :that-specfied in,the,following tabulation: Min.28-Day Maximum Minimum Maximum Compressive Size Cement W/(C+ F Strength Aggregate per cu. yd. Ratio Type of Work si in. sacks b wei ht Structural Concrete: All reinforced concrete 4000 unless noted otherwise. (Class -A- 3/4 6.0 0.43 Misc. Concrete: Sidewalks, thrust blocks 3000 Ductbanks (Class B) 3/4 5.5 0.50 Note: One sack of cement equals 94 lbs. C = Cement F = Fly Ash W = Water C. Adiustments_to_Mix Q"J l3 The mix proportions used shall be changed subject to the limitation specified herein, whenever such change is necessary or desirable to secure the required strength, density, workability, and surface finish and the CONTRACTOR shall be entitled to no additional compensation because of such changes. 2.05 CONSISTENCY A. The quantity of water entering into a batch of concrete shall be just sufficient, with a normal mixing period, to produce a concrete which can be worked properly into place without segregation, and which can be compacted by the vibratory methods herein specified to give U_US0390330O& /12-22-03 03300-7 Puma Station 7. 7A & 10 Rahahftitatten I. Set controlling admixture shall be either with or without water -reducing properties. Where the air temperature at the time of placement is expected to be consistently over 80 degrees F, a set -retarding admixture such as Sika Chemical Corporation's Plastiment, Master Builder's Pozzolith 20OR or equal shall be used. Where the air temperature at the time of placement is expected to be consistently under 40 degrees Fahrenheit, a set accelerating admixture such as Sika Chemical Corporation's Plastocrete 161 FL, Master Builder's Pozzolith 50C, or equal shall be used. 2. Low range water reducer shall be added to all structural concrete, and shall conform to ASTM C 494, Type A. It shall be either a hydroxylated carboxylic acid type or a dydroxylated polymer type. The quantity of admixture used and the method of mixing shall be in accordance with the manufacturer's instructions and recommendations. 3. Water reducing and retarding admixture shall be in conformance with ASTM C 494 Type D free of chlorides, "MB-HC" by Master Builders, "WRDA-79" by Grace or equal. 4. High range water reducer shall be sulfonated polymer conforming to ASTM C 494, Type F or G. 5. If the high range water reducing agent is added to the concrete at the batch plant, it shall be second generation type, Daracem 100, as manufactured by W.R. Grace & Co., Pozzolity 430R, as manufactured by Master Builders; or equal. High range water reducer shall be added to the concrete after all other ingredients have been mixed and initial slump has been verified. - 6. If the high range water reducer is added to the concrete at the job site, it shall be used in conjunction with a low range water reducer and shall be Pozzolith 40ON and - Pozzolith MBL82, as manufactured by Master Builders; WRDA 19 and WRDA 79, as manufactured by W.R. Grace & Co., or equal. Concrete shall have a slump of 3 inches + % -inch prior to adding the high range water reducing admixture at the job site. The high range water reducing admixture shall be accurately measured and pressure injected into the mixer as a single dose by an experienced technician. A standby system shall be provided and tested prior to each day's operation of the job site system. 7. Concrete shall be mixed at mixing speed for a minimum of 30 mixer revolutions after the addition of the high range water reducer. D. Fly_Ash: Conform to ASTM C-618-89. Fly ash shall be limited to 20% of total cementitious materials. 2.03 ACCESSORIES A. Epoxy adhesives shall be the following products for the applications specified to be used in strict accordance with manufacturer's recommendations. 1. For bonding freshly -mixed, plastic concrete to hardened concrete, Sikadur 32 Hi -Mod, LPL Epoxy Adhesive, as manufactured by Sika Chemical Corporation; Concresive 1001-LPL, as manufactured by Adhesive Engineering Company; or equal. U.US03B03300do112-22-03 03300-6 Pump Station 7, 7A & 10 Rehabilitation a. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size not greater than % -inch. When the aggregates are proportioned for each batch of concrete the two size groups shall be combined. b. Fine aggregates shall be natural sand or a combination of natural and manufactured sand that are hard and durable. c. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process. d. When tested in accordance with "Potential Reactivity of Aggregates (Chemical Method)' (ASTM C 289), the ratio of silica released to reduction in alkalinity shall not exceed 1.0. e. When tested in accordance with "Organic Impurities in Sands for Concrete" (ASTM C 40), the fine aggregate shall produce a color in the supernatant liquid no darker than the reference standard color solution. J. When tested in accordance with "Resistance to Abrasion of Small size Coarse Aggregate by Use of the Los Angeles Machine" (ASTM C 131), the coarse aggregate shall show a loss not exceeding 42 percent after 600 revolutions, or 10.5 percent after 100 revolutions. g. When tested in accordance with "Soundness of Aggregates. by Use of Sodium Sulfate or Magnesium. Sulfate" (ASTM C 88), the loss resulting after five cycles shall not exceed 10 percent #or fine or coarse aggregate when using sodium sulfate. 2.02 ADMIXTURES A. Air -entraining agent meeting the requirements of ASTM C 260, shall be used. Sufficient air - entraining agent shall be used to provide a total air content of 3 to 5 percent. B. res: Admixtures shall be required at the ENGINEER's discretion or, if not required, may be added at the CONTRACTOR's option to control the set, effect water reduction, and increase. workability. In either case, the addition of an admixture shall be at the CONTRACTOR's expense. The use of an admixture shall be subject to acceptance by the ENGINEER. Concrete containing an admixture shall be first placed at a location determined by the ENGINEER. If the use of an admixture Is producing an inferior end result, the CONTRACTOR shall discontinue use of the admixture. Admixtures specified herein shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of.whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non -toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. UNS03803300do 112-22-03 03300-5 Pump Station 7, 7A & 10 Rehabilitation Pik/ AF ra„,a,ar, B. Evaluation and Acceptance of Concrete 1. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 318, Chapter 5 "Concrete Quality Mixing and Placing", and as specified herein. 2. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. 3. All concrete which fails to meet the ACI requirements and these specifications, is subject to removal and replacement at the cost of the CONTRACTOR. PART 2 - PRQDVCTS 2.01 CONCRETE MATERIALS A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers. shall not be used. All cement shall be used in the sequence of receipt of shipments. B. Ah materials furnished and stored for the work shall comply with the requirements of ACI 301, as applicable. C. Materials for concrete shall conform to the following requirements: 1. Cement shall be standard brand Portland cement conforming to ASTM C 150 for Type H. Portland cement shall contain not more than 0.60 percent alkalies. The term "alkalies" referred to herein is defined as the sum of the percentage of sodium oxide and 0.658 times the percentage of potassium oxide (Na20 + 0,658 K20). These oxides shall be determined in accordance with ASTM C 114. A single brand of cement shall be used throughout the Work, and prior to its use, the brand shall be acceptable to the ENGINEER. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Sacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mill test reports for each shipment of cement to be used shall be submitted to the ENGINEER if requested regarding compliance with these Specifications. 2. Water shall be potable, clean, and free from objectionable quantities of silty, organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this Section only, if it meets the requirements of the local governmental agencies. 3. Aggregates shall be obtained from pits acceptable to the ENGINEER, shall be non -reactive, and shall conform to the SFBC and ASTM C 33. Maximum size of coarse aggregate shall be as specified in Paragraph 2.05B. Lightweight sand for fine aggregate will not be permitted. U. US03803300dc f12-22-03 03300-4 Pump Station 7, 7A 6 10 Rehabilitation City of Tamarac B. Tests for compressive strength and slump of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. C. The cost of all tests will be bome by the CITY. However, the CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not meet the Specifications. D. Concrete for testing shall be supplied by the CONTRACTOR at no cost to the CITY, and the CONTRACTOR shall provide assistance to the ENGINEER in obtaining samples. The CONTRACTOR shall dispose of and clean up all excess material. E. Qgnstruction Tol : The CONTRACTOR shall set and maintain concrete forms and perform finishing operations so as to ensure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the Specifications, permissible deviations will be in accordance with ACI 347 and Section 03100. F. The following construction tolerances are hereby established and apply to finished walls and slab unless otherwise shown in the Drawings_ Mem 1. Variation of the constructed linear outline from the established position in plan 2. Variation from the level or from the grades shown on the Drawings 3. Variation from the plum 4. Variation in the thickness of slabs and walls 5. Variation in the locations and sizes of slab and wall openings . 1 Tolerance In 10 feet: 1/4 inch; In 20 feet or more: 1/2 inch In 10 feet: 1/4 inch; In 20 feet or more: 1/2 inch In 10 feet: 1/4 inch; In 20 feet or more: 1/2 inch Minus 114 inch; Plus 1/2 inch Plus or minus 1/4 inch G. The CONTRACTOR is fully responsible for all reinforced concrete work, and shall reject all delivered concrete and finishes not meeting these Specifications. 1.06 FIELD SAMPLES A. Field Compression Tests Compression test specimens shall be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the ENGINEER to insure continued compliance with these Specifications. At least one set of test specimens shall be made for each 50 yards of concrete placed. Each set of test specimens shall be a minimum of 5 cylinders. 2. Compression test specimens for concrete shall be made in accordance with ASTM C 31, Specimens shall be 6-4nch diameter by 12-inch high cylinders. 3. Compression test shall be performed in accordance with ASTM C 39. Two test cylinders will be tested at 7 days and 2 at 28 days. The remaining cylinder will be held to verify test results, if needed. U.US03803300dc /12-22-03 03300-3 Pump Station 7, 7A & 10 Rehabilitation ASTM C 31-88 Methods of Making and Curing Concrete Test Specimens In the Field. ASTM C 33-86 Specification for Concrete Aggregates. ASTM C 39-86 Test Method for Compressive Strength of Cylindrical Concrete Specimens, ASTM C 94-89b Specification for Ready -Mixed Concrete. ASTM C 114 Method for Chemical Analysis of Hydraulic Cement. ASTM C 136 Method for Sieve Analysis of Fine and Coarse Aggregate. ASTM C 143-89a Test Method for Slump of Portland Cement Concrete, ASTM C 150-89 Specification for Portland Cement. ASTM C 156 Test Method for Water Retention by Concrete Curing Materials. ASTM C 157-89 Test Method for Length Change of Hardened Cement Mortar and Concrete. ASTM C 192-88 Method of Making and Curing Concrete Test Specimens in the Laboratory. ASTM C 260-86 Specification for Air -Entraining Admixtures for Concrete. ASTM C 494-86 Specification for Chemical Admixtures for Concrete. 1.04 SUBMITTALS A. The design mix to be used shall be prepared by qualified persons and submitted for review. `T-h design of the mix is the responsibility of the CONTRACTOR subject to the limitations of the specifications. Review processing of this submission will be required only as evidence that the mix has been designed by qualified persons and that the minimum requirements of the specifications have been met. Such review will in no way alter the responsibility of the CONTRACTOR to furnish concrete meeting the requirements of the specifications relative to strength and slump. If in the progress of the work the sources of materials change In characteristics or the CONTRACTOR requests a new source in writing, the CONTRACTOR shall, at his expense submit new test data and information for the establishment of a new design mix. Submit mix designs for Class A and Class B concrete. B. Where ready -mix concrete is used, the CONTRACTOR shall provide delivery tickets at the time of delivery of each load of concrete. In addition to the information required by ASTM C94, each ticket shall show the mix number, cement content and water/cement ratio. C. Location of all proposed construction joints. D. Product technical data including curing compound and epoxy adhesives. 1.05 QUALITY ASSURANCE A. Plant Qualification: Plant equipment and facilities shall meet all requirements of the Check List for Certification of Ready Mixed Concrete Production facilities of the National Ready Mixed Concrete Association and ASTM C 94. U: US03B03300da /12-22-03 03300-2 Pump StaUm 7, 7A & 10 Rehabilitation City of Tamarac SECTION 03300 - CAST -IN -PLACE CONCRETE A T1-- 1.01 WORK INCLUDED A. The CONTRACTOR shall fumish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, all in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Submittals B. Concrete Formwork C. Quality Control D. Grout E. Special Coatings F. Metal Fabrications 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of these •Specifications, ' all work specified herein shall conform to or exceed the requirements of the South Florida Building Code and the applicable requirements of the 1following. documents 'to.'the extent that the provisions of such documents are not in conflict with the requirements of this Section. Codes and _5t@ndarjis The Building Code, as referenced herein, shall be the South Florida Building Code, Dade County Edition (SFBC). 2. Feder I Specifications UU-B-790A (Int.Amd.1) Building Paper, Vegetable Fiber (Kraft, Waterproofed, Water Repellant and Fire Resistant). 3. Commercialligndards ACI 214.1 R-81 ACI 318R-89 ACI 301-89(85) ACI 315R-80 ACI 347R-88 Recommended Practice for Evaluation of Strength Test Results of Concrete. Building Code Requirements for Reinforced Concrete. Specifications for Structural Concrete for Buildings. Details and Detailing of Concrete Reinforcement. Recommended Practice for Concrete Formwork. U:US03B03300dc 112-22-03 03300-1 Pump Station 7, 7A 610 RehablHatfon F. Welded wire fabric reinforcement placed over horizontal forms shall be supported on slab bolsters having gray, plastic -coated standard type legs as specified in Paragraph B herein. Slab bolsters shall be spaced not less than 30 inches on centers, shall extend continuously across the entire width of the reinforcing mat, and shall support the reinforcing mat In the plane shown on the Drawings. G. Welded wire fabric placed over the ground shall be supported on wired concrete blocks (dobies) spaced not more than 3 feet on centers in any direction. The construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete shall not be used. H. The clear distance between parallel bars (except in columns and between multiple layers of bars in beams) shall be not less than the nominal diameter of the bars nor less than 1-1/3 times the maximum size of the coarse aggregate, nor less than one inch. I. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance between layers shall be not less than one inch. J. in columns, the clear distance between longitudinal bars shall be not less than 1-1/2 times the bar diameter, nor less than 1-1/2 times the maximum size of the coarse aggregate, nor less than 1-1/2 inches. K. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. L. Reinforcing bar splices shall only be .used at locations shown on the Drawings. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the ENGINEER. M. The length of lap for reinforcing bars, unless otherwise shown on the Drawings shall be in accordance with AC1318, Section 12.15.1 for a class B splice. N. Laps of welded wire fabric shall be in accordance with the AC1318. Adjoining sheets shall be securely tied together with No. 14 tie wire, one tie for each 2 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. 0. Reinforcing shall not be straightened or re -bent In a manner which will injure the material. Bars with kinks or bends not shown on the Drawings shall not be used. All bars shall be bent cold, unless otherwise permitted by the ENGINEER. No bars partially embedded in concrete shall be field -bent except as shown on the Drawings or specifically permitted by the ENGINEER. 3.02 CLEANING AND PROTECTION A. Reinforcing steel shall at all times be protected from conditions conducive to corrosion until concrete is placed around ft. B. The surfaces of all reinforcing steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcing shall be re -inspected and, if necessary, re -cleaned. - END OF SECTION - U. US03B03200dc 112-22-03 03200-4 Pump Station 7, 7A & 10 Rehabilitation D. Concrete blocks (dobies), used to support and position reinforcing steel, shall have the same or higher compressive strength as specified for the concrete in which it is located. Concrete blocks shall only be used for slabs on grade. 2.03 FABRICATION A. Reinforcing steel shall be accurately formed to the dimensions and shapes shown on the Drawings, and the fabricating details shall be prepared in accordance with ACI 315 and ACI 318, except as modified by the Drawings. Stirrups and be bars shall be bent around a pin having a diameter not less than 1-1/2 inch for No. 3 bars, 2-inch for.No. 4 bars, and 2-1/2 inch for No. 5 bars. Bends for other bars shall be made around a pin having a diameter not less than 6 times the minimum thickness, except for bars larger than 1 inch, in which case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold. B. The CONTRACTOR shall fabricate reinforcing bars for structures in accordance with bending diagrams, placing lists, and placing Drawings. Said Drawings, diagrams, and lists shall be prepared by the CONTRACTOR as specified under Section entity "Submittals," herein. C. Fabricating Tolerances: Bars used for concrete reinforcing shall meet the following requirements for fabricating tolerances: 1. Sheared length: + 1 inch 2. Depth of truss bars: + 0, -1/2 inch 3. Stirrups and ties: + 1/2 Inch 4. All other bends: + 1 inch PART 3- MgCUTION 3.01 PLACEMENT A. Reinforcing steel shall be accurately positioned as shown on the Drawings, and shall be supported and wired together to prevent displacement, using annealed Iron wire ties or suitable clips at Intersections. All reinforcing steel shall be supported by concrete, plastic or metal supports, spacers or metal hangers which are strong and rigid enough to prevent any displacement of the reinforcing steel. Where concrete is to be placed on the ground, supporting concrete blocks (or dobies) shall be used, in sufficient numbers to support the bars without settlement but in no case shall such support be continuous. All concrete blocks used to support reinforcing steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, the CONTRACTOR shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. B. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. C. Bars additional to those shown on the Drawings which may be found necessary or desirable by the CONTRACTOR for the purpose of securing reinforcement in position shall be provided by the CONTRACTOR at its own expense. D. Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified In Section 7.5 of ACI 318 except where in conflict with the requirements of the Building Code. E. Bars may be moved as necessary to avoid interference with other reinforcing steel, conduits, or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be as acceptable to the ENGINEER. Reinforcing bars shall not be cut to place electrical plumbing or mechanical conduits, piping, ducts, etc. without the expressed written approval of the Engineer of Record. VUS=03200dc /12-22-03 03200-3 Pump Station 7, 7A & 10 Rehabryite6on 1.04 SUBMITTALS A. The CONTRACTOR shall furnish shop bending diagrams, placing lists, and Drawings of all reinforcing steel prior to fabrication in accordance with the requirements of Section 01300, "Submittals." B. Details of the concrete reinforcing steel and concrete Inserts shall be submitted by the CONTRACTOR at the earliest possible date after receipt by the CONTRACTOR of the Notice to Proceed. Said details of reinforcing steel for fabrication and erection shall conform to ACI 315 and the requirements specified and shown. The shop bending diagrams shall show the actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. The shop Drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. C. Where mechanical couplers are shown on the Drawings to be used to splice reinforcing steel, the CONTRACTOR shall submit manufacturers literature which contains instructions and recommendations for installation for each type of coupler used; certified test reports which verify the load capacity of each type and size of coupler used; and shop Drawings which show the location of each coupler with details of how they are to be installed in the formwork. D. If reinforcing steel is spliced by welding at any location, the CONTRACTOR shall submit mill test reports which shall contain the information necessary for the detemunation of the carbon equivalent as specified in AWS DI.4. The CONTRACTOR shall submit a written welding procedure for each type of weld for each size of bar which is to be spliced by welding, merely a statement that AWS procedures will be followed is not acceptable. Welding of rebar shall be done only where shown on the Drawings or allowed in writing by the ENGINEER. 2-PRODUCTS 2.01 REINFORCEMENT A. ,AII" reinforcing steel for all reinforced concrete construction shall conform to the following requirements; 1. Bar reinforcement shall -conform to the requirements of ASTM A 615 for Grade 60 Billet Steel Reinforcement with supplementary requirement S-1, and shall be manufactured in the United States. 2. Welded wire fabric reinforcement shall conform to the requirements of ASTM A 186 and the details shown on the Drawings; provided, that welded wire fabric with longitudinal wire of W9.5 size wire shall be either furnished in flat sheets or in rolls with a core diameter of not less than 10 inches; and provided further, that welded wire fabric with longitudinal wires larger than W9.5 size shall be furnished in flat sheets only. All welded wire fabric reinforcement shall be galvanized. 2.02 ACCESSORY MATERIALS A. Bolsters, chairs, spacers and other devices for supporting and fastening reinforcing in place shall be galvanized wire type complying with CRSI recommendations on grade with gray plastic tipped legs. B. Metal bar supports for reinforcing steel for wastewater structures shall be Class 2, Type B stainless steel protected bar supports (CRSI), C. Tie Wire: Galvanized 16 gauge annealed type. U. US03803200* /12-22-03 03200-2 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac SECTION 03200 - CONCRETE REINFORCEMENT PART 1- GENERAL 1.01 SECTION INCLUDES A. The CONTRACTOR shall furnish, fabricate and place all concrete reinforcing steel, welded wire fabric, couplers, and concrete inserts for use in reinforced concrete and shall perform all appurtenant work, including all the wires, clips, supports, chairs, spacers, and other accessories, all in accordance with the Contract Documents. 1.02 RELATED SECTIONS A. Section 01300 - Submittals B. Section 03100 - Concrete Formwork C. Section 03300 -- Cast -in -Place Concrete D. Section 03315 - Grout 1.03 . REFERENCES A. Without limiting the generality of other requirements of these 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. 1. Codes and Standards The Building Code, as referenced herein, -is-. the South: Florida Building. Code, Dade County Edition. 2. Commercial Standards ACI 315R -80 CRSI AC1305R -89 ACI 318R -89 WRI AWS DIA ASTM A 185-88 �VTi[:141611*8'] Details and Detailing of Concrete Reinforcement. Concrete Reinforcing Steel Institute Manual of Standard Practice Hot Weather Concreting Building Code Requirements for Reinforced Concrete. Manual of Standard Practice for Welded Wire Fabric. Structural Welding Code - Reinforcing Steel. Specification for Welded Steel Wire Fabric for Concrete Reinforcement. Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. U. US03803200dc /12-22-03 03200-1 Pump Station 7, 7A & 10 Rahabllitation 3.07 FORMWORK TOLERANCES A. Formwork shall be constructed to insure that finished concrete surfaces will be in accordance with the tolerances listed in ACI 347. 3.08 FORM REMOVAL A. Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid injury to the concrete. No heavy loading on green concrete will be permitted. Forms for all parts of the Work not specifically mentioned herein shall remain in place for periods of time as determined by the ENGINEER. 3.09 MAINTENANCE OF FORMS A. Forms shall be maintained at all times in good condition, particularly as to size, shape, strength, rigidity, tightness, and smoothness of surface. Forms, when in place, shall conform to the established alignment and grades. Before concrete is placed, the forms shall be thoroughly cleaned. The form surfaces shall be treated with a non -staining mineral oil or other lubricant acceptable to the ENGINEER. Any excess lubricant shall be satisfactorily removed before placing the concrete. Where field oiling of forms is required, the CONTRACTOR shall perform the oiling at least two weeks In advance of their use. Care shall be exercised to keep oil off the surfaces of steel reinforcement and other metal items to be embedded in concrete. END OF SECTION - U.US03803100dc/12-22-03 03100-5 Pump Station 7. 7A B 10 RehabWaeon ON or ramare r: and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. Pipe stubs and anchor bolts shall be set in the forms where required. 3.02 EARTH FORMS A. All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is called for on the Drawings. Not less than 1-inch of concrete shall be added to the thickness of the concrete member as shown where concrete is permitted to be placed against trimmed ground in lieu of forms. Such permission will be granted only for members of comparatively limited height and where the character of the ground is such that it can be trimmed to the required lines and will stand securely without caving or sloughing until the concrete has been placed. 3.03 FOOTINGS, SLAB EDGES AND GRADE BEAMS A. Provide wood side forms for all footings, slab edges and grade beams. 3.04 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturers recommendations. 3.05 INSERTS, EMBEDDED PARTS AND OPENINGS A. Embedded Form Ties: Holes left by the removal of form tie cones shall be reamed with suitable toothed reamers so as to leave the surface of the holes clean and rough before being filled with mortar as specified for "Finish of Concrete Surfaces" in Section entitled "Cast -in -Place Concrete." Wire ties for holding forms will.not be permitted. No form -tying device or part thereof, other than metal, shall be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole:extending,through;the interior of the concrete. members. The use of snap -ties which cause spalling of the concrete upon form stripping or tie removal will not be permitted. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support or to strengthen forms, the rods shall remain embedded and shall terminate not less than 1-inch back from the formed face or faces of the concrete. 3.06 FORM CLEANING A. Forms may be reused only if in good condition and only if acceptable to the ENGINEER. Light sanding between uses will be required wherever necessary to obtain uniform surface texture on all exposed concrete surfaces. Exposed concrete surfaces are defined as surfaces which are permanently exposed to view. Unused tie rod holes in forms shall be covered with metal caps or shall be filled by other methods acceptable to the ENGINEER. UVSM03100dc /12-22-03 03100-1 Pump Stedon 7, 7A a 10 Rehabilitation C. Form ties for water -retaining structures shall have integral waterstops. Renlovable taper ties may be used when acceptable to the ENGINEER. A preformed neoprene or polyurethane tapered plug sized to seat at the center of the wall shall be inserted in the hole left by the removal of the taper tie. D. Form release agent shall be a blend of natural and synthetic chemicals that employs a chemical reaction to provide quick, easy and clean release of concrete from forms. It shall not stain the concrete and shall leave the concrete with a paintable surface. Formulation of the form release agent shall be such that it would minimize formation of "Bug Holes" in cast - in -place concrete. PART 3 - EXECUTION 3.01 EXAMINATION A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. The CONTRACTOR shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed from the Work and replaced at the CONTRACTOR's expense. A sufficient number of forms of each kind shall be provided to permit the required rate of progress to be maintained. The design and inspection of concrete forms and falsework, shall comply with applicable local, state and Federal regulations. Plumb and string lines shall be installed before concrete placement and shall be maintained during placement. Such lines shall be used by CONTRACTOR's personnel and by the ENGINEER and shall be in sufficient number and properly installed. During concrete placement, the CONTRACTOR shall continually monitor plumb and string line form positions -and immediately correct deficiencies. B. Concrete forms shall conform to the shape, lines, and dimensions of members as called for on the Drawings, and shall be substantially, free from surface defects, and sufficiently tight to prevent leakage. Forms shall be properly braced or tied together to maintain their position and shape under a load of freshly -placed concrete. C. All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. Suitable and effective means shall be provided on all forms for holding adjacent edges and ends of panels and sections tightly together and in accurate alignment so as to prevent the formation of ridges, fins, offsets, or similar surface defects in the finished concrete. Plywood, 5/8-inch and greater in thickness, may be fastened directly to studding if the studs are spaced close enough to prevent visible deflection marks in the concrete. The forms shall be tight so as to prevent the loss of water, cement and fines during placing and vibrating of the concrete. Specifically, the bottom of wall forms that rest on concrete footings or slabs shall be provided with a gasket to prevent loss of fines and paste during placement and vibration of concrete. Such gasket may be a 1 to 1-1/2 inch diameter polyethylene rod held in position to the underside of the wall form. Adequate clean -out holes shall be provided at the bottom of each lift of forms. The size, number, and location of such dean -outs shall be as acceptable to the ENGINEER. D. Concrete construction joints will not be permitted at locations other than those shown or specified, except as may be acceptable to the ENGINEER. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, U. US03B0310O& I12-22-03 03100-3 Pump Station 7, 7A & 10 Rehabllilaw B. Curved forms shall be used for curved and circular structures. Straight panels will not be acceptable for forming curved structures. PART 2 -- PRODUCTS 2.01 FORM MATERIALS A. Except as otherwise expressly accepted by the ENGINEER, all lumber brought on the job site for use as forms, shoring, or bracing shall be new material. All forms shall be smooth surface forms and shall be of the following materials: Footing sides- Construction grade Hem Fir or Douglas Fir Walls- Steel or plywood panel Columns- Steel, plywood or fiber glass Roof and floor slabs- Plywood All other work- Steel panels, plywood or tongue and groove lumber, or sheet piles as indicated. B. Materials for concrete forms, formwork, and falsework shall conform to the following requirements: 1. Lumber shall be Southern Pine, construction grade or better, in conformance with U.S. Product Standard PS20. 2. Plywood for concrete formwork shall be new,, waterproof, synthetic resin bonded, exterior type Douglas Fir or Southern Pine plywood manufactured especially for concrete formwork and shall conform to the requirements of PS I for Concrete Forms, Class I, and shall be edge sealed. Thickness shall. be as required to support concrete at the rate it is placed, but not less than 5/8-inch thick. 2.02 PREFABRICATED FORMS A. Form materials shall be metal, wood, plywood, or other acceptable material that will not adversely affect the concrete and will facilitate placement of concrete to the shape, form, line, and grade indicated. Metal forms shall be an acceptable type that will accomplish such results. Wood forms for surfaces to be painted shall be Medium Density Overlaid plywood, MDO Ext. Grade. 2.03 FORMWORK ACCESSORIES A. Unless otherwise shown, exterior corners in concrete members shall be provided with'/. - inch chamfers. Re-entrant corners in concrete members shall not have fillets unless otherwise shown. B. Form ties shall be provided with a plastic cone or other suitable means for forming a conical hole to insure that the form tie may be broken off back of the face of the concrete. The maximum diameter of removable cones for rod ties, or of other removable form -tie fasteners having a circular cross-section, shall not exceed 1-1/2 inches; and all such fasteners shall be such as to leave holes of regular shape for reaming. UDS03803100dc /12-22-03 03100-2 Pump Sfedon 7, 7A & 10 Rehabilifa8on SECTION 03100 -- CONCRETE FORMWORK PART 1 - QENERAL 1.01 SECTION INCLUDES A. The CONTRACTOR shall furnish all materials for concrete formwork, bracing, and supports and shall design and construct all falsework, all in accordance with the provisions of the Contract Documents. 1.02 RESPONSIBILITY A. The design and engineering of the formwork as well as safety considerations are the responsibility of the CONTRACTOR. 1.03 RELATED SECTIONS A. Submittals. B. Cast -in -Place Concrete. C. .Grout. 1.04 REFERENCES A. Without limiting the generality of other requirements of these 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. 1. Codes and Standards: The Building Code, as referenced herein, is the South Florida Building Code, Dade County edition. 2. Government Standards: PS 1 U.S. Product Standard for Concrete Forms, Class I. 3. Commercial Standards: ACI 347-80 Recommended Practice for Concrete Formwork. ACI 318R Building Code Requirements for Reinforced Concrete. 1.05 QUALITY ASSURANCE A. Tolerances: The variation from established grade or lines shall not exceed 1/4-inch in 10 feet and there shall be no offsets or visible bulges or waviness in the finished surface. All tolerances shall be within the "Suggested Tolerances" specified in ACI 347. The CONTRACTOR shall grind smooth all fins and projections between formwork panels as directed by the ENGINEER. U. US03B03100dc 112-22-03 03100-1 Pump Stadon 7, 7A & 10 Rehabwadon ON of Tamarac 3.09 PLANT MATERIAL MAINTENANCE A. All plants and planting included under this Contract shall be maintained by watering, cultivating, spraying, and all other operations necessary to ensure a healthy condition by the CONTRACTOR until final acceptance in accordance with the Contract Documents. All Palms will be untied ,and dead fronds removed, at the direction of the CITY. B. Recommended YyjMd Treatment Program: 1. Establish final grade and install irrigation system and operate on a temporary basis. 2. Water areas to be treated daily for a two week period to establish weed growth. 3. Treat with "Round Up" as per manufacturer's instructions on a windless day (less than 5 mph). 4. Allow one week for weeds to die, remove weeds and repeat process one time. 3.10 SOD AND PLANT GUARANTEE AND REPLACEMENT POLICY A. Sod ang EWDA Material: The life and satisfactory condition of all sod and plant material planted shall be guaranteed in accordance with the Contract Documents. Any sod and/or plant which deteriorates in health and appearance so as to become a lesser specification and/or grade from that which was originally installed shall be replaced. B. All sod and/or plant replacement shall be made with the same species, as was in place at the beginning of the service period or with -another, sod of comparable value which is acceptable to the CITY. C. All sod and/or plant to be replaced shall be removed from the site and replaced within 10 days. D. MajgriLls jnd Operations: All sod end/or plant replacements shall be of the same kind and size as specified in the Plant List. They shall be furnished, planted and mulched as specified under "Planting", at no additional cost to the CITY. - END OF SECTION - f W IOAODAnAIV4w 1411 en n-5 AMM1 7 n... _ ca_a:,- � �A a ♦n B. Apply specked fertilizer at the specified uniform rates with mechanical spreader. C. During delivery, prior to and during the planting of the lawn areas, the sod panels shall at all times be protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting, so as not to be damaged by sweating or excessive heat and moisture. Any sod damaged as noted shall not be used on the site. 3.06 SODDED LAWN MAINTENANCE A. The CONTRACTOR shall produce a dense, well established lawn. The CONTRACTOR shall be responsible for the repair and re -sodding of sunken or bare spots due to improper sod installation. Repaired sodding shall be accomplished as in the original work. B. Water sod everyday for ten (10) successive days, then water three (3) times per week (at even intervals) for two (2) additional weeks. All watering shall be of sufficient quantity to wet or restore water to a depth of four (4) inches. 3.07 LAWN CONSTRUCTION METHODS A. Ge_ n2ral: Fertilizing, seeding or mulching operations will not be permitted when wind velocities exceed 15 miles per hour. Seed shall be sown only when the soil Is moist and in .proper condition to induce growth. No seeding shall be done when the ground is unduly wet, or otherwise not in a tillable condition. B.EMveadion of Ar S ed: The prepared soil shall be loose and reasonably smooth (drag with Farris Mat, if necessary). It shall be reasonably free of large clods, mots and .other material which will interfere with the work and subsequent mowing and maintenance operations. Fine grade seeded areas with 4" of fresh topsoil as per specifications. C. m atio : The sodded area shall be watered so as to provide optimum growth conditions for the establishment of the grass 24 hours after Hydro -Seeding, irrigate for brief intervals (10-15 min.) 3 to 4 times a day, until established. Avoid standing water and over watering, but keep top layer of soil moist until seeds germinate. 3.08 LAWN MAINTENANCE A. The CONTRACTOR shall, at his expense, maintain the planted areas in a satisfactory condition until final acceptance of the project in accordance with the Contract Documents. Such maintenance shall include the filling, leveling and repairing of any washed or eroded areas, as may be necessary. The CITY, at any time, may require replanting of areas in which the establishment of the grass stand does not appear to be developing satisfactorily. B. If a planted area must be replanted due to the CONTRACTOR's negligence, carelessness or failure to provide routine maintenance of such area, such replacement shall be at the CONTRACTOR's expense. U: US03B02GWc 112-22-03 020O-6 Pump Station 7, 7A & 10 Rehabliltation C. Planting Soil/Tormoll-MixturesPlanting soil/topsoil mixtures shall be as follows: 1. For Sandy Soils 50% decomposed organic matter (muck) 25% pest 25% existing soil pH: 5.5 - 7.0 2. All ground cover masses in lawn areas are to have a 2" bed of fresh, weedless top soil. D. Fe er: Two fertilizers shall be used in all types of plantings except palms. Granular fertilizer shall be uniform in composition, dry and free flowing. This fertilizer shall be delivered to the site in the original unopened bags, each bearing the manufacturers statement of analysis, and shall meet the following requirements: six (6) percent nitrogen plus complete micro -nutrients, six (6) percent phosphorous, six (6) percent potassium. Tablet fertilizer ("Agriform" or equal) in 21 gram size shall meet the following requirements: twenty (20) percent nitrogen, ten (10) percent phosphorous, and five (5) percent potassium. The two fertilizers will be applied at the following rates: 1. PLANT SIZE 1 gal. 3 gal., 7-15 gal. 1 %6" caliper 6" and larger "'AGRIFORM" TABLET �-6 21 G 1/4 lb_ 1 1 /3 lb. 2 2 lb. 4 2 lbs./1" cal. 2/1" caliper 3 lbs./1" cal. 2/1" caliper 2. Magnesium sulfate or "Palm Special" will be applied to all palms at installation at a rate of 2 lb. per inch of trunk caliper. 3.04 HERBICIDAL WEED CONTROL A. General: All landscape areas shall be free of nut grass, torpedo grass, and other noxious weeds. "Round -up" or approved equal shall be applied to all planting areas as needed and determined on -site by the ENGINEER for weed control. Landscape Contractor is responsible for the removal of all weeds appearing on the site. 3.05 LAWN SODDING A. Sod panels shall be laid tightly together so as to make a solid, sodded lawn area. On areas where the sod may slide due to height and slope, peg the sod with pegs driven through the sod blocks into firm earth at suitable intervals. Replace any pieces of sod which, after placing, show an appearance of extreme dryness. Avoid a continuous seam along the line of water flow in swales. Place sod a right angles to slope. Sodshall be laid uniformly against the edges of all buildings, paved and planted areas. Immediately following sod laying, the lawn areas shall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered. After rolling, top -dressing shall be placed to fill voids between the sod panels and to even out inconsistencies in the sod. Clean sand shall be used for top dressing and shall be uniformly spread over the entire surface of the sod and thoroughly watered in. u: SM0200do 112-22-03 0200-5 Pump stadon 7, 7A & 10 Rehabllltadon a. Type 1 Fertilizer The chemical designation of this fertilizer shall be 12-8.8, with at least 50 Percent of the nitrogen from a non -water soluble organic source. The nitrogen source may be a urea -formaldehyde source provided it is not derived from a waste product of the plastic industry. b. Type II Fertilizer The chemical designation of this fertilizer shall be 12-12-8 and at least 50 percent of the nitrogen shall be from a urea -formaldehyde source and at least 50 percent of the phosphoric acid shall be from regular superphosphate. 2.06 SELECT FILL A. Select fill shall comply with the requirements of Division 2 of the Specifications. EMT 3 EXECUTION 3.01 DELIVERY, STORAGE AND HANDLING Delivery, storage and handling shall comply with the Contract Documents and the following additional requirements. A. S(, The CONTRACTOR shall time deliver so that sod will be placed within 24 hours after stripping and protect sod against drying and breaking of rolled strips. B. Storage: The CONTRACTOR shall be responsible for storage and protection of materials to be,used in this portion of the project work in accordance with the Contract Documents. &02 FINE GRADING A. Fine grading shall consist of final finish grading of lawn and planting areas that have been rough graded. The CONTRACTOR shall fine grade the lawn and planting areas with top soil to bring the rough grade up to final finish grade allowing for thickness of sod and/or mulch depth. The CONTRACTOR shall fine grade by hand and/or with any necessary equipment. The ENGINEER reserves the right to interpret engineering cross sections of grading during rough and fine grading of the site to establish the final topography. Landscape boulders will be field located by the ENGINEER and fit into topography during final grading. If rock is encountered in rough grading, adjustment of elevations will be made where possible. 3.03 PLANTING PROCEDURES A. Cleaning Ug @afarCommencing Work: The CONTRACTOR shall clean up work and planting areas of all rubbish or objectionable matter. All mortar, concrete and toxic material shall be removed from all plant beds. B. Obstoictions Below Ground: If underground construction, utilities or obstructions are encountered during the excavation of planting areas or pits, alternate locations for the plant location shall be made by the CONTRACTOR upon written notification to the ENGINEER, and the ENGINEER's written acceptance of same without additional cost to the CITY. UVS0380200do 112-22-03 0290-4 Pump Statbn 7, 7A 6 10 RehabMadon B. Mgt: All water necessary for planting and maintenance shall be of satisfactory quality to sustain adequate growth of plants and shall not contain harmful natural or man-made elements detrimental to plants. Water meeting the above standard shall be obtained from on -site sources, as acceptable to the ENGINEER. The CONTRACTOR shall be responsible to make arrangements for its use by his tanks, hoses, sprinklers, etc. If such water at the site is not satisfactory the CONTRACTOR shall obtain water from an acceptable source off site. The CONTRACTOR shall provide such satisfactory water from sources off the site at no additional cost to the CITY. The CONTRACTOR shall secure all necessary permits required to use canal water or on -site detention pond water. C. Fertiliser.: Fertilizer shall be complete with micronutrients, uniform in composition, dry and free flowing. Fertilizer shall be delivered to the site in the original unopened containers, each bearing the manufacturer's statement of analysis. D. Peat Moss: Peat shall be horticultural peat composed of not less than 60% decomposed organic matter by weight, on an oven dried basis. Peat shall be delivered to the site in a workable condition free from lumps. 2.03 SOD MEASUREMENTS A. Sod: Sod shall be measured on the basis of square footage. Shrinkage of materials shall be the responsibility of the CONTRACTOR. 2.04 INSPECTION A. Sod shall be subject to inspection and approval at the place of growth, or upon delivery to the site, as determined by the CITY, for quality, size and variety. Such approval shall not impair the right of inspection -and/or rejection -at the site during'progr+ess of the work, or after completion, for size and condition of sod, insects, injuries and latent defects. 2.05 LAWNS AND GRASSES A. The materials used in this work shall conform to the following: 1. The sod shall most Florida State Plant Board Specifications, absolutely true to variety, type and free from weeds, fungus, insects and disease of any kind. Each sod panel shall have sufficient root and soil base to assure proper sod growth. 2. Commercial Fertilizer Commercial fertilizers shall comply with the State fertilizer laws. The numeral designations for fertilizer indicate the minimum percentages (respectively) of (1) total nitrogen, (2) available phosphoric acid and (3) water soluble potash, contained in the fertilizer. Type 1 fertilizer (as hereinafter specified) shall be used unless Type II fertilizer or another designation is specifically called for on the Drawings or authorized by the ENGINEER. Liquid fertilizer will not be permitted. Both Type 1 and Type II Fertilizers will be complete with micro -nutrients. 1.07 CONTRACTOR'S CREWS A. The CONTRACTOR shall have his labor crews controlled and directed by an experienced foreman well versed in standard planting procedures, reading blueprints and coordination with others performing services in the job areas in order to execute installation rapidly and correctly. 1.08 CONTRACTOR'S RESPONSIBILITY A. The CONTRACTOR shall be entirely responsible for the work, until final acceptance by the CITY in accordance with the Contract Documents. B. Planting zone shall be staked by the CONTRACTOR for review by the ENGINEER prior to installation of plant material. C. The CONTRACTOR shall be responsible for damage to plant material. All vegetation shall comply with applicable state and county rules and regulations. D. Newly installed plant material shall be roped off to prevent material damage during early stages of growth. E. The CONTRACTOR shall maintain landscaping for a period of two (2) weeks after completion of job. FART 2 - PBD—D-VCT,S§ .2:01 MATERIALS LIST A. Quantities necessary to complete the work on the Drawings shall be furnished by the CONTRACTOR. Quantity estimates have been made carefully to serve as a guide for bidding, but the CITY and the ENGINEER assume no liability for omissions or errors in quantities. All dimensions shall be the minimum acceptable size. The CONTRACTOR may add a supplemental information sheet regarding unavailable material, alternate specifications, alternate material types or sizes, special conditions, provisions or requirements. Information regarding non -availability of plants must be submitted with each submittal or the CONTRACTOR shall be responsible for providing the next largest size plant of the same species at no additional cost to the CITY. 2.02 LANDSCAPE DEVELOPMENT MATERIALS A. Planfi0a SoiVTo ail: Planting soil and top soils shall be fertile, friable, without mixture of subsoil materials, and obtained from the top 6 inches scraped off the existing site and/or a well -drained, arable site. It shall be free from heavy clay, stones, lumps, plants, roots or other foreign materials, or noxious grass (such as Bermuda or nut grass) and noxious weeds. It shall not contain toxic substances which may be harmful to plant growth. The pH range shall be 5.0 to 7.0 inclusive. The CONTRACTOR shall be required to submit results of soil tests for planting soil proposed for use under this Contract for approval by the CITY. In native planting areas soil pH shall have a tolerance between 5.0-6.2. Soil additives such as aluminum sulfate shall be added to the soil to bring the pH to desired levels. U.US03902900.doc/12-22-03 0200-2 Pump Station 7, 7A & 10 Rehabllbtlon SECTION 02900 - LANDSCAPING PART 1- g&bLER&L 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide all landscape work including; liner, container and littoral plants, trees, grading, lawns, grasses, labor, material, equipment and all miscellaneous work required for a complete landscaped site as shown on the Drawings and as specified herein. 1.02 SUBMITTALS A, The CONTRACTOR shall submit shop drawings and other information for review. B, The CONTRACTOR shall provide complete written maintenance instructions for each type of plant furnished. C. Samples of any landscape material may be required for review on the site or as otherwise determined by the ENGINEER. Only upon favorable review of samples (i.e. mulch, planting soils, plant varieties, liners etc.) by the ENGINEER, in writing, may delivery of material begin. Samples shall be stored on the site and protected until furnishing of materials is completed. Plant samples may be planted in permanent positions, but shall be so labeled as samples. 1,03 SUBCONTRACTOR QUALIFICATION A. Qualifications for subcontractors should be self-evident that an acceptable degree of knowledge in reclamation ! restoration has been "attained over years (5-year minimum) of actual hands on practical involvement in indigenous planting on -the scale that is implied by the Drawings. The CONTRACTOR shall submit subcontractor qualifications ,and list of applicable job references in accordance with the Contract Documents. 1.04 GRADING CONCEPT A, Select fill shall be used for grading and fill for structures and utilities elsewhere on the site. 1.05 SITE INSPECTION A. The CONTRACTOR shall personally examine the site and fully acquaint himself with all of the existing conditions in order that no misunderstanding may afterwards arise as to site character or as to the extent done. additional compensation e granted due to any unusual difficulties which may be encountered in the execut am o maintenance of any portion of the work. 1.06 CODES AND STANDARDS A. The CONTRACTOR shall be responsible for planting and maintaining the landscape in complete accordance with all applicable codes, ordinances and laws. Any modification made to conform with said codes, laws and ordinances shall be completed at the CONTRACTOR's expense at not additional cost to the CITY. U:US03B0290dc /12-22-03 0200-1 Pump Sfadon 7, 7A & 10 RehabilitaWn ON of Tamarac 3• Test compaction of all structural fill by a testing lab as specified. 4- Vibratory compaction shall never be done on dry sandy material or when water table is within eighteen inches of the surface, Before start of vibratory compaction, the soils should either have natural moisture or applied water to bring the soils to optimum moisture content, C. Final Qrades: Final fill grades shall be within 0.1 foot of elevations shown. Where shown on the Drawings surfaces shall be sloped for drainage or other purposes. D. Backfill Ap inst Structures: Backfill against concrete or masonry structure shall not be performed until the Work has been reviewed and backfilling permitted. E. MII Pointe reds: For fills being placed in confined areas within well pointed areas, the water table shall be lowered and maintained within practical limits in order that as much dry fill material may be placed and compacted as possible, 3.08 TESTING A. All soil testing and earthwork monitoring will be done by a testing company in conformance with Paragraph 1.05. Notify the Testing Lab in time to be on hand to make the tests required by these specifications. Testing Lab will inform the project superintendent his findings and designate areas requiring corrective work. B. Optimum moisture content of fill material will be by Modified Proctor Method (ASTM D- 1557). Conduct field densities to verify compaction in accordance with ASTM D-1556, ASTM D-2927, or ASTM D-2922. C. Retest compaction tests that fail to pass after additional compaction until the specifi minimum compaction density is achieveded fa . Two additional tests shall be taken for each faded test. Coat of retest to be borne by the CONTRACTOR. All re -tests shall be performed by the test laboratory that failed the tested sample, - END OF SECTION - U: USt)3802224ic /12-22-03 022246 pwmp 5tadon 7, 7A d 10 RahabJJitation City of Temamc 3.05 SHEETING AND BRACING A. Walla of the excavation shall be sloped and, if required to protect the safety of workmen, the general public, this or other Work or structure, or excavation walls, the excavation shall be properly sheeted and braced for conditions encountered and OHSA requirements. Excavation for the structures shall be "dent to provide a clearance between their outer surfaces and the face of the excavation, sheeting, or bracing, of not less than 2 feet. Materials encountered in the excavation which have a tendency to slough or flow into the excavation, undermine the bank, weaken the overlying strata, or are otherwise rendered unstable by the excavation operation shall be retained by sheeting, stabilization, grouting or other acceptable methods. B. Sheeting may be removed provided its removal will not jeopardize existing or new pipes or structures. Any sheeting left in place shall be cut-off 2 feet below finish grade, or as directed. The CONTRACTOR will not receive extra compensation for sheeting left in place or the out off Work required. 3.06 REMOVAL OF WATER A. The CONTRACTOR shall provide pumps, well points, and other appurtenant equipment necessary to remove and maintain water at such a level as to permit construction in a dry condition except where authorized tremie concrete construction -Work is shown or permitted. The groundwater level shall be controlled so as to permit the placing and curing of concrete and the maintenance --of supporting- foundations, and"adjacent Work and structures. The dewatering system and points of discharge shall be subject to review and acceptance by the ENGINEER before installation. Dispose of water to any surface water body will require silt screens. B. 'The CONTRACTOR shall use dewatedng systdms�-that-,'include-`automatic starting devices,- and standby pumps that will ensure continuous dewatering in the event of an outage of one or more pumps. He shall be totally responsible for protecting structures from flotation until final acceptance of the Work. The CONTRACTOR shall also modify the dewatering system during the course of construction to satisfy faults, legitimate complaints of legal requirements. 3.07 BACKFILLING AND COMPACTION A. eral: Select structural fill material shall be used for all backfilling work. Fills under mats and footing shall be placed in the dry with loose lift thickness of 8 inches or less. Each lift of fill and all subgrades under structures shall be compacted to achieve a minimum of 98% modified Proctor maximum dry density in accordance with ASTM D 1557. B. FgMndation Pr r 'or Fillip kfiilin an c v i Structures below water table: Level the bottom of dewatered excavation. Remove any unsuitable foundation materials and replace with gravel. 2. Place all backfill under the slabs, around utility trenches, mechanical and plumbing pipes, etc., in layers of six inches maximum loose thickness and compact with portable plate compactors to achieve a minimum of 95% of Modified Proctor density as per ASTM D-1557. U.US03B02224dc 112-22-03 02224-5 Pumo Stadon 7. 7A d 10 Reha6l/l(adm E. If ground water is within twelve to twenty-four inches from the ground surface, it would be necessary to lower the ground water to permit effective compaction. Lowering of the ground water may be accomplished by excavating four to five feet deep ditches around the construction area and pumping from sumps in the bottom of ditches. Contact testing lab to develop feasible procedures for dewatering. 3.02 REMOVAL OF UNSUITABLE MATERIAL A. Dispose of unsuitable topsoil and excavated material for site grading from the site. All excavated material is the property of the CITY and shall be disposed of as directed by the ENGINEER. Unsuitable top soil and excavated material shall be classified as A-24, A-2-5, A 2-6, A-2-7, A-4, A-5, A-6, A-7, and A-8 in accordance with AASHTO Designation M 146. Also, Highly organic soils (peat or muck), weak silty materials, asphalt and concrete shall be removed from all foundation areas. Excavated unsuitable material shall be removed from the site and disposed of by the CONTRACTOR. Materials removed from the trenches shall be stored and in such a manner that will not interfere unduly with CITY operations traffic on public roadways and sidewalks and shall not be placed on private property. In congested areas, such materials as cannot be stored adjacent to the trench or used immediately as backfill shall be removed to other convenient places of storage acceptable to the CITY at the 'CONTRACTOR's expense. 3.03 EXCAVATION A. All.,excavation shall -be made in such a manner; and to such widths, as will give ample room for property constructing and inspecting the structures they are to contain. Expavation shall be made in accordance with the details shown on the Drawings, and as specified herein. Attention shall be given to the handling of storm water runoff. B. Excavated unsuitable material shall be removed from the site and disposed of by the CONTRACTOR. C. Excavated material that is suitable for use as backfill shall be used in areas where sufficient material is not available from the excavation. Suitable material in excess of backfill requirements shall be used in other areas on the plant site as directed by the ENGINEER. 3.04 UNAUTHORIZED EXCAVATION A. Excavation Work carried outside of the Work limits required by the Contract Documents shall be at the CONTRACTOR's expense, and shall be backfilled by the CONTRACTOR at his own expense with suitable material, as directed by the ENGINEER. Where, in the judgement of the ENGINEER, such over -excavation requires use of lean concrete or crushed stone, the CONTRACTOR, at his expense shall furnish and place such materials. U. US03802224dc /12-22-03 02224-4 PUMP Station 7, 7A & 10 Rehabilitation City of Tamarac PART 2-PRODUCTB 2.01 STRUCTURAL FILL MATERIAL A. Materials shall be furnished as required from on -site excavations or from acceptable off -site sources as required. Structural fill material shall be clean sand or sand and rock free from vegetation, organic material, muck, or other deleterious matter. Not more than 10 percent by weight shall pass the No. 200 sieve. All rock shall pass through a 6-inch diameter ring. Broken Portland cement or asphaltic concrete will not be considered an acceptable fill material. B. Unsuitable Fill Material: Classified as A-2-4, A-2-5, A-2-6, A-2-7, A-4, A-5, A-6, A-7, and A-8 in accordance with AASHTO Designation M 145. Also, highly organic soils (peat or muck), weak silty materials, asphalt and concrete are unsuitable fill material. C. Select Fill Material: Suitable material that does not contain any rock larger than % inches. D. Gravel Base: Washed coarse #67 aggregate for concrete with tines not more than five percent passing through the No. 200 sieve or FDOT 089 stone. PART 3 - EXECUTION 3.01 SITE PREPARATION A. Clear and grub all surface vegetation, excavating and removing all material clean to a suitable bearing soil area plus a six foot margin from the exterior foundation lines. Remove all tree stumps, concentration -of roots • and othOrl, deleterious materials. Stockpile usable topsoil for landscaped- areas' as directed by the ENGINEER. B. Dispose of unsuitabletopsoil and excavated material for site grading from the site. All excavated material is the property of the CITY and shall be disposed of as directed by the ENGINEER. C. Structures excavations below water table shall require a dewatering system to prepare the base of the excavation. The dewatering system shall remove water approximately two feet to three feet below the bottom of the excavation. D. Proof roll the exposed stripped and excavated surface area by means of an approved heavy vibratory roller until eight passes have been made and a soil density of 98 percent of maximum modified Proctor Density (ASTM D-1557) has been achieved twenty-four inches below the exposed compacted surface. Test compaction as specified. Add water if necessary to bring up moisture to optimum levels. Replace all material if determined to be deleterious in areas that "yield" during the final rolling operation and replace with suitable fill material. UWSO$B02224& /12.22-03 02224-3 Pump Stadan 7, 7A & 10 RehabO tatlan City of Tamarac E. A ov Is uired: Prior to any earthwork, submit sieve analysis and Proctor test results of the existing stripped soils and the proposed fill material to ENGINEER for review and approval. 2. Do not place any footing reinforcing until the excavations have been tested for compaction. 3. Obtain necessary permits for well pointing and dewatering from South Florida Water Management District and Department of Environmental Regulation. 1.05 QUALITY CONTROL A. An independent testing laboratory will be retained by the CITY to do appropriate testing as described in Section entitled "Quality Control". The CONTRACTOR shall schedule his Work so as to permit a reasonable time for testing before placing succeeding lifts and shall keep the laboratory informed of his progress. 1.06 JOB CONDITIONS A. The CONTRACTOR shall satisfy himself as to the character and amount of different soil materials, groundwater and the subsurface conditions to be encountered in the work to be performed. Information and data, when fumished, are for the CONTRACTOR's general information. However, it is expressly understood that any interpretation or conclusion drawn therefrom is totally the responsibility of the CONTRACTOR. ENGINEER and CITY assume no liability for the accurateness of the data reported, if provided. 1.07 GROUNDWATER A. The CONTRACTOR shall be responsible for anticipating groundwater conditions and shall provide positive control measures as required. Such measures shall ensure stability of excavations, groundwater pressure control, prevention of tanks, pipes, and other structures from being lifted by hydrostatic pressures, and avoiding the disturbance of subgrade bearing materials. 1.08 PROHIBITION OF BLASTING A. The use of explosives for excavation Work is strictly prohibited on this project. 1.09 PROTECTION OF PROPERTY AND STRUCTURES A. The CONTRACTOR shall, at his own expense, sustain in place and protect from direct or indirect injury, all pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his work. Such sustaining shall be done by the CONTRACTOR. The CONTRACTOR shall take all risks attending the presence of proximity of pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his work. He shall be responsible for all damage, and assume all expenses, for direct or indirect injury and damage, caused by his work, to any such pipe, structures, etc., or to any person or property, by reason of injury to them, whether or not such structures, etc., are shown on the Drawings. U. US03802224dc 112-22-03 02224 -2 Pump Station 7, 7A & 10 Rehabilitation Cify of Tamarac SECTION 02224 - EXCAVATION AND BACKFILL FOR STRUCTURES E&8 1 - 1.01 WORK INCLUDED A. This section consists of excavation, backfill and compaction under structures required for a complete installation as shown on the Drawings and specified herein. 1.02 RELATED SECTIONS A. Cast -in -place concrete 1.03 DEFINITIONS A. Maximum Density: Maximum weight in pounds per cubic foot of a specific material. B. Optimum Moisture: Percentage of water in a specific material at maximum density. C. Rock Excavation: Excavation of any hard natural substance which requires the use of explosives or special impact tools such as jack -hammers, , sledges, :chisels or similar devices specifically designed for use in cutting or breaking rock, but exclusive of trench excavating machinery. 1.04 SUBMITTALS A. General: Submit information and samples as specified herein to the ENGINEER for review in accordance with the Section entitled "Submittals". B. pb2gfing S em: Drawings of the sheeting system and design computations shall be submitted to the ENGINEER for his review; however, the review of these drawings shall in no way relieve the CONTRACTOR of the responsibility to provide a safe and satisfactory sheeting and shoring system. Sheeting and shoring shall be designed by the CONTRACTOR, and the proposed design shall be sealed by a Professional Engineer registered in the State of Florida. If the ENGINEER is of the opinion that at any point sufficient or proper supports have not been provided, he may order additional supports put in at the CONTRACTOR's expense. C. Pewaterino: The CONTRACTOR shall submit his proposed methods of handling trench water and the locations at which the water will be disposed of. Methods shall be acceptable to the ENGINEER before starting and excavating. D. Bedding and B ckfill Materiels: The CONTRACTOR shall notify the ENGINEER of the off -site sources of bedding and backfill materials and submit to the ENGINEER a representative sample weighing approximately 50 lbs. U.US03802224ia/12-22-03 02224 -1 Pump Station 7, 7A & 10 Rehabllitatlon City of Tamarac 3.08 ADDITIONAL EXCAVATION AND BACKFILL A. Where organic material, such as roots, muck, or other vegetable matter, or other material which, in the opinion of the ENGINEER, will result in unsatisfactory foundation conditions, is encountered below the level of the proposed pipe bedding material, it shall be removed to a depth of two feet below the outside bottom of the pipe or to a greater depths as directed by the ENGINEER and removed from the site. Sheeting shall be installed if necessary to maintain pipe trenches within the limits identified by the ENGINEER. The resulting excavation shall be backfilled with suitable backfill material, placed in 12-inch layers, tamped and compacted up to the level of the bottom of the proposed pipe bedding material. Sufficient compaction of this material shall be performed to protect the proposed pipe against settlement. Construction shall then proceed in accordance with the provisions of Article 3.05 "Pipe Bedding" ®. Additional excavation (more than two feet below the pipe) as indicated on the trench detail shall be performed only when ordered by the ENGINEER. Where organic or other material is encountered in the excavation, the CONTRACTOR shall bring the condition to the attention of the ENGINEER and obtain his determination as to whether or not the material will require removal, prior to preparing the pipe bedding. The excavation of material up to a depth of two feet below the outside bottom of the pipe is an incidental item of construction and the Work shall be done at the CONTRACTOR's expense. Where ordered by the ENGINEER, the additional excavation, backfill and additional sheeting, if required, shall be paid as additional work, C. Dispose of unsuitable topsoil and excavated material for site grading from the site. All excavated material is the property of the CITY and shall be disposed of as directed by the ENGINEER. Unsuitable top soil and excavated material shall be classified as A-2-4, A-2-5, A-2-6, A-2-7, A-4, A-5, A-6, A-7, and A-8 in accordance with AASHTO Designation M 145, Also peat and other highly organic soils. Unsuitable fill materials shall be disposed of by the, -CONTRACTOR at no additional cost to the CITY. - END OF SECTION - U:US03802222dV12-22-03 02222 -8 Pump Station 7, 7A & 10 Rehabilitation ^a , -s B. Any excavation below the levels required for installation of the pipe bedding shall be backfilied with acceptable bedding material, tamped, compacted and shaped to provide proper support for the proposed pipe, at the CONTRACTOR's expense. 3.06 BACKFILL A. Pip Pipeline trenches shall be backfilled to a level 12 inches above the top of the pipe with select backfill obtained from the excavation. Such material shall be placed in 6-inch layers, each compacted to the densities specified in Article 3.07. Only hand operated mechanical compacting equipment shall be used within six inches of the installed pipe. B. After the initial portion of backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the remainder of the trench may proceed. The remainder of the backfill shall be selected material obtained from the excavation and shall be placed in horizontal layers, the depth of which shall not exceed the ability of the compaction equipment employed, and in no event shall exceed a depth of 12 inches. Each layer shall be moistened, tamped, puddled, rolled or compacted to the densities specified in Article 3.07. C. M V Its: Any excavation below the levels required for the proper construction of manholes or vaults shall be filled with Class,B Concrete-::The.use ofrearth rock, sand or other materials for this purpose will not be permitted. 3.07 COMPACTION AND DENSITIES A. i Compaction of backfill shall be 98.percent.ofIhe:maximum.density, where°the trench is located under structures or paved areas, and 95 percent of the, maximum density elsewhere. More thorough compaction may be required when Work is performed in other regulatory agencies jurisdictions, such as the DOT. Methods of control and testing of backfill construction are: 1. Maximum density of the material in trenches shall be determined by ASTM D 1557. 2. Field density of the backfill material in place shall be determined by ASTM D 1556 or D 2922. B. 12§fingL Laboratory and field density tests, which in the opinion of the ENGINEER are necessary to establish compliance with the compaction requirements of these Specifications, shall be ordered by the ENGINEER. The CONTRACTOR shall coordinate and cooperate with the testing laboratory. The testing program will be implemented by the ENGINEER establishing depths and locations of tests. Modifications to the program will be made as job conditions change. C. Trench backfill which does not comply with the specified densities, as indicated by such tests, shall be reworked and re -compacted until the required compaction is secured, at no additional cost to the CITY. The costs for retesting such Work shall be paid for by the CONTRACTOR. Retesting of areas which do not comply with the specified densities shall be performed by testing laboratory which tested the failed samples. U. U$03B02222dc/12-22-03 02222 -7 Pump Station 7, 7A & 10 Rehabllitallon City of Tamarac CONTRACTOR shall be responsible for the adequacy of all sheeting used and for all damage resulting from sheeting and bracing failure or from placing, maintaining and removing it, 3.03 REMOVAL OF WATER A. CGgne�l:. It is a basic requirement of these Specifications that excavations shall be free from water before pipe or structures are installed. B. The CONTRACTOR shall provide pumps, and other appurtenant equipment necessary to remove and maintain water at such a level as to permit construction in a dry condition. The CONTRACTOR shall continue dewatering operations until backfilling has progressed to a sufficient depth over the pipe to prevent flotation or movement of the pipe in the trench or so that it is above the water table. If at any. point during the dewatering operation it is determined that fine material is being removed from the excavation sidewalls, the dewatering operation shall be stopped if acceptable to the ENGINEER. If any of the subgrade or underlying material is disturbed by movement of groundwater, surface water, or any other reason, it shall be replaced at the CONTRACTOR's expense with crushed stone or gravel. C. The CONTRACTOR shall use dewatering systems that include automatic starting devices, and standby pumps that will ensure continuous dewatering in the event of an outage of one or more pumps. D. Disposal,- Water from the trenches and excavation shall be disposed of in such a manner as will not cause injury to public health, to public or private property, to the Work completed oMrfprogress, to the surface of the streets, cause any interference with the use of the same by'the public, or cause pollution of any waterway or stream. The CONTRACTOR shall so"bfhit his proposed methods of handling trench water and locations at which the water will be disposed of to the ENGINEER for review and shall receive acceptance before starting the excavation. Disposal to any surface water body will require silt screens to prevent any degration in the water body. Additionally, the CONTRACTOR shall be responsible for obtaining all necessary dewatering permits. 3.04 TRENCH STABILIZATION A. No claim for extras, or additional payment will be considered for cost incurred in the stabilization of trench bottoms which are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other causes. In no event shall pipe be installed when such conditions exist and the CONTRACTOR shall correct such conditions so as to provide proper bedding or foundations for the proposed installation at no additional cost to the CITY before placing the pipe or structures. 3.05 PIPE BEDDING A. Pipe trenches shall be excavated as described in Article 3.01. The resulting excavation shall be backfilled with acceptable pipe bedding material, up to the level of the centerline of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to fumish adequate support and bearing under the fitting. U. US03802222dd12-22-03 02222 -0 pump Station 7, 7A d 10 Rehabllllatlon Ch of Tamarac B. Pipe trenches for piping shall be excavated to a width within the limits of the top of the pipe and the trench bottom so as to provide a clearance on each side of the pipe barrel, measured to the face of the excavation, . or sheeting if used, of 8 inches to 12 inches. Where the pipe size exceeds 12 inches, the clearance shall be from 12 inches to 18 inches. All pipe trenches shall be excavated to a level where suitable material is reached, a minimum of 8 inches below the excavated depth, which will allow for a minimum of 36" of covering unless otherwise indicated on the Drawings. Excavation depths in other types of materials and conditions shall be made as hereinafter specified. C. In areas where trench widths are not limited by right-of-way and/or easement widths, property line restrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenance of traffic, the trench sides may be sloped to a stable angle of repose of the excavated material but only from a point one foot above the crown of the pipe. A substantially and safely constructed movable shield, "box" or "mule" may be used in place of sheeting when the trench is opened immediately ahead of the shield and closed immediately behind the shield as pipe laying proceeds inside the shield. D. Ladders or steps shall be provided for and used by workmen to enter and leave trenches. E. Excavation for appurtenances shall be sufficient to provide a clearance between their outer surfaces and the face of the excavation or sheeting, •1f used,: of�not less: than .12 Inches. F. Excavated unsuitable material shall be -removed from the site and disposed of by the CONTRACTOR. Materials removed from the trenches shall be .stored and in such a manner that will not interfere unduly with CITY operations, traffic on public roadways and sidewalks and shall not be placed on private property: -In congested- areas; such materials as cannot be stored adjacent to the trench or used immediately as backfill shall be removed to other convenient places of- storage -,°acceptable toy the CITYat=theZONTRACTOR's expense. G. Excavated material that is suitable for use as backfill shall be used in areas where sufficient material is not available from the excavation. Suitable material in excess of backfill requirements shall be used on the site as directed by the ENGINEER, or removed at CONTRACTOR's expense. 3.02 SHEETING AND BRACING A. The CONTRACTOR shall furnish, place and maintain sheeting and bracing to support sides of the excavation as necessary to provide safe working conditions in accordance with OSHA requirements, and to protect pipes, structures and other Work from possible damage. Where wood sheeting or certain designs of steel sheeting are used, the sheeting shall be cut off at a level of 2 feet above the top of the installed pipe and that portion below the level shall be left in place. If Interlocking steel sheeting is used, it may be removed providing removal can be accomplished without disturbing the bedding, pipe or alignment of the pipe. Any damage to the pipe bedding, pipe or alignment of the constructed utility caused by the removal of sheeting shall be cause for rejection of the affected portion of the work. The CITY may permit sheeting to be left in place. at the request and expense of the CONTRACTOR. B. If the ENGINEER is of the opinion that at any point sufficient or proper supports, have not be provided, he may order additional supports put in at the CONTRACTOR's expense. The F. Backfill: In general, clean sandy excavated material, that is free from organics clay and construction debris can be used for backfill material. All material to be used as selected backfill shall be able to pass a 3/4-inch sieve. If, in the ENGINEER'S opinion, excavation material is unsuitable for baWII -purposes, imported material having a sand equivalent value of not less than 20 percent shall be used for this portion of the trench backfill. All backfill material (placed above select backfill) shall be able to pass through a 6-inch ring. If suitable backfill is not available from the excavations, it shall be obtained from off site sources. G. Flowable Fill: Flowable fill shall be lean concrete proportioned without the use of coarse aggregate primarily for use as fill for abandoned utilities. Flowable fill shall be utilized only at locations indicated on the Drawings. Flowable fill shall meet the following requirements: 1. Minimum cementitious materials content, per 100 lbs. cubic yard 2. Maximum water-cementitious materials ratio, 5.0 by weight 3. Slump, maximum 30 + 5 4. Compressive strength lbs. per sq. inch at 28 50-150 psi days - Pc 5. Coarse aggregate None 6. Fine aggregate Limestone screenings H. Pearock: Pearock shall consist of hard, durable particles of proper size and gradation, and shall be free from organic material, wood, trash, sand, loam, clay, excess fines, and other deleterious materials. Pearock shall conform to the requirements of ASTM C 33, Size ,Number 8, graded within the following limits: Sieve Size PeLc9n Finer Lx Vklght 1/2 inch 100 3/8 inch 85 to 100 No. 4 10 to 30 No. 8 0 to 10 No. 16 0 to 5 I. UnsuitsIble Fill terial: Classified as A-2-4, A-2-5, A-2-6, A-2-7, A-4, A-5, A-6, A-7, and A- 8 in accordance with AASHTO Designation M 146. Also, highly organic soils (peat or muck),weak silty materials, asphalt and concrete are unsuitable fill material. PART 3 - EaCUTIQN 3.01 EXCAVATION A. The CONTRACTOR shall perform'all excavation of every description and of whatever substance encountered, to the dimensions, grades and depths shown on the Drawings, or as directed. All excavations shall be made by open cut. All existing utilities such as pipes, poles and structures shall be carefully located, supported and protected from injury; in case of damage, they shall be restored at the CONTRACTOR's expense. U.US03802222dd12-22-03 02222 -4 PUMP Station 7, 7A & 10 RehabOation r.Hv of Trmarar. PAR_ 2 - PRODI,JCTS 2.01 MATERIALS A. General: Materials shall be furnished as required from on -site excavations or from acceptable offske sources as required. The CONTRACTOR shall notify the ENGINEER of the sources of each material at least ten calendar days prior to the anticipated use of the materials. B. Pipe din : In general, dean sandy excavated materials, that is free from organics, clay and construction debris, can be used as pipe bedding when construction is in a dry condition and when the bedding is not sided by muck. Pipe bedding material shall be able to pass through a 3/4-inch sieve. Separation of suitable material for pipe bedding from other material shall be made during the excavation. C. Screened gravel shall be used for small diameter (less than 241 and plastic pipe bedding when either the trench is within the water table or when the bedding is sided by muck or muck -like material. Screened gravel shall consist of hard, durable particles of proper size and graduation, and shall be free from organic material, wood, trash, sand, loam, clay, excess fines, and other deleterious materials. The gravel shall be graded within the following limits: Sieve giz2 Pe Finer by V_eight 1 inch 100 3/4 inch 99 1/2 inch 65 No. 4 2 D. Crus sd stone shall be used for bedding of 244nch and larger diameter pipe as detailed and at other locations indicated on the Drawings. Crushed stone shall be used when either side of the trench is within the water table or is sided by muck or muck -like materials. Crushed stone shall consist of hard, durable, subangular particles of proper size and graduation, and day, excess fines, and other deleterious materials. The stone shall be graded within the following Limits: Sieve Size E2Lggnt Finer by Weight 518 inch 100 1/2 inch 40 -100 3/8 inch 15 - 45 No. 10 0-5 E. Sand for bedding polyvinyl chloride pipe shall be a dry screened sand. Sand shall be graded sand with 100 percent passing a 3/8 inch sieve and not more than 5 percent passing a No. 200 sieve. 1.05 GROUNDWATER A. The CONTRACTOR shall be responsible for anticipating groundwater conditions and shall provide positive control measures 'as required. Such measures shall ensure stability of excavations, groundwater pressure control, prevention of tanks, pipes, and other structures from being lifted by hydrostatic pressures, and avoiding the disturbance of subgrade bearing materials. 1.06 TRENCH SAFETY ACT COMPLIANCE A. The CONTRACTOR by signing and executing the contract is, in writing, assuring that he will perform any trench excavation in accordance with the Florida Trench Safety Act, Section 553.60 9L s&L.. The CONTRACTOR further identified the need for compliance with applicable trench safety standards as required by the Measurement and Payment Section and the pertinent proposal item. The CONTRACTOR acknowledges that this cost is included in the Total Amount Bid. B. The CONTRACTOR is, and the CITY and ENGINEER are not, responsible to review or assess the CONTRACTOR's safety precautions, programs or costs, or the means, methods, techniques or technique adequacy, reasonableness of cost, sequences or procedures of any safety precaution, program or cost, including but not limited to, compliance with any and all requirements of Florida Statute Section 553.609L §M cited as ,the "Trench Safety Act". The CONTRACTOR is, and the CITY and ENGINEER are not, responsible to determine if any .safety or safety related standards apply to the project, including but not limited to, the "Trench Safety Act". 1.07 PROTECTION OF PROPERTY AND STRUCTURES A. The CONTRACTOR shall, at his own expense, sustain in place and protect from direct or indirect injury, all pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his work. Such sustaining shall be done by the CONTRACTOR. The CONTRACTOR shall take all 'risks attending the presence or proximity of pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his work. Such sustaining shall be done by the CONTRACTOR. The CONTRACTOR shall take all risks attending the presence or proximity of pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his work. He shall be responsible for all damage, and assume all expenses, for direct or indirect injury and damage, caused by his work, to any such pipe, structures, etc., or to any person or property, by reason of injury to them, whether or not such structures, etc., are shown on the Drawings. B. Barriers shall be placed at each end of all excavations and at such places as may be necessary along excavations to warn all pedestrian and vehicular traffic of such excavations. Barricades with flashing lights shall also be placed along excavation from sunset each day to sunrise of the next day until such excavation is entirely refilled, compacted, and paved. All excavations shall be barricaded where required to- meet OSHA, local and Federal Code requirements, in such a manner to prevent persons from falling or walking into any excavation within working area. U. US03602222"12-22.03 02222 -2 Pump Station 7, 7A 6 10 RehabNttation SECTION 02222 - EXCAVATION AND BACKFILL FOR UTILITIES PART 1 - GEUgRAL 1.01 WORK INCLUDED A. Excavate, grade and backfill as required for the site underground piping systems, as shown on the Drawings and specified herein. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Piping, General B. Cast -in -Place Concrete C. Electrical Work 1.03 SUBMITTALS A. Gener • Submit information and samples to the ENGINEER for review as specified herein in accordance with the Section entitled "Submittals". B. Dewatering: The CONTRACTOR shall submtteo the ENGINEER his proposed methods of handling trench water and the locations at which the water will be disposed of. Methods shall be acceptable to the ENGINEER before starting the excavation. C. Bagding.and Backfill Materi9,Is The CONTRACTOR shall notify the ENGINEER of the off - site sources of bedding and backfill materials, and if required, submit to the ENGINEER a representative sample weighing approximately 50 lbs. D. §heeting System: Drawings of any proposed sheeting system and design computations shall be submitted to the ENGINEER; however, the review of these Drawings shall in no way relieve the CONTRACTOR of the responsibility to provide a safe and satisfactory sheeting and shoring system. Sheeting and shoring shall be designed by the CONTRACTOR, and the proposed design shall be sealed by a Professional Engineer registered in the State of Florida. If the ENGINEER is of the opinion that at any point sufficient or proper supports have not been provided, he may order additional supports put In at the CONTRACTOR's expense. 1.04 QUALITY CONTROL A. An independent testing laboratory will be retained by the CITY to do appropriate testing as described in Section entitled "Quality Control". The CONTRACTOR shall schedule his Work so as to permit a reasonable time for testing before placing succeeding lifts and shall keep the laboratory informed of his progress. U.US03B02222da/12-22.03 02222 -1 Pump Stadon 7, 7A & 10 Rehablidedon 3.06 REPAIR WORK A. Surfaces of walls, or floors, which are exposed by any of the removals specified herein, and which have holes, scars, chipped or other damaged surfaces revealed by the removal, shall be repaired by the CONTRACTOR as specified in Division 3. 3.07 CLEANUP A. The CONTRACTOR shall remove from the project site all debris resulting from the demolition and removal operations as it accumulates. Upon completion of the demolition work, all materials, equipment, waste and debris of every sort shall be removed and the premises shall be left clean, neat and orderly. - END OF SECTION - U: US03W20&k /12-22-03 0200-4 Pump Station 7, 7A & 10 Reha&lit ton 3.05 STRUCTURAL REMOVALS A. The CONTRACTOR shall remove structures to the lines and grades shown, unless otherwise indicated by the ENGINEER. B. All wood, 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 project site. These items shall not be used in backfill. C. Finis : After removal of parts or all of masonry walls, slabs and like work, which tie into new work or existing work, the point of junction shall be neatly repaired so as to leave only finished edges and surface exposed. The jambs, sills and heads of any new windows, passageways, doors or other openings cut into the new work or existing work, shall be dressed with new masonry, concrete or metal to provide a smooth, finished appearance. D. 60chori Where new anchoring materials, including bolts, nuts, hangers, welds and reinforcing steel, are required to attach new work to the existing work, they shall be included under this Section, except where specified elsewhere. 3.04 MECHANICAL REMOVALS A. Mechanical removals shall consist of dismantling and removing of existing piping, equipment and other appurtenances as shown or required for the completion of the work. It shall include cutting, capping and plugging as required. 3.05 ELECTRICAL REMOVALS A. General: Electrical removals shall consist of the removal of conduits and wires, and miscellaneous electrical equipment all as shown, specified or required to perform the work. B. All existing electrical equipment to be removed shall be removed with such care as may be required to prevent unnecessary damage, to keep existing systems in operation and to keep the integrity of the grounding systems. C. go s: Conduits and wires shall be abandoned or removed where noted or as shown on the Drawings. All wires in abandoned conduits shall be removed. Abandoned conduits concealed in floor or ceiling slabs or in walls, shall be cut flush with the slab or wall at the point of entrance. The conduits shall be suitably plugged and the area repaired in a flush, smooth, approved manner. Exposed conduits and their supports shall be disassembled and removed from the project site. Repair all areas of removal to prevent rust spots on exposed surfaces. D. M,g ram,: Motors shall be disconnected and removed where shown or specified. E. Miscellaneg : Wall switches, receptacles, starters and other miscellaneous electrical equipment shall be removed and disposed of off the project site as required. Care shall be taken in removing all equipment so as to minimize damage to architectural and structural members. Any damage incurred shall be repaired. 1 /•t lSman2min /12-99-an 0206-3 pumo Statlon 7. 7A A 10 Rehebllltadon PART_ 2 - PRMUCTS (Not Used) ART 3 -_F_XECUJION 3.01 GENERAL A. Prior to commencing work, the CONTRACTOR shall check all underground and exposed existing utility and process piping and all equipment in any way associated or in the proximity to the items to be removed and shall verify that the piping is inactive (abandoned) and that electric power to equipment, lighting, controls, etc., has been permanently disconnected. Active services shall be brought to the attention of the CITY for proper action. B. The CONTRACTOR shall remove all equipment and accessories in a workmanlike manner and shall take all necessary precautions to avoid damaging existing equipment, piping, and structure which are to be retained. Damages shall be repaired or replaced at the expense of the CONTRACTOR. C. The CONTRACTOR shall proceed with the removal of the structures, equipment, piping, and appurtenances in a sequence designed to maintain the pump stations in continuous operation. D. All supports, pedestals, and anchors. shall be removed with the equipment structures and piping unless otherwise specified or required. Concrete bases, anchor bolts, and other supports shall be removed to approximately one inch below the surrounding finished area; and the recesses shall be patched to match the adjacent areas. Superstructure wall and roof openings shall be closed, damaged surfaces shall be patched to match the adjacent areas, as specified under applicable sections of these Specifications, and as shown on the Drawings, or as indicated by the Engineer. Wall sleeves and castings shall be cleared of extraneous materials and filled with non -shrinking grout as recommended by manufacturer for watertightness required. All openings in concrete shall be closed in a manner meeting the requirements of the appropriate sections of these Specifications, as shown on the Drawings, and as acceptable to the ENGINEER. 3.02 UNAUTHORIZED REMOVAL A. Any equipment, piping and appurtenances removed without proper authorization shall be replaced to the satisfaction of the CITY, at no cost to the CITY. 3.03 SALVAGED ITEMS A. Items noted by the CITY to be salvaged shall remain the property of the CITY. Valves shall be salvaged when located on pipelines shown to be demolished. The CONTRACTOR shall carefully move salvaged equipment to a CITY designated location. 3.04 DEMOLITION A. All materials and equipment shown on the Drawings to be removed or demolished shall become the property of the CONTRACTOR, with exception of items noted by the CITY be salvaged, The CONTRACTOR shall dispose of all demolition materials, equipment, debris and all other items off the project site and in conformance with all existing applicable laws and regulations. v: uS03B020ikk 112-22-03 0206-2 Pump Station 7, 7A d 10 RenaWritstinn ON of Tamarac SECTION 02050 - DEMOLITION 1E4RT 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall remove and dispose of or salvage any existing structure, piping, conduits, electrical equipment, mechanical equipment, or appurtenances or portions thereof, as shown on the Drawings or required to complete the project. B. All materials designated for disposal shall, when released by the ENGINEER, become the CONTRACTOR's property and shall be removed from the site to the CONTRACTOR's own place of disposal. 1.02 RELATED WORK SPECIFIED ELSEWHERE (Not Used) 1.03 SUBMITTALS A. The CONTRACTOR shall submit for review, in accordance with Section entitled "Submittals" the proposed methods, equipment and operation sequence. Include coordination for shut-off, temporary services, continuation of service and other applicable Items to ensure no interruption of operations except as herein before specified. 1.04 JOB CONDITIONS A. r e i : The CONTRACTOR shall execute the demolition and removal work to prevent damage or injury to structures, occupants thereof and adjacent features which might result from failing debris or other causes, and so as not to interfere with the use, and free and safe passage to and from adjacent structures. B. Closing or obstructing of roadways adjacent to the work by the placement or storage of materials will not be permitted. All operations shall be conducted with a minimum interference to traffic on these ways. C. The CONTRACTOR shall repair damage. done to facilities to remain, or to any property belonging to the CITY. D. Sghedulino: The CONTRACTOR shall carry out his operations so as to avoid interference with operations and work in the existing facilities. E. Notifigation: At least 48 hours prior to commencement of a demolition or removal, the CONTRACTOR shall notify the ENGINEER in writing of his proposed schedule therefor. No removals shall be started until it is acceptable to the ENGINEER. 1.05 DUST CONTROL A. The CONTRACTOR shall use 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. Existing electrical and mechanical equipment to remain shall be protected from damage, dust, and debris. U.USO38020&t /12-22-03 0206-1 Pump Station 7, 7A & 10 ehabli Lion replacements promptly, the CITY reserves the right to do the Work and the CONTRACTOR and his surety shall be liable to the CITY for the cost thereof. 1.08 GREASE, OIL AND FUEL A. All grease, oil and fuel required for testing of equipment shall be furnished by the CONTRACTOR. The CONTRACTOR shall also furnish a one year's supply of lubricants including grease and oil of the type recommended by the manufacturer for each item of equipment supplied. 1.09 TOOLS A. Any special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation, and maintenance of any equipment shall be furnished with the respective equipment. The CONTRACTOR shall furnish a complete list of tools and instructions for their use, recommended by the manufacturer or supplier with the Shop Drawing Submittal. 1.10 SPARE PARTS A. Spare parts for equipment shall be furnished where indicated in the equipment specifications. Spare parts shall be identical and interchangeable with original parts. Parts shall be supplied, prepared for storage, in clearly identified containers, except large or bulky items which may be wrapped in polyethylene. B. The parts shall be stored separately in a locked area, maintained by the CONTRACTOR, and shall be delivered to the CITY at a location designated by the CITY. The CONTRACTOR shall furnish an inventory listing all spare parts for each piece of equipment. PART 2 - PRODUCTS (Not Used) PART 3 - MECLJTION (Not Used) - END OF SECTION - 01700-3 Pump Station 7, 7A s 10 RehabMadon U:CIS0380f700dc/1?-22-03 City of Tamarac 1.04 PUNCH LISTS A. Final cleaning and repairing shall be scheduled upon completion of the project. B. The ENGINEER will make his final inspection whenever the CONTRACTOR has notified the ENGINEER that the work is ready for the inspection. Any work not found acceptable and requiring cleaning, repair and/or replacement will be noted on the "Punch" list. Work that has been inspected and accepted by the ENGINEER shall be maintained by the CONTRACTOR, until final acceptance of the entire project. C. Whenever the CONTRACTOR has completed the items on the punch list, he shall again notify the ENGINEER that it is ready for final inspection. This procedure will continue until the entire project is accepted by the ENGINEER. The "Final Payment" will not be processed until the entire project has been accepted by the ENGINEER and all of the requirements in previous Article 1.03 "Final Submittals" have been satisfied. 1.05 TOUCH-UP AND REPAIR A. The CONTRACTOR shall touch-up and repair damage to all field painted and factory finished equipment. Touch-up of equipment panels, etc., shall match as nearly as possible the original finish. If in the opinion of the ENGINEER the touch-up work is not satisfactory, the CONTRACTOR shall repaint the item. 1.06 CLEANING A. Before the final acceptance of the project, the CONTRACTOR shall accomplish the cleaning and final adjustments of the various building components as follows: 1. Clean and lubricate all finish hardware after, adjustment for proper operation. 2. Touch up marks of defects in painted surfaces and touch up any similar defects in factory finished surfaces. 3. Remove all stains, marks, fingerprints, soil, spots, and blemishes from all finish surfaces. 1.07 MAINTENANCE AND GUARANTEE A. The CONTRACTOR shall comply with all maintenance and, guarantee requirements of the Contract Documents. B. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of such required repair work, and any repair or resurfacing constructed by the CONTRACTOR which becomes necessary by reason of such settlement shall likewise be considered as a part of such required repair work unless the CONTRACTOR shall have obtained a statement in writing from the affected private owner or public agency releasing the CITY from further responsibility in connection with such repair or resurfacing. C. The CONTRACTOR shall make all repairs and replacements promptly upon receipt of written order from the CITY. if the CONTRACTOR fails to make such repairs or A47AAA d.....n ew,I:,... 7 7A 2 dA OBf.aI. Y:Fbf:nn SECTION 01700 - PROJECT CLOSEOUT ART 1 - GENgRAL 1.01 FINAL CLEANUP A. The CONTRACTOR shall promptly remove from the vicinity of the completed Work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the CITY will be withheld until the CONTRACTOR has satisfactorily complied with the foregoing requirements for final cleanup of the project site. 1.02 CLOSEOUT TIMETABLE A. The CONTRACTOR shall establish dates for equipment testing, acceptance periods, and on -site instructional periods (as required under the Contract). Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the CITY, the ENGINEER, and their authorized representatives sufficient time to schedule attendance at such activities. 1.03 FINAL SUBMITTALS ,A. --before the final acceptance of the project, the CONTRACTOR shall submit to the ENGINEER (or to the CITY if indicated) certain records, certifications, etc., which are --specified elsewhere in the Contract Documents. Missing, incomplete or unacceptable :items, as determined by the ENGINEER or the CITY, shall constitute grounds for withholding final payment to the CONTRACTOR. A partial list of such items appears below, ,:but is shall be the CONTRACTOR's responsibility to submit any other items which are required in the Contract Documents: 1. Written Test results of project components, where required. 2. Performance affidavits for equipment, where required. 3. During the entire construction operation, the CONTRACTOR shall maintain records of all deviations from the Drawings and Specifications and shall prepare therefrom record drawings showing correctly and accurately all changes and deviations from the Work made during construction to reflect the Work as it was actually constructed. These drawings shall conform to recognized standards of drafting, shall be neat, legible and on mylar or other reproducible material acceptable to the ENGINEER. 4. Written guarantees, where required. 5. Certificates of inspection and acceptance by local governing agencies having jurisdiction. 6. Releases from all parties who are entitled to claims against the subject project, property, or improvement pursuant to the provisions of law. 7. Keying Schedule, if applicable. 01700-1 Pump Station 7, 7A B 10 Rahabpltatlon U: US0380�700dc /12-22-03 City of Tamarac at the project site. The CONTRACTOR shall have submitted, and had accepted, the O&M Manuals (specified in Section 01300) prior to commencement of training. E. The CONTRACTOR shall notify the ENGINEER at least 14 days in advance of each equipment test or CITY training session. F. Training shall be provided to the CITY's personnel between the hours of 7:00 A.M. and 4:00 P.M. as necessary. G. The CONTRACTOR shall furnish all personnel, power, water, chemicals, fuel, oil, grease, and all other necessary equipment, facilities, and services required for conducting the tests. 1.03 STARTUP A. The startup of each facility is a highly complex operation requiring the combined technical expertise of the CONTRACTOR, suppliers, subcontractors, the ENGINEER, and the CITY. The CONTRACTOR shall provide the effective coordination of all parties necessary for the successful startup. B. It is not the intent of the ENGINEER to instruct the CONTRACTOR in the startup of the facilities; however, the ENGINEER will be available prior to and during startup to provide technical support to the CONTRACTOR. C. The CITY shall startup each applicable portion of the project,. and operate it for a continuous 7-day .(24 hours per day) period at the design flow rate. The CONTRACTOR shall be available at all times during this period to provide necessary maintenance support services as may be deemed necessary by the CITY and/or ENGINEER. D. Not less than one (1) month prior to startup,. the :CONTRACTOR -shall submit to the ENGINEER for review, a detailed schedule of operations which will be necessary to effect a successful initial operation and sustained period of operation for the duration of the required startup period. E. The startup shall not be commenced until all required leakage tests, disinfection, and equipment tests have been completed to the satisfaction of the ENGINEER. F. All defects in materials or workmanship that appear during this test period shall be immediately corrected by the CONTRACTOR. Time lost for equipment repairs, wiring corrections, control point settings, or other reasons which actually interrupt the startup may, at the discretion of the ENGINEER, be justifiable cause for extending the startup test duration. G. During the startup, the CONTRACTOR shall provide the services of authorized representatives of the suppliers, in addition to those services required under operations testing, as necessary, to correct faulty equipment operation. PART 2 -- PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) - END OF SECTION - U. US038018dc 112-22-03 010-2 Pump Station 7 7A & 10 Rehabilitation City of Tamarac SECTION 01660 - EQUIPMENT TESTING AND START-UP EAK - ENERA 1.01 GENERAL A. Equipment testing and startup are requisite to satisfactory completion of the contract and, therefore, shall be completed within the Contract time. B. As construction of the project enters the final stages of completion, the CONTRACTOR shall, in accordance with the requirements set forth in the Contract Documents, attend to the following items: 1. Schedule equipment manufacturer's visits to site. 2. Calibration of instruments and controls. 3. Perform required testing adjusting and balancing of project components. 4. Schedule start-up and initial operation. 5. Furnish skilled personnel during initiation operation. 6. CITY operation and maintenance training. 1.02 EQUIPMENT TESTING A. The CONTRACTOR shall provide the services of an experienced and authorized representative of the supplier of each item of equipment (excluding minor items of equipment specifically exempted by the ENGINEER in writing), who shall visit the site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the CONTRACTOR shall arrange to have the supplier's representative revisit the job site as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory to the ENGINEER. B. The CONTRACTOR shall require that each supplier's representative furnish to the ENGINEER a written report addressed to the CITY, and copied to the ENGINEER, certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping or anchor bolts, and has been operated satisfactorily under full -load conditions is ready for operation and the CITY's operating personnel have been instructed in the operation, maintenance and lubrication of the equipment. C. The CONTRACTOR shall be responsible for scheduling all operations testing. The CONTRACTOR is advised that the ENGINEER and the CITY's operating personnel will witness operations testing. D. The supplier's representative shall instruct the CITY's operating personnel in correct operation and maintenance procedures. The instruction shall demonstrate start-up, operation, control, adjustment, troubleshooting, servicing, maintenance, and shutdown of each item of equipment. Such instruction shall be scheduled at a time arranged with the CITY at least 2 weeks in advance and shall be provided while the respective representative's equipment is fully operational. On -site instruction shall be given by qualified persons who have been made familiar in advance with the equipment and systems U;US0380I&W12.22-03 010-1 Pump Station 7, 7A 6 10 Rehabilitation City of Tamarac B. Equipment shall be serviced on a regularly scheduled basis, and a log of services shall be maintained and submitted as a record document to the ENGINEER. 1.09 LUBRICANTS A. During testing and prior to acceptance, the CONTRACTOR shall fumish all lubricants necessary for the proper lubrication of all equipment fumished under this Contract. 1.10 SPECIAL TOOLS A. For each type of equipment fumished by him, the CONTRACTOR shall provide a complete set of all special tools (including calibration and test equipment) which may be necessary for the adjustment, operation, maintenance and disassembly of such equipment. B. Special tools shall be delivered at the same time as the equipment to which they pertain. The CONTRACTOR shall properly store and safeguard such special tools until completion of the Work, at which time they shall be delivered to the CITY. 1.11 PROTECTION AGAINST ELECTROLYSIS A. Where dissimilar metals are used in conjunction with each other, suitable insulation shall be provided between adjoining surfaces so as to eliminate direct contact and any resultant electrolysis. The insulation shall be bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers, or other acceptable materials. 1.12 FASTENERS A. All necessary bolts, anchor bolts, nuts, washers, plates and bolt sleeves shall be fumished by the CONTRACTOR in accordance herewith. Bolts shall have suitable washers and, where so required, their nuts shall be hexagonal. B. All bolts, anchor bolts, nuts, washers, plates, and bolt sleeves shall be Type 316 stainless steel unless otherwise specifically indicated or specified. C. Unless otherwise specified, stud, tap, and machine bolts shall be of the best quality refined bar iron. Hexagonal nuts of the same quality of metal as the bolts shall be used. 1.13 SALVAGED AND EXCAVATED MATERIALS A. In the absence of special provisions in other Sections of the Specifications, salvage materials, equipment or supplies that occur are the property of the CITY and shall be cleaned and stored as directed by the ENGINEER. B. All excavated materials needed for hackfilling operation shall be stored on site. Where additional area is needed for stockpiling, it shall be obtained by the CONTRACTOR. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) - END OF SECTION - U.US03801600.doc 112.22-03 01600-3 Pump Station 7, 7A & 10 Rehabilitation 1.05 TRANSPORTATION AND HANDLING A. Products shall be transported by methods to avoid product damage and shall be delivered In undamaged condition in supplier's unopened containers or packaging, dry. B. The CONTRACTOR shall provide equipment and personnel to handle products, materials, and equipment including those provided by the CITY, by methods to prevent soiling and damage. C. The CONTRACTOR shall provide additional protection during handling to prevent marring and otherwise damaging products, packaging, and surrounding surfaces. 1.06 STORAGE AND PROTECTION A. Products shall be stored in accordance with supplier's written instructions, with seals and labels intact and legible. Sensitive products shall be stored in weathertight enclosures and temperature and humidity ranges shall be maintained within tolerances required by supplier's written instructions. B. For exterior storage of fabricated products, they shall be placed on sloped supports above --around. Products subject to deterioration shall be covered with impervious sheet covering; ventilation shall be provided to avoid condensation. C. Loose granular materials shall be stored on solid surfaces in a well drained area and shall be prevented from mixing with foreign matter. .D. , :.Storage shall be arranged to provide access for inspection. The CONTRACTOR shall periodically inspect to assure products are undamaged and are maintained under required conditions. E. Storage shall be arranged in a manner to provide access for maintenance of stored items and for inspection. 1.07 MAINTENANCE OF STORAGE A. Storied products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make said log available to the ENGINEER on request. B. The CONTRACTOR shall verify that storage facilities comply with supplier's product storage requirements. C. The CONTRACTOR shall verify that supplier required environmental conditions are maintained continually. D. The CONTRACTOR shall verify that surfaces of products exposed to the elements are not adversely affected and that any weathering of finishes is acceptable under requirements of Contract Documents. 1.08 MAINTENANCE OF EQUIPMENT STORAGE A. For mechanical and electrical equipment in long term storage; the CONTRACTOR shall provide a copy of the supplier's service instructions to accompany each item, with notice on enclosed instruction shown on exterior of package. U. US03801600. doc /12-22-03 01 Boo-2 Pump Sfatkn 7, 7A & 10 Rehabilltadon Cltv of Tamarac SECTION 01600 - MATERIALS AND EQUIPMENT 1.01 GENERAL A. The word "Products," as used herein, is defined to include purchased items for incorporation Into the Work, regardless of whether specifically purchased for project or taken from CONTRACTOR's stock of previously purchased products. The word "Materials," is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form units of Work. The word "Equipment"' is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, and other like items). Definitions In this paragraph are not intended to negate the meaning of other terms used in Contract Documents, including "specialties," "systems," "structure,"'finishes," "accessories,"'Yumishings," special construction," and similar terms, which are self-explanatory and have recognized meanings in the construction Industry. 1.02 QUALITY ASSURANCE A. Source Limitations • To the greatest extent possible for each unit of Work, the CONTRACTOR shall provide products, materials, or equipment of a singular generic kind from a single source. B. Qomnatibiiity ff-Q 2ns: Where more than one choice is available as options for CONTRACTOR's selection of a product, material, or equipment, the CONTRACTOR shall select an option which is compatible with other products; materials, or equipment already selected. Compatibility is a basic general requirement of product/material selections. 1.03 DESIGN A. Equipment and appurtenances shall be designed in conformity with the ASME, AIEE, NEMA and other generally accepted applicable standards and shall be rugged construction and of sufficient strength to withstand all stresses which may occur during fabrication, testing, transportation, installation and all conditions of operation. All bearings and moving parts shall be adequately protected by bushings or other acceptable means against wear, and provision shall be made for adequate lubrication by readily accessible devices. Details shall be designed for appearance as well as utility. Protruding members, joints, comers, gear oovers, etc., shall be finished In appearance. B. All exposed welds on machinery shall be ground smooth and the comers of structural shapes shall be rounded or chamfered. 1.04 PRODUCT DELIVERY -STORAGE -HANDLING A. The CONTRACTOR shall deliver, handle, and store products in accordance with supplier's written recommendations and by methods and means which will prevent damage, deterioration, and loss including theft. Delivery schedules shall be controlled to minimize long term storage of products at site and overcrowding of construction spaces. In particular, the CONTRACTOR shall provide delivery/installation coordination to ensure minimum holding or storage times for products recognized to be flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other sources of loss. 88.1-I_ - 14^ A^ Ao ALCM 4 O..-- C•A..a— 7 7A 0 .IA O-S-1.00-0— 1.08 PRECAUTIONS DURING ADVERSE WEATHER A. During adverse weather and against the possibility thereof, the CONTRACTOR shall take all necessary precautions so that the work may be properly done and satisfactory in all respects. When required, protection shall be provided by use of tarpaulins, wood and building paper shelters, or, other acceptable means. The CONTRACTOR shall be responsible for all changes caused by adverse weather. B. The ENGINEER may suspend construction operations at any time when, in his judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather conditions may be, in any season. 1.09 HURRICANE AND STORM WARNINGS General During such periods of time as are designated by the United States Weather Bureau as being a hurricane alert, the CONTRACTOR shall perform all precautions as necessary to safeguard the work and property, including the removal of all small equipment and materials from the site, lashing all other equipment and materials to each other and to rigid construction, and any other safety measures as may be directed by the ENGINEER. Unon Notification gf a Hurricane M rah Formal notification to all CONTRACTORS to prepare, and submit for approval, a Plan of Action for the specific actions to be taken on their particular projects. Notification of a Hlinigline Warning Formal notification to the CONTRACTORS to implement their approved Plan of Action to protect the project and the public. For pipeline construction projects within the public right-of-ways, the CONTRACTOR shall to suspend his construction operations. The CONTRACTOR will backfill all open trenches, remove all construction equipment and materials from the right-of-way, remove unnecessary traffic barricades and signs, secure remaining barricades by "half -burial" or "double sand bags." 1-10 PERIODIC CLEANUP AND BASIC SITE RESTORATION A. During construction, the CONTRACTOR shall regularly remove from the site all accumulated debris and surplus materials of any kind which results from its operations. Unused equipment and tools shall be stored at the CONTRACTOR's yard or base of operations for the project. B. The CONTRACTOR shall perform the cleanup work on a regular basis and as frequently as ordered by the ENGINEER. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area, Furthermore, such work -shall also be accomplished, when ordered by the ENGINEER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. C. Upon failure of the CONTRACTOR to perform periodic clean-up and basic restoration of the site to the ENGINEER's satisfaction, the ENGINEER may, upon 5 days priorwritien notice to the CONTRACTOR, employ such labor and equipment as it deems necessary for the purpose, and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from amounts of money that it may be due. FART 2 -- PB,Q,4UCTS (Not Used) PART 3 -- EXECUTION (Not Used) - END OF SECTION - U.US038016dc 112.22-03 01560-3 Pump Won 7, 7A & 10 Rehabilitation ^-- _I r_....-..-. E. ganitarv_and Other Oraanic Wastes: The CONTRACTOR shall establish a regular daily collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the CONTRACTOR or organic material wastes from any other source related to the CONTRACTOR's operations shall be disposed of away from the site in a manner satisfactory to the ENGINEER and in accordance with all laws and regulations pertaining thereto. 1.05 CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether defoliant, soil stedlant, herbicide, pesticide, disinfectant, polymer, paint, fuel, solvent or reactant of other classification, shall show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture. The handling, storage, use and disposal of all such chemicals and disposal of residues shall be in strict accordance with all applicable rules and regulations of Federal, State and local jurisdictional agencies and the printed instructions of the manufacturer and all regulatory requirements. Copies of antidote literature shall be kept at the storage site and at the CONTRACTOR's job site office. A supply of antidotes shall be kept at the CONTRACTOR's office. 1.06 NOISE CONTROL A. Noise resulting from the CONTRACTOR's work shall not exceed the noise levels and other requirements stated in local ordinances. The CONTRACTOR shall be responsible for curtailing noise resulting from his operation. He shall, upon written notification from the .ENGINEER or the noise control officers, make any repairs, replacements, adjustments, additions and fumish mufflers when necessary to fulfill requirements. 1.07 EROSION ABATEMENT AND WATER POLLUTION A. It is imperative that any CONTRACTOR dewatering operation not contaminate or disturb the environment of the properties adjacent to the work. The CONTRACTOR shall, therefore, schedule and control his operations to confine all runoff water from disturbed surfaces, water from dewatering operations that becomes contaminated with lime silt, muck and other deleterious matter, fuels, oils, bitumens, calcium chloride, chemicals and other polluting materials. B. The CONTRACTOR shall construct temporary silting basin(s) of adequate size and provide all necessary temporary materials, operations and controls including, but not limited to, filters, coagulants, screens, and other means necessary to attain the required discharge water quality. C. The CONTRACTOR shall be responsible for providing, operating and maintaining materials and equipment used for conveying the clear water to the point of discharge. All pollution prevention procedures, materials, equipment and related Kama shall be operated and maintained until such time as the dewatering operation is discontinued. Upon the removal of the materials, equipment and related items, the CONTRACTOR shall restore the area to the condition prior to its commencing work. i i•i t5 Innirfi- 112_92-n.1 O1rAo -? Pumn Rtatinn 7. 7A A 10 Rahahilitatian SECTION 01560 - TEMPORARY ENVIRONMENTAL CONTROLS PARJ 9.GEEN986LL 1.01 EXPLOSIVES AND BLASTING A. The use of explosives on the Work will not be permitted. 1.02 DUST ABATEMENT A. The CONTRACTOR shall furnish all labor, equipment, and means required and shall cant' out effective measures wherever and as often as necessary to prevent its operation from producing dust in amounts damaging to property, cultivated vegetation, or domestic animals, or causing a nuisance to persons living in or occupying buildings in the vicinity. The CONTRACTOR shall be responsible for any damage resulting from any dust originating from its operations. The dust abatement measures shall be continued until the CONTRACTOR is relieved of further responsibility by the ENGINEER. No separate payment will be allowed for dust abatement measures and all costs thereof shall be included in the Aggregate Sum items in the Proposal. 1.03 RUBBISH CONTROL A. During the progress of the Work, the CONTRACTOR shall keep the site of the Work and other areas used by it in a neat and dean condition, and free from any accumulation of rubbish. The CONTRACTOR shall dispose of all rubbish and waste materials of any nature occurring at the Work site, and shall establish regular intervals of collection and disposal of such materials and waste. The CONTRACTOR shall also keep its haul roads free from dirt, rubbish, and unnecessary obstructions resulting from its operations. Disposal of all rubbish and surplus materials shall be off the site of construction In accordance with local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety laws, and to the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction. 1.04 SANITATION A. oilet Fac Itie : Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets at construction job sites shall conform to the requirements of Part 1926 of the OSHA Standards for Construction. B. Such facilities shall be made available when the first employees arrive on the Work, shall be properly secluded from public observation, and shall be constructed and maintained in suitable numbers and at such points and in such manner as may be required. C. The CONTRACTOR shall maintain the sanitary facilities in a satisfactory and sanitary condition at all time and shall enforce their use. He shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the CITY, or an adjacent property. D. The CITY and the ENGINEER shall have the right to inspect any building or other facility erected, maintained, or used by the CONTRACTOR, to determine whether or not the sanitary regulations have been complied with. U. US03B01 MC f12-22-03 01-%0-1 Pump Statron 7, 7A d 10 fiehabfiltation City of Tamarac structures. The CONTRACTOR shall be responsible for providing, maintaining and securing gates used for construction purposes for the duration of the project. RT 2 — PJ3QDUr4Ta (Not Used) PART 3 — EXE-QQJION_ (Not Used) - END OF SECTION - UDS03BOMk /12-22-03 01550-3 Pump Station 7, 7A & 10 RehabRiTation City of Tamarac barricades shall conform to the requirements of Subpart G, Part 1926, of the OSHA Safety and Health Standards for Construction. D. &2M CIQIure: If closure of any street is required during construction, a formal application for a street closure shall be made to the authority having jurisdiction at least 30 days prior to the required street closure in order to determine necessary sign and detour requirements. 1.03 CONTRACTOR'S SITE ACCESS A. Unless otherwise required by the CITY, delivery and employee access will be via the entrances to the pump stations and such accesses shall be kept unrestricted. 1.04 CONTRACTOR'S WORK AND STORAGE AREA A. Storage areas shall be secured by the CONTRACTOR unless otherwise provided by the CITY. Responsibility for protection and safekeeping of equipment and materials at or near the sites will be solely that of the CONTRACTOR and no claim shall be made against the CITY by reasons of any act of an employee or trespasser. Should a situation arise necessitating access to an area occupied by stored equipment and/or materials, the CONTRACTOR shall immediately move them. No equipment or materials shall be placed upon the CITY's property until it is acceptable to the CITY. B. If the CONTRACTOR requires additional staging area than shown on the Drawings, the :CONTRACTOR shall obtain such areas from off site sources. The CONTRACTOR shall pay for any off site area he requires. C. .. A1pon completion of the Contract, the CONTRACTOR shall remove from the storage areas all of their equipment, temporary fencing, surplus materials, rubbish, etc., and restore the -areas as designated on the Drawings. 1.05 TRAFFIC CONTROL A. The CONTRACTOR shall maintain traffic and protect the public from all damage to persons and property within the Contract Limits, in accordance with all applicable state, local, and city regulations. The CONTRACTOR shall conduct its operations so as to maintain and protect access, for vehicular and pedestrian traffic, to and from all properties and business establishments and joining or adjacent to those streets affected by its operations, and to subject the public to a minimum of delay and inconvenience. Suitable signs, barricades, railing, etc., shall be erected and the Work outlined by adequate lighting at night. Danger lights shall be provided as required. Watchmen and flagmen shall be provided as may be necessary for the protection of traffic. B. All dirt or debris spilled from the CONTRACTOR's trucks on existing pavements shall be removed by the CONTRACTOR immediately. 1.06 SECURITY A. The CONTRACTOR shall employ watchmen and security guards to protect the job site against vandalism, burglary, theft, trespassing, etc. The CONTRACTOR shall care for and protect against loss or damage of all material to be incorporated in the construction for the duration of the project and shall repair or replace damaged or lost materials and damage to U: US03B01 ft 112-22-03 01550-2 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac SECTION 01550 - SITE ACCESS AND STORAGE ART 1 —gFNERAL 1:01 HIGHWAY LIMITATIONS A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the Work. It shall be the CONTRACTOR's responsibility to construct and maintain any haul roads required for, Its construction operations. 1.02 TEMPORARY CROSSINGS A. Gen : Wherever necessary. or required for the convenience of the public or individual residents at street or highway crossings, private driveways, or elsewhere, the CONTRACTOR shall provide suitable temporary bridges over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges, which written consent shall be delivered to the ENGINEER prior to excavation. All such bridges shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the CONTRACTOR shall adopt designs furnished by said authority for such bridges, or shall submit designs to -said authority-forapproval, as may be required. B. Street UaL Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public street, alleyway, or parking area during the performance of the Work hereunder, and it shall so conduct its operations,atnot4o interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleys, ways, or parking areas. No street shall be closed to the public without first obtaining permission of the ENGINEER and proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise provided or shown. Toe boards shall be provided to retain excavated material if required by the ENGINEER or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the Work shall be kept accessible to fire -fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, sewer inlets, and other drainage facilities. C. Traffic CgntrqL For the protection of traffic in public or private streets and ways, the CONTRACTOR shall provide, place, and maintain all necessary barricades, traffic cones, warning signs, lights, and other safety devices in accordance with the requirements of the "Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1). The CONTRACTOR shall take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards orfiaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and U:US03801ft /12-22-03 01550-1 pump Station 7, 7A & 10 Rehabilitation city of Tamarac B. The CONTRACTOR shall provide on -site dump containers for collection of waste materials, debris and rubbish, and he shall wet down dry materials to lay down and prevent blowing dust. C. At reasonable intervals during the progress of the demolition and removal work or as directed by the ENGINEER, the CONTRACTOR shall clean the site and properties, and dispose of waste materials, debris and rubbish. - END OF SECTION - U. US038019dk /12-22-03 01 A-4 Pump Station 7. 7A A 10 Rehabilitation City of Tamarac 3.03 WORKMANSHIP A. The demolition and removal work shall be performed as described in the Contract Documents. The work required shall be done with care, and shall include all required shoring, bracing, etc. The CONTRACTOR shall be responsible for any damage which may be caused by demolition and removal work to any part or parts of existing structures or items designated for reuse or to remain. The CONTRACTOR shall perform patching, restoration and new work in accordance with applicable Technical Sections of the Specifications and in accordance with the details shown on the Drawings. Prior to starting of work, the CONTRACTOR shall provide a detailed description of methods and equipment to be used for each operation and the sequence thereof for review by the ENGINEER. B. All supports, pedestals and anchors shall be removed with the equipment and piping unless otherwise specified or required. Walt sleeves and castings shall be plugged or blanked off, all openings in concrete shall be closed in a manner meeting the requirements of the appropriate Sections of these Specifications, as shown on the Drawings, and as directed and approved by the ENGINEER. C. Materials or items designated to remain the property of the CITY shall be as hereinafter tabulated. Such items shall be removed with care and stored at a location at the site to be designated by the CITY. D. Where equipment is shown or specified to be removed and relocated, the CONTRACTOR shall not proceed with removal of this equipment without specific prior approval of the ENGINEER. Upon approval, and prior to commencing removal operations, the equipment shall be operated in the presence of representatives of the CONTRACTOR, CITY and ENGINEER. Such items shall be removed with care, under the supervision of the trade responsible for reinstallation and protected and stored until required. Material or items damaged during removal shall be replaced ,with similar new material or item. Any equipment that is removed without proper authorization and Is required for pump station operation shall be replaced at no cost to the CITY. E. Materials or items demolished and not designated to become the property of the CITY or to be reinstalled shall become the property of the CONTRACTOR and shall be removed from the property and legally disposed of. F. The CONTRACTOR shall execute the work in a careful and orderly manner, with the least possible disturbance to the public and surrounding area. G. 'The CONTRACTOR shall remove temporary work, such as enclosures, signs, guards, and the like when such temporary work is no longer required or when directed at the completion of the work. 3.04 MAINTENANCE A. The CONTRACTOR shall maintain the structures and public properties free from accumulations of waste, debris and. rubbish, caused by the demolition and removal operations. U:USWBOIfik/12-22-03 019-3 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac pressure switches, instrumentation such as flow, level and/or other meters, wiring, and similar power equipments prior to removal. Any electric panels or equipment which are to be retained shall be relocated or isolated by the Electrical Contractor (Subcontractor) specifically, prior to the removal of the equipment specified herein. C. The CONTRACTOR shall proceed with the removal of the equipment, piping and appurtenances in a sequence designed to maintain the pump station in continuous operation. D. Any equipment piping and appurtenances removed without proper authorization, which are necessary for the operation of the existing facilities shall be replaced to the satisfaction of the ENGINEER at no cost to the CITY. E. Excavation caused by demolitions shall be backfilled with fill free from rubbish and debris. 3.02 PROTECTION A. Demolition and removal work shall be performed by competent experienced workmen for the various type of demolition and removal work and shall be carried out through to completion with due regard to the safety of CITY employees, workmen on -site and the public. The work shall be performed with as little nuisance as possible. B. The work shall comply with the applicable provisions and recommendation of ANSI A10.2, Safety Code for Building Construction, OSHA requirements and all governing codes, and as hereinafter specified. C. The CONTRACTOR shall make such investigations, explorations and probes as are necessary to ascertain any required protective measures before proceeding with demolition and removal. The CONTRACTOR shall give particular attention to shoring and bracing requirements so as to prevent any damage to new or existing construction. D. The CONTRACTOR shall provide, erect, and maintain lights, barriers, weather protection, warning signs and other items as required for proper protection of the public and workmen engaged in demolition operations. E. The CONTRACTOR shall provide and maintain temporary protection of the existing structure designated to remain where demolition, removal and new work is being done, connections made, materials handled or equipment moved. F. The CONTRACTOR shall take necessary precautions to prevent dust from rising by wetting demolished concrete and similar debris. G. The CONTRACTOR shall provide adequate fire protection in accordance with local Fire Department requirements. H. The CONTRACTOR shall be responsible for any damage to the existing structure or contents by reason of the insufficiency. of protection provided. U:USM016dc112-22-03 014-2 Pump 5tabon 7, 7A 6 10RehaWfladon City of Tamarac SECTION 01540 - DEMOLITION AND REMOVAL OF EXISTING STRUCTURES AND EQUIPMENT PART 1 -GENERAL 1.01 THE REQUIREMENT A. This Section covers the demolition, removal, and disposal of existing structures, pavement, curbs, and sidewalk and any existing equipment including electrical and piping not required for the operation of the rehabilitated pump station as indicated on the Drawings and as specified hereinafter. The CONTRACTOR shall furnish all labor, materials and equipment to demolish structures and to remove fixtures, anchors, supports, piping and accessories designated to be removed on the Drawings. 1.02 TITLE TO EQUIPMENT AND MATERIALS A. CONTRACTOR shall have no right or title to any of the equipment, materials or other items to be removed from the existing structures unless and until said equipment, materials and other items have been removed from the premises. The CONTRACTOR shall not sell or assign, or attempt to sell or assign any interest in the said equipment, materials or other Items until the said equipment, materials or other Items have been removed. B. CONTRACTOR shall have no claim against the CITY because of the absence of such fixtures and materials. 1.03 CONDITION OF STRUCTURES AND EQUIPMENT A. The CITY does not assume responsibility for the actual condition of structures and equipment to be demolished and removed. B. Conditions existing at the time of inspection for bidding purposes will be maintained by the CITY so far as practicable. C. The information regarding the existing structures and equipment shown on the Drawings is based on visual inspection and a walk-through survey only. Neither the ENGINEER nor the CITY will be responsible for interpretations or conclusions drawn therefrom by the CONTRACTOR. PART 2 -- PRODUCTS (NOT USED) RT 3 -- EXECION 3.01 DEMOLITION AND REMOVALS A. The removal of all equipment and piping, and all materials from the demolition of buildings and structure shall, when released by the CITY and ENGINEER, shall be done by the CONTRACTOR and shall become the CONTRACTOR's property, unless otherwise noted, for disposition in any manner not contrary to the Contract requirements and shall be removed from the site to the CONTRACTOR's own place of disposal. B. The Electrical Contractor (Subcontractor) specifically, shall de -energize all panelboards, lighting fixtures, switches, circuit breakers, electrical conduits, motors, limit switches, UNS03901& /12-22-03 010-1 Pump Statlon 7, 7A & 10 Rehabilitation City of Tamaarac for climbing live trees. All cuts over 1 1/2 inches in diameter shall be coated with an asphaltic emulsion material. Note: Prior to any tree trimming the CONTRACTOR shall obtain permission from the City in writing. C. 8—e2lAom2ot The CONTRACTOR shall immediately notify the CITY if any tree is damaged by the CONTRACTOR's operations. If, in the opinion of the CITY, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the CONTRACTOR shall pay to the CITY of said tree compensatory payment acceptable to the tree owner, subject to the approval by the CITY. 1.07 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; the CONTRACTOR shall notify the respective authorities representing the owners or agencies responsible for such facilities not less than 3 days nor more than 7 days prior to excavation so that a representative of said owners or agencies can be present during such Work if they so desire. PART 2 - PRQDIJCTS (Not Used) PART 3 - MECUTION (Not Used) - END OF SECTION - U. US0380190dc 112-22-03 0150-5 Pump Station 7, 7A u 10 RehoWltation City of Tamarac are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired by the CONTRACTOR. F. Existing 'WiM22 Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing plans; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the CONTRACTOR only, and no responsibility is assumed by either the CITY or the ENGINEER for their accuracy or completeness. No request for additional compensation or Contract time resulting from encountering utilities not shown will be considered. The CONTRACTOR shall explore sufficiently ahead of the Work to allow time for any necessary adjustments. G. BparovaLQf Repairs: All repairs to a damaged improvement are subject to inspection and approval by an authorized representative of the improvement owner before being concealed by backfill or other Work. H. Field elocation: During the process of construction, it is expected that minor relocations of the work may be necessary. Such relocations shall be made only by the direction of the ENGINEER at the CONTRACTOR's expense. If existing structures are encountered that will prevent construction. as shown, notify the .ENGINEER before continuing with the work in order that the ENGINEER may make such field revisions as necessary to avoid conflict with the existing structures. If the CONTRACTOR fails to notify the ENGINEER when an existing structure is encountered, and shall proceed with the work despite this interference, the CONTRACTOR does so at his own risk. Maint nino in Service:_ All power, and telephone or other communication cable ducts, gas and water mains, Irrigation lines, sewer -lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the ENGINEER are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 1.06 TREES WITHIN STREET RIGHTS -OF -WAY AND PROJECT LIMITS A. ,Gen[1: The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights -of -way and project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or CITY. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the CITY and to the satisfaction of the CITY. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. B. Trimmim Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to trunk or large branch. Spikes shall not be used U.US0380190dc /12-22-03 0180-4 Pump Station 7, 7A & 10 Rohabitit anon City of Tamarac C. PerMn!lnt ELourfadna In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw out back and trim the edge so as to provide a dean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement. D. Rostoration at Sidew I r Pdvat2 Drivewayl: Wherever sidewalks or private roads have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks or roadways promptly after backfilling to the satisfaction of the Engineer and the CITY, and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times Is so fixed, the CONTRACTOR shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. 1.05 EXISTING UTILITIES AND IMPROVEMENTS A. G2ngPI: The CONTRACTOR shall protect all underground utilities and other improvements which may be impaired during construction operations. It shall be the CONTRACTOR's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see ,,.that such utilities or other improvements are adequately protected from damage due to such operations. The CONTRACTOR shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide :'..such special protection as may be necessary. 113:1- tilities to be Move • In case it shall be necessary to move the property of any public -utility or franchise holder, such utility company or franchise holder will, upon request of the CONTRACTOR, be notified by the CITY to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the CONTRACTORshallnotify the ENGINEER a sufficient time in advance for the necessary measures to be taken to prevent interruption of service. C. Where the proper completion of the Work requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is shown, the CONTRACTOR shall remove and, without unnecessary delay, temporarily replace or relocate such utility or improvement in a manner satisfactory to the ENGINEER and the owner of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. D. Chit 's Right f Acce : The right is reserved to the CITY and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract. E. nder r and Utildifis Sho n or Ind ted: Existing utility lines that are shown or the locations of which are made known to the CONTRACTOR prior to excavation and that U: US0380180dc 112-22-03 0180-3 Pump Station 7, 7A & 10 RehabllltaVon City of Tamarac 1.02 RIGHTS -OF -WAY A. The CONTRACTOR shall not do any Work that would affect any gas, sewer, or water pipeline; any telephone, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights -of -way involved until notified by the ENGINEER that the CITY has secured authority therefor from the proper party. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin Work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such pipeline; transmission line, ditch, fence, or structure, and for replacing same. When 2 or more contracts are being executed at one time on the some or adjacent land in such manner that Work on one contract may interfere with that of another, the CITY shall determine the sequence and order of the Work. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the CITY to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the Work or the use of territory shall be made the basis of any claim for delay or damage. 1.03 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the°construction operations have been properly referenced for easy and accurate restoration. It shall be the CONTRACTOR's responsibility to notify the proper representatives, of the CITY2 of the time and location that Work will be done. Such notification shall be sufficiently in advance of construction so that there will be no delay due ,.to.°,waiting. fors survey points,- to :be -;satisfactorily .referenced for restoration. All survey markers or points disturbed by the CONTRACTOR without proper authorization by the ENGINEER, will be accurately restored by the CITY at the CONTRACTOR's expense after all street or roadway resurfacing has been completed. 1.04 RESTORATION OF PAVEMENT A. GeQ�ral�. All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. All pavements which are subject to partial removal shall be neatly saw -cut in straight lines. B. Temporary ResurfagW& As required by the contract documents, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing until proceeding with the final restoration improvements. U.,US0390190dc /12-22-03 0180-2 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac SECTION 01530 - PROTECTION OF EXISTING FACILITIES goas 1.01 THE REQUIREMENT A. CONTRACTOR shall be responsible for the preservation and protection of property adjacent to the work site against damage or injury as a result of his operations under this Contract. Any damage or injury occurring on account of any act, omission or neglect on the part of the CONTRACTOR shall be restored in a proper and satisfactory manner or replaced by and at the expense of the CONTRACTOR to an equal or superior condition than previously existed. B. CONTRACTOR shall comply promptly with such safety regulations as may be prescribed by the CITY or the local authorities having jurisdiction and shall, when so directed, properly correct any unsafe conditions created by, or unsafe practices on the part of, his employees. In the event of the CONTRACTOR's failure to comply, the CITY may take the necessary measures to correct the conditions or practices complained of, and all costs thereof will be deducted from any monies due the CONTRACTOR. Failure of the Engineer to direct the correction of unsafe conditions or practices shall not relieve the CONTRACTOR of his responsibility hereunder. iC. In the event of any claims for damage or alleged damage to property as a result of work under this Contract, the CONTRACTOR shall be responsible for all costs in connection with the settlement of or defense against such claims. Prior to commencement of work in the vicinity of property adjacent to the work site, the CONTRACTOR, at its own = expense, shall take such surveys as may be necessary to establish the existing condition of the property. Before final payment can be made, the CONTRACTOR shall furnish satisfactory evidence that all claims for damage have been legally settled or sufficient funds to cover such claims have been placed in escrow, or that an adequate bond to cover such claims has been obtained. 1.02 WORK INCLUDED A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the Work. All such exploratory excavations shall be performed as soon as practicable after award of Contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's Work. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the ENGINEER. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. U. US03801 S0dc 112-22-03 0180-1 pump Station 7, 7A & 10 Rehabilltatlon Clty of Tamarac C. All temporary piping, valves, hoses, equipment, and other items required for handling the water shall be furnished by the CONTRACTOR. Under no circumstances shall the CONTRACTOR utilize a water source until such source has been approved for use by the ENGINEER. D. Cars shall be exercised in the use of water and provision shall be made to protect the water supply from contamination and indiscriminate use by unauthorized persons. Ig CQNTRACTQR shall Ml2 only ble w E. PgJ@ble Wjl2r,• All drinking water on the site during construction shall be furnished by the CONTRACTOR and shall be bottled water or water furnished in suitable dispensers. F. Removal.W r : Before final acceptance of the Work on the project, all temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the ENGINEER and to the CITY. 1.04 TEMPORARY SANITARY SERVICE A. Sanitary conveniences, insufficient numbers, for the use of all persons employed on the work and properly screened from public observation, shall be provided and maintained at suitable locations by the CONTRACTOR, all as prescribed by State Labor Regulations and local ordinances. The contents of same shall be removed and disposed of , in a manner consistent with local and state regulations, as the occasion requires. Each tract hall IV- 2[2hiDR the co Mmittingui on or gbout ft Wds. The CONTRACTOR shall secure all sanitary facilities from unauthorized entrance during non- working hours. Sanitary facilities shall be removed from the site when no longer. required. 1.05 TEMPORARY VENTILATION A. The CONTRACTOR shall provide and maintain adequate ventilation for a safe working environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of dust, gases or vapors. 1.06 COMMUNICATIONS A. Telephone Serviggs:_ The CONTRACTOR shall provide and maintain at all times during the progress of the Work not less than one telephone in good working order, at or near the site of the Work. FART-2 - PRODUCTS (Not Used) PART 3 -- EXECUTION (Not Used) - END OF SECTION - U. U503SO1&Odc /12-22=03 01 &0-2 Pump Station T, 7A & 10 Rehabilitation City of remarac SECTION 01510 - TEMPORARY UTILITIES PART 1 �GENEM 1.01 WORK INCLUDED A- It shall be the CONTRACTOR's responsibility to provide equipment that is adequate for the performance of the Work under this Contract within the time specified. The existing force main shall be kept in satisfactory operating condition, shall be capable of safely transmitting flow from the pump station. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. B. The CONTRACTOR shall provide for utilities and services for its own operations, as noted below. The CONTRACTOR shall furnish, install and maintain all temporary utilities during the contract period Including removal upon completion of the Work. 1.02 POWER AND LIGHTING A. Under no circumstance shall the CITY provide temporary power. The CONTRACTOR shall coordinate and obtain a power source for temporary power from Florida Power and Light TPL), if he deems necessary. B. ;- t ion L' h i : All Work conducted at night or under conditions of deficient daylight ,:.shall be suitably lighted to insure proper Work and to afford adequate facilities for inspection and safe working conditions. Temporary lighting shall be maintained during nonworking .periods if the area is subject to access by the public. C. -Q2girical Co nections: All temporary connections for electricity shall be subject to review by the ENGINEER and the power company representative, and shall be removed in like manner at the CONTRACTOR's expense prior to final acceptance of the Work. D. nstru ion Wirin • All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. E. All costs in connection with the temporary services including, but not limited to, installation, utility company service charges, maintenance, relocation and removal shall be borne by the CONTRACTOR at no additional cost to the CITY. 1.03 WATER SUPPLY A. The CITY shall not furnish water for general construction purposes for this Project. All water used must be metered through a City of Tamarac meter. Failure of the CONTRACTOR to meter the water, or providing others with water, could result in his being fined and/or a citation being issued against him. B. The CONTRACTOR can obtain the meter through proper application and payment of deposit fee at the City of Tamarac Utilities office. The deposit fee will be refunded to the CONTRACTOR upon return of the meter in a sound satisfactory condition. U: US0380150dc /12-22-03 0150-1 Bump Station r 7A & 10 RehaNtation City of Tamarac A. QL013a snd Patching_ The CONTRACTOR shall perform all cutting and patching of the Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and shall only cut or alter work with the written consent of the ENGINEER and of the other contractors whose work will be affected. B. SlgMs and Ogeniagsi The CONTRACTOR shall provide all openings, chases, etc., to lit its own work and that of any other subcontractors and contractors. All such openings or chases shown on the Contract Drawings, or reasonably implied thereby, or as confirmed or modified by acceptable shop, setting or erecting drawings, shall be provided by the CONTRACTOR. C. Where pipes or conduits are to pass through slabs orwalls, or where equipment frames or supports are to be installed as integral part of an opening, the sleeves, openings, forms or frames shall be furnished by the installer of the pipes, conduits or equipment, but shall be placed by the CONTRACTOR. Where hanger inserts, anchor bolts and similar items are to be embedded in concrete as an integral part of a slab or wall, they shall be furnished by the installer of the pipe or other equipment requiring the hanger, etc, but shall be placed by the CONTRACTOR. D. Any cost resulting from correction of defective, ill-timed, or mis-located work or for subsequent work which becomes necessary because of omitted openings, chases, sleeves, frames, Inserts, etc., shall be bome by the CONTRACTOR or subcontractor responsible therefor. The CONTRACTOR shall not arbitrarily cut, drill, alter, damage, or otherwise endanger the work of another contractor. In no case shall beams, lintels, orother structural members be cut without the proper authorization of the ENGINEER. The nature and extent of any corrective or additional work shall be subject to the acceptance of the .ENGINEER following consultation with the affected parties. E. Weather nditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shall take necessary precautions to protect all work, materials and equipment from exposure. F. Fire Protection: The CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the Work, including its own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. PART 2 — PRODUCTS (Not Used) EM 3 — E TION (Not Used) - END OF SECTION - 01400-3 Pump Station 7, 7A & 10 Rehabilitation U.US03801400.doc /12-22.03 My of Tamarac 1.04 INSPECTION AND TESTING A. The CITY will employ and pay for the services of an independent testing laboratory for specified testing as specified by the ENGINEER. B. The work or actions of the testing laboratory shall in no way relieve the CONTRACTOR of his obligations under the Contract. The laboratory testing work will include such inspections and testing required by the Contract Documents, existing laws, codes, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract Documents, nor perform, accept or approve any of the CONTRACTOR's Work. C. The CONTRACTOR shall allow the ENGINEER ample time and opportunity for inspection and testing materials and equipment to be used in the Work. The CONTRACTOR shall advise the ENGINEER promptly upon placing orders for materials and equipment so that arrangements may be made, if desired, for inspection before shipment from the place of manufacture. The CONTRACTOR shall at all times furnish the ENGINEER and his representatives, facilities including labor, and allow proper time for inspecting and testing materials, equipment, and workmanship. The CONTRACTOR must anticipate that possible delays may occur in the execution of its work due to the necessity of materials and equipment being inspected and accepted for use. The CONTRACTOR shall furnish, at his own expense, all samples of materials required by the ENGINEER for testing, and shall make his own arrangements for providing water, electric power, or fuel for the various inspections and tests of 'structures and equipment. D. The CITY will bear the cost of all tests, inspections, or investigations undertaken by the order of the ENGINEER for the purpose of determining conformance with the Contract tDocuments if such tests, inspections, or investigations are not specifically required by the -. -Contract Documents, and if conformance is ascertained thereby. Whenever -monconformance is determined by the ENGINEER as a result of such tests, inspections, or investigations, the CONTRACTOR shall bear the full cost of any additional tests and investigations, which are ordered by the ENGINEER to ascertain subsequent conformance with the Contract Documents. All retesting shall be performed by the same testing laboratory which tested the failed sample. 1.05 RIGHT OF REJECTION A. The ENGINEER, acting for the CITY, shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fall to meet the requirements of the Contract Documents, regardless of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the Work at the site. If the ENGINEER or its representative, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the ENGINEER for the CITY. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the CONTRACTOR. 1.06 OTHER CONSTRUCTION CONSIDERATIONS 01400-2 Pump Station 7, 7A & 10 Rehabflitatton U:U503801400.dx /12-2p-03 City of Tamarac SECTION 01400 - QUALITY CONTROL E6&I 1 -- GENERAL 1.01 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise specified, all products, materials, and time and equipment shall be subject to inspection by the ENGINEER at the place of manufacture. E. The presence of the ENGINEER at the place of manufacture however, shall not relieve the CONTRACTOR of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the ENGINEER. 1.02 SAMPLING AND TESTING A. Unless otherwise specified, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the CITY reserves the right to use any generally -accepted system of sampling and testing which, in the opinion of the ENGINEER will insure the CITY that the quality of the workmanship is in full accord with the Contract Documents. B. Any waiver by the CITY of any specific testing or other quality assurance measures, whether or not such waiver Is accompanied by a guarantee of substantial performance as a relief from the specified testing or other 'quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial -Work shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the ENGINEER reserves the right to make independent investigations and tests and failure of any portion of the Work to meet any of the requirements of the Contract Documents, shall be reasonable cause for the ENGINEER to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.03 SITE INVESTIGATION AND CONTROL A. The CONTRACTOR shall verify all dimensions in, the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement. B. The CONTRACTOR shall inspect related and appurtenant Work and shall report in writing to the ENGINEER any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR within the scope of the Project. 01400-1 Pump Station 7, 7A & 10 Rehabr1itsdon U. US03B01400. doc /12-22-03 City of Tamarac SECTION 01380 - CONSTRUCTION PHOTOGRAPHS PART --GENERAL 1.01 DESCRIPTION OF WORK A. The CONTRACTOR shall take and submit construction photographs. Photographs shall be clean, sharp and clearly show details. Out -of -focus photographs will not be acceptable. 1.02 PHOTOGRAPHY REQUIRED/DELIVERY OF PRINTS A. The CONTRACTOR shall submit one print and the negative of each construction photograph as follows: 1. Within fourteen (14) days of receiving Notice to Proceed and within the first ten (10) days of each month. 2. Enclose each print in a clear mylar protector punched to fit a standard three ring binder. 3. Number photographs in ''sequence beginning with the numeral one. Prints shall be standard commercial quality, black and white, 31/ inches by 5 inches, single weight glossy paper. Each print shall have the following information stamped or typed on the back: CITY OF TAMARAC Contract No. Contractor: Photograph No. Date: Time: Description: C. A minimum of six (6) photographs shall be taken prior to construction and each day until completion of the work. D. The CONTRACTOR shall take pre -construction photographs of the entire site of the project after receiving the Notice to Proceed and prior to disturbing the site in any manner. The CONTRACTOR shall coordinate with the Engineer. PART 2 - PRODUCTS - (Not Used) PART 3 - MECUTION 3.01 GENERAL A. For all photographs, the CONTRACTOR shall coordinate with the Engineer as to the actual number and location of views to be photographed and the day and time of photographing. - END OF SECTION - C'Spec 013&k4) i0-01 0136-1 Pump Station 7, 7a and 10 RehablNtadon Clry of Tamarac location of all buried utilities that differ from the locations indicated, or which were not Indicated on the drawings. Said record drawings shall be supplemented by detailed sketches as necessary or directed to indicate, fully, the Work as actually constructed. These master record drawings of the Contractor's representation of as -built conditions, including all revisions made necessary by addenda and change orders shall be maintained up-to-date during the progress of the Work. B. The record drawings shall be accessible to the Engineer for review at all times during the construction period. Updated copies of the record drawings shall be submitted with the Contractor's monthly progress estimates. Failure to maintain the record drawings up-to- date shall be grounds of withholding monthly progress payments until such time as the record drawings are brought up-to-date. C. Upon Substantial Completion of the Work, and prior to final acceptance, the Contractor shall finalize and deliver a complete set of record drawings to the Engineer for transmittal to the Owner, conforming to the construction records of the Contractor. This set of drawings shall consist of corrected drawings showing the reported location of the Work. The information submitted by the Contractor and incorporated In the Record Drawings shall be accurate and complete. D. Qgdfied Record- Draw- inps: The Contractor shall submit Record Drawings certified by a land surveyor registered in the State of Florida. The record drawings shall show the exact location of all structures and all mains constructed by the Contractor within the right -of --way or easement. The drawings shah indicate the size and pipe material, all top pipe elevations, and exact dimensions and locations of all fittings and valves. PART 2 -- PRODUCTS (Not Used) PART 3 -- EXECUTION (Not Used) - END OF SECTION - U.US03B01300dc M2-22-03 01300-9 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac C. Such Instructions and parts lists shall be annotated to indicate only the specific equipment furnished. References to other sizes and types or models of similar equipment shall be deleted or neatly lined out. The Contractor shall include in the O&M Manual for each item of mechanical, electrical, and Instrumentation equipment the following: 1. Complete operating instructions, including location of controls, special tools or other equipment required, related instrumentation, and other equipment needed for operation. 2. Lubrication schedules, including the lubricant SAE grade and type, temperature range of lubricants, and including frequency of required lubrication. 3. Preventive maintenance procedures and schedules. 4. Parts lists, by generic title and identification number, complete, with exploded views of each assembly. 5. Disassembly and reassembly instructions. S. Name and location of nearest supplier and spare parts warehouse. 7. Recommended troubleshooting and start-up procedures. 8. Reproducible prints of the record drawings, including diagrams and schematics, as required under the electrical and instrumentation portions of these Specifications. Tabulation of proper settings for all pressure relief valves, (low/high) pressure switches and other related equipment protection devices. 10. Detailed test procedures to determine performance efficiency of equipment. 11. List of all electrical relay settings including alarm and contact settings. 12. Copy of vibration analysis report. 13. Copy of performance test report on pumps. 14. Copy of short circuit survey. 15. Copy of certified pump curves. 1.10 RECORD DRAWINGS A. The Contractor shall keep and maintain, at the job site, one set of approved Contract Drawings and one record set of drawings. The record drawings shall show all project conditions, locations, configurations, and any other changes or deviations which may vary from the details represented on the original Contract Drawings, including buried or concealed construction and utility features which are revealed during the course of construction. Special attention shall be given to recording the horizontal and vertical U.US03601300dc112.22-03 01300.8 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac P. Shoo Drewina Distribution: The CONTRACTOR shall submit a minimum of 6 copies of all shop drawings to the ENGINEER for review. Shop drawings will be reviewed, stamped and distributed with the appropriate box checked either "FURNISH AS SUBMITTED", "FURNISH AS CORRECTED" or "REVISE AND RESUBMIT'. The distribution of processed shop drawings will be as follows: Drawings Marked "FURNISH AS SUBMITTED" or "FURNISH AS CORRECTED" 2 copies returned to the CONTRACTOR 1 copy transmitted to the CITY 1 copy remain at the ENGINEER's office 2. Drawings Marked "REVISE AND RESUBMIT" 2 copies returned to the CONTRACTOR 1 copy remain at the ENGINEER's office 1 copy will be discarded Q. If the CONTRACTOR requires additional copies of returned shop drawings, he shall include extra Drawings in his original submittal. The ENGINEER will process the Drawings and return them to the CONTRACTOR. 1.07 WARRANTIES A. Warranties called for in the Contract Documents shall be originals and submitted to the CITY through the ENGINEER. When warranties are required they shall be submitted prior to request for payment. B. When advance copies of warranties are requested, theyr:shall -be, submitted with, and considered as shop drawings. 1.08 CERTIFICATES A. Two copies of certificates of compliance and test reports shall be submitted for requested items to the ENGINEER prior to request for payment. 1.09 OPERATION AND MAINTENANCE MANUALS A. General; The CONTRACTOR shall furnish and deliver to the ENGINEER six (6) complete Operation and Maintenance (O&M) Manuals for the substantial, complete systems including instructions, technical bulletins, and any other printed matter such as diagrams, prints or drawings, containing full information required for the proper operations, maintenance, and repair of all CONTRACTOR furnished piping and appurtenances. Each O&M Manual shall be bound together in appropriate three-ring binders. A detailed table of contents shall be provided for each Manual. B. When written instructions include shop drawings and other information previously reviewed by the ENGINEER, only those editions which were accepted by the ENGINEER, and which accurately depict the piping and appurtenances installed, shall be Incorporated in the O&M Manual. U: USM01300dc /12-22-03 01300-7 Pump Ste don 7, 7A & 10 RehabRaWn co of Tamarac K. TRA 's Revi : Only submittals, which have been checked and corrected, should be submitted to the CONTRACTOR by his subcontractors and vendors. Prior to submitting shop drawings to the ENGINEER, the CONTRACTOR shall check thoroughly all such Drawings to satisfy himself that the subject matter thereof conforms to the Drawings and Specifications in all respects. Drawings which are correct shall be marked with the date, checker's name and indications of the CONTRACTOR's approval, and then shall be submitted to the ENGINEER other Drawings submitted to the ENGINEER will be returned to the CONTRACTOR unreviewed. L. COIITRACTOR's Rest sirs bility: The ENGINEERS review of shop drawings will be general and shall not relieve the CONTRACTOR of the responsibility for details of design, dimensions, etc., necessary for proper fitting and construction of the Work required by the Contract and for achieving the specified performance. M. _CQNTRACTOR's Mgdificatigns: For submissions containing departures from the Contract Documents, the CONTRACTOR shall Include proper explanation in his letter of transmittal. Should the CONTRACTOR submit a review that requires modifications to the structures, piping, layout, etc. detailed on the Drawings, he shall also submit for review details of the proposed modifications. N. b . ions: Whenever a particular brand or make of material, equipment, or other item is specified, or is indicated on the Drawings, it is for the purpose of establishing a standard of ,,quality, design, and type desired and to supplement the detailed specifications. Any other brand or make which, in the opinion of the ENGINEER, is equivalent to that specified or ,indicated may be offered as a substitute subject to the following provisions: 1. CONTRACTOR shall submit for each proposed substitution sufficient details, complete descriptive literature, and performance data together with samples of the materials, where feasible, to enable the ENGINEER to determine if the proposed substitution is equal. 2. A list of installations where the proposed substitution is equal. 3. Where the acceptance of a substitution requires revision or redesign of any part of the Work, all such revision and redesign, and all new Drawings and details required therefore, shall be provided by the CONTRACTOR at his own cost and expense, and shall be subject to review of the ENGINEER. 4_ In all cases the ENGINEER shall be the sole judge as to whether a proposed substitution is to be accepted. The CONTRACTOR shall abide by the ENGINEER's decision when proposed substitute items are judged to be unacceptable and shall in such instances furnish the item, or substitute, as specified. No substitute items shall be used in the Work without written acceptance of the ENGINEER. 5. Acceptance of any proposed substitution shall in no way release the CONTRACTOR from any of the provisions of the Contract Documents. O. Oomalete Submittals: Each submittal shall be complete in all aspects incorporating all Information and data required evaluating the products' compliance with the Contract Documents. Partial or incomplete submissions shall be returned to the CONTRACTOR without review. UVS03901300dc 112-22-03 0130O-6 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac 1.06- SHOP DRAWINGS A. The CONTRACTOR shall submit for review shop drawings for all mechanical, electrical, structural and instrumentation items associated with this project. B. Shop drawings shall show the principal dimensions, weight, structural and operating features, type and/or brand of finish or shop coat, etc., depending on the subject of the Drawings. C. When so specified, or if considered by the ENGINEER to be acceptable, the manufacturer's specifications, catalog data, descriptive matter, illustrations, etc. may be submitted for review in place of shop drawings. In such case, the requirements shall be as specified for shop drawings, insofar as applicable. D. The CONTRACTOR shall be responsible for the prompt submittal of all shop drawings so that there shall be no delay to the Work due to the absence of such Drawings. The ENGINEER will review the shop drawings within 14 calendar days of receipt of such Drawings. Reviewed shop drawings will be returned to the CONTRACTOR by regular mail, posted no later than 14 days after receipt. E. Time delays caused .by rejection of submittals are not�cause for extra charges to the CITY or time extensions. F. 13eduirements: All shop drawings shall be submitted to the ENGINEER through the CONTRACTOR. The CONTRACTOR is responsible for obtaining shop drawings from his subcontractors and returning reviewed Drawings to them. All Drawings shall be clearly marked with the name of the project, CITY, CONTRACTOR, and Bid Package number. Drawings shall be suitably numbered and stamped by the CONTRACTOR. Each shipment of Drawings shall be accompanied by a letter of transmittal giving a list of the drawing numbers and the names mentioned above. G. du Data: Where manufacturer's publications in the form -of catalogs, brochures, Illustrations, or other data sheets are submitted in lieu of prepared shop drawings, such submission shall specifically indicate the particular item offered. Identification of such items and relative pertinent information shall be made with indelible ink. Submissions showing only general information will not be accepted. H. Product data shall include materials of construction, dimensions and piping, etc. Warranties: When warranties are called for, a sample of the warranty shall be submitted with the shop drawings. The sample warranty shall be the same form that will be used for the actual warranty. Actual warranties shall be originals and notarized. J. Wqd prigs to Review: No material or equipment shall be purchased, fabricated especially for this Contract, or delivered to the project site until the required shop drawings have been submitted, processed and marked either "FURNISH AS SUBMITTED!' or "FURNISH AS CORRECTED". All materials and Work involved in the construction shall be as represented by said Drawings. U.US03801300dc /12-22-03 01300-0 Pump Station 7, 7A & 10 Rehabllltatlon City of Tamarac O. Review and acceptance of the construction progress schedule, and related reports, by the ENGINEER is advisory only and shall not relieve the CONTRACTOR of the responsibility for accomplishing the work within the contract completion date. Omissions and errors in the construction progress schedule, and related reports shall not excuse performance less than that required by the Contract and in no way make the ENGINEER an insurer of the CONTRACTOR's success or liable for time or cost overruns flowing from any shortcomings in the construction progress schedule, and related reports. P. The CONTRACTOR shall present and discuss the proposed schedule at the preconstruction conference. Q. The construction progress schedule shall be based upon the precedence diagramming method of scheduling and shall be prepared in the form of a horizontal bar chart showing in detail the proposed sequence of the work and identifying all construction activities included but not limited to piping, all structures and related work specified herein to be performed under the Contract. The schedule shall be time scaled, identifying the first day of each week, with the estimated date of starting and completion of each stage of the work in order to complete the project within the contract time. The project critical path shall be clearly identified. R. The progress schedule shall be plotted on 11-inch by 17-inch paper and shall be revised ;;sand updated monthly, depicting progress through the last day of the current month and -. scheduled progress through completion. Three up to date copies of the schedule shall be ,.Isubmitted along with the application for monthly progress payments for the same period. 1.04 SCHEDULE OF PAYMENT ITEMS A..' The CONTRACTOR shall submit a Schedule of Payment Items for review within two weeks after receiving the Notice To Proceed. The schedule shall contain the installed value of the component parts of Work for the purpose of making progress payments during the construction period. B. The schedule shall be given in sufficient detail for the proper identification of Work accomplished. Each item shall include its proportional share of all costs including the CONTRACTOR's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract. C. The CONTRACTOR shall expand or modify the above schedule and materials listing as required by the ENGINEER's initial or subsequent reviews. 1.05 PROGRESS ESTIMATES A. Progress estimates shall be submitted in accordance with the General Conditions and shall be accompanied by the revised Construction Schedule. B. No payment will be made for materials stored on the project site. C. Updated copies of the Record Drawings shall be submitted with the Contractor's monthly progress estimate. Failure to maintain up-to-date Record Drawings shall be grounds for withholding monthly progress payments until such time as the Record Drawings are brought up to date. U.US03BO1300*112-22-03 013004 pump station 7, 7A R 10 Reha6118athn City of Tamarac H. Whenever it becomes apparent from the current construction progress schedule and associated reports that delays to the critical path have resulted and the contract completion date will not be met, or when so directed by the ENGINEER, the CONTRACTOR shall take some or all of the following actions at no additional cost to the CITY. They shall submit to the ENGINEER for approval, a written statement of the steps they intend to take to remove or arrest the delay to the critical path in the current construction progress schedule. The following corrective actions would be considered for approval: 1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. increase the number of"working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work. 3. Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule. I. If when so requested by the ENGINEER, the CONTRACTOR should fail to submit a written statement of the steps they intend to take or should fail to take such steps as reviewed and accepted in writing by the ENGINEER, the ENGINEER may direct the CONTRACTOR to increase the level of effort in manpower (trades), equipment -and work schedule (overtime, weekend and holiday work, etc.) to be employed by the CONTRACTOR in order to remove or arrest the delay to the critical path in the current construction ,progress.schedule, and the CONTRACTOR shall promptly provide such level of effort at no additional cost to the CITY. J. If the completion of any activity, whether or not critical, falls more than 100 percent behind Re previously scheduled and .accepted duration, the CONTRACTOR shall submit for approval a schedule -adjustment showing each ,such, activity ;divided into,two activities reflecting completed versus uncompleted work. K. Shop drawings, which are not approved on the first submittal, shall be immediately resubmitted. L. If the ENGINEER finds that the CONTRACTOR is entitled to any extension of the contract completion date, the ENGINEER's determination as to the total number of days extension shall be based upon the current construction progress schedule and on all data relevant to the extension. Such data shall be included in the next updating of the schedule and related items. Actual delays in activities which, according to the construction progress schedule, do not affect any contract completion date will not be the basis for a change therein. M. From time to time it may be necessary for the contract schedule of completion time to be adjusted by the CITY in accordance with the Contract Documents as may be applicable. Under such conditions, the ENGINEER will direct the CONTRACTOR to reschedule the work or contract completion time to reflect the changed conditions, and the CONTRACTOR shall revise the construction progress schedule and related items accordingly, at no additional cost to the CITY. N. CITY initiated changes that affect the critical path on the network diagram shall be the sole grounds for extending the completion dates. UVS03B01300* 112-22-03 01300.3 Pump Station 7, 7A & 10 RehabiNafion Co of Tamarac 2. Estimated Duration 3. Activity Description 4. Early Start Date (Calendar Dated) 5. Early Finish Date (Calendar Dated) 6. Latest Allowable Start Date (Calendar Dated) 7. Latest Allowable Finish Date (Calendar Dated) 8_ Status (whether critical) C. In addition, each construction progress schedule, network analysis and report shall be Prefaced with the following summary data: 1. Contract Name and Number 2. CONTRACTOR's Name 3. Contract Duration 4. Contract Schedule 5. The Effective or Starting Date of the Schedule (the date indicated in the Notice -to -Proceed) .D. The work day to calendar date correlation shall be based on an 8-hour day and 40-hour week with adequate allowance for holidays, adverse weather and all other special requirements of the work. Normal City hours are Monday through Friday 7:30am to 4:00 pm. E. If the CONTRACTOR desires to make changes in his method of operating which affect the construction progress schedule and related items, he shall notify the ENGINEER in writing stating what changes are proposed and the reason for the change. If the ENGINEER adepts these changes, in writing, the CONTRACTOR shall revise and submit, without additional cost to the CITY, all of the affected portions of the construction progress schedule, and associated reports. The construction progress schedule and related items shall be adjusted by the CONTRACTOR only after prior acceptance, in writing by the ENGINEER. Adjustments may consist of changing portions of the activity sequence, activity duration's, division of activities, or other adjustments as may be required. The addition of extraneous, nonworking activities and activities which add restraints to the construction progress schedule shall not be accepted. F. Except where earlier completions are specified, schedule dates which show completion of all work prior to the contract completion date shall, in no event, be the basis for claim for delay against the CITY by the CONTRACTOR. G. Construction progress schedules and related items which contain activities which extend beyond the contract completion date will not be accepted by the ENGINEER. U:US03B01300dolf2-22-03 01300-2 Pump Station 7, 7A & 10 Rehablotadon CHy of Tamarac SECTION 01300 - SUBMITTALS 1.01 THE REQUIREMENT A. This section specifies the means of all submittals. All submittals, whether their final destination is to the CITY, ENGINEER, or other representatives of the CITY, shall be directed through the ENGINEER. A general summary of the types of submittals and the number of copies required is as follows: Conies to ENGINEER Tvne of Submittal 2 Progress Schedule 2 Construction Schedule 2 Schedule of Payment Items Record Drawings 4 Shop Drawings 2 Certificates of Compliance 2 Warranties 2* Product Samples 6 O&M Manuals * Unless otherwise required in the specific Section where requested. 1.02 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the ENGINEER, clearly identifying the enclosed material and other pertinent information specified in other parts of this section. Identify variations from Contract Documents which may be detrimental to successful performance of the completed Work. B. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. C. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.03 CONSTRUCTION PROGRESS SCHEDULE A. The CONTRACTOR shall have the capability of preparing and utilizing computer -generated construction progress scheduling. B. Each computer -generated construction progress schedules and associated report shall include the following tabulations: a list of activities In numerical order, a list of activity precedence, schedules sequenced by Eatly Start Date and Late Start Date, Each schedule and report shall include the following minimum items. 1. Activity Numbers UWS03901300dc /12-22-03 01300-1 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac SECTION 01200 - PROJECT MEETINGS 1.01 PRECONSTRUCTION MEETING A. A preconstruction meeting will be held after Award of Contract, but prior to starting work at the site. B. Attendance: 1. Owner 2. Engineer 3. Contractor 4. Major subcontractors 5. Safety representative 6. Representatives of governmental or other regulatory agencies. C. Minimum Agenda: 1. Tentative construction schedule 2. Critical work sequencing 3. Designation of responsible personnel 4. Adequacy of distribution of Contract Documents 5. Submittal of Shop Drawings and samples 6. Procedures for maintaining record documents 7. Use of site and Owner's requirements 8. Major equipment deliveries and priorities 9. Safety and first aid procedures 10. Security procedures 11. Housekeeping procedures 12. Processing of Partial Payment Requests 13. General regard for community relations ART 2 -- P UCTS (NOT USED) PART 3 -- EXEC ION (NOT USED) - END OF SECTION - U.US03801200112.22-03 01200-1 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac referenced portions of those referenced codes, standards, and Specifications listed herein. G. References herein to "OSHA Regulations for Construction" shall mean Title_ 29, Part 6 Construction Safety and Hoafth RegulA112131,Code of Federal Regulations (OSHA), including all changes and amendments thereto. H. References herein to "OSHA Standards" shall mean Title Part 1910, Occupational gatety lind Health dards Code of Federal Regulations (OSHA), including all changes and amendments thereto. PART 2 -- PRODUCTS (Not Used) PART 3 -- EXECUTI_QN (Not used) -END OF SECTION- U.US038010Bd0/12-22-03 0100-2 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac SECTION 01090 - REFERENCE STANDARDS 1.01 WORK INCLUDED A. Mel of §2ctions and P : Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Armlicablq„ Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date of the opening of bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. $pecialists. Amignments: In certain instances, Specification text requires (or implies) that specific wort( is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the CONTRACTOR has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is :recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the CONTRACTOR. 1.02 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 all applicable codes. B. References herein to "Building Code" or SBC shall mean the South Florida Building Code, Dade County edition (SFBC). The latest edition of the code as approved and used by the local agency as of the date of the Notice to Proceed, as adopted by the agency having jurisdiction, shall apply to the Work herein, including all addenda, modifications, amendments, or other lawful changes thereto. C. In case of conflict between codes, reference standards, Drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the ENGINEER for clarification and directions prior to ordering or Providing any materials or labor. The CONTRACTOR shall follow the most stringent requirements. D. Applicable Standard Specifications: The CONTRACTOR shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the U: USM0109dc 112-22-03 010A-1 Pump Stedon 7, 7A & 10 Rehabilitadon City of Tamarac EIA Electronic Industries Association ETL Electrical Test Laboratories FDER Florida Department of Environmental Regulation FDOT Florida Department of Transportation FS Federal Specifications IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IPCE.A Insulated Power Cable Engineers Association ISA Instrument Society of America ISO International Organization for Standardization MBMA Metal Building Manufacturer's Association MTI Marine Testing Institute NAAM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers NBS National Bureau of Standards NEC National Electrical Code NEMA National Electrical Manufacturer's Association NFPA National Fire Protection Association NRCA National Roofing Contractors Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association SBC Standard Building Code SMACCNA Sheet Metal and Air Conditioning Contractors National Association SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction SFWMD South Florida Water Management'District Ul_ Underwriters Laboratories, Inc. PART 2 — PROD (Not Used) E6RT 3 — EXEC-QIION (Not Used) - END OF SECTION - U.US03B01070.doc /12-22-03 01070.2 Pump Station 7, 7A & 10 Rehabliltatlon City of ramarac SECTION 01070 - ABBREVIATIONS PART 1 -- GENEML 1.01 WORK INCLUDED A. Wherever in these specifications references are made to the standards, specifications, or other published data of the various national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these specifications, the following acronyms or abbreviations which may appear in these specifications shall have the meanings indicated herein. 1.02 ABBREVIATIONS AND ACRONYMS AAMA Architectural Aluminum Manufacturer's Association AASHTO American Association of the State Highway and Transportation Officials ACI American Concrete Institute ACPA American Concrete Pipe Association AFBMA Anti -Friction Bearing Manufacturers Association, Inc. AGMA American Gear Manufacturer's Association -AHGDA 'American Hot Dip Galvanizers Association Al The Asphalt Institute - AIA American Institute of Architects -AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association :ANSI American National Standards Institute, Inc. APA American Plywood Association API American Petroleum Institute APHA American Public Health Association APWA American Public Works Association ASA Acoustical Society of America ASAE American Society of Agriculture Engineers ASCEAmerican Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air -Conditioning Engineers ASLE American Society of Lubricating Engineers ASME American Society of Mechanical Engineers ASMM Architectural Sheet Metal Manual ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturer's Association CMA Concrete Masonry Association CRSI Concrete Reinforcing Steel Institute DERM Department of Environmental Resource Management DCPW Miami -Dade County Public Works DIPRA Ductile Iron Pipe Research Association U:US03801070.doc112-22-03 01070-1 Pump Slat/on 7, 7A & 10 Rehabilitation City of Tamarac SECTION 01040 - COORDINATION 1.01 THE REQUIREMENT A. The Contractor shall allow the CITY or his agents, and other project Contractors or their agents, to enter upon the work for the purpose of constructing, operating, maintaining, removing, repairing, altering, or replacing such pipes, sewers, conduits, manholes, wires, poles, or other structures and appliances which may be required to be installed at or in the work. The CONTRACTOR shall cooperate with all aforesaid parties and shall allow reasonable provisions for the prosecution of any other work by the Owner, or others, to be done in connection with his work, or in connection with normal use of the facilities. B. Each Contractor shall cooperate fully with the CITY, the ENGINEER, and all other Contractors employed on the work, to effect proper coordination and progress to complete the project on schedule and in proper sequence. Insofar as possible, decisions of all kinds required from the ENGINEER shall be anticipated by the Contractor to provide ample time for inspection, or the preparation of instructions. C. Each CONTRACTOR shall assume full responsibility, for.the correlation of all parts of his work with that of other Contractors. Each CONTRACTOR'S superintendent shall correlate all work with other Contractors in the laying out of work. Each Contractor shall lay out his own work in accordance with the drawings, Specifications, and instructions of latest issue and with due regard to the work of other Contractors. PART 2 _PRODUCTS — NOT USED PAR -- EXE UTION -- NOT USED - END OF SECTION - U.US03B01040.doc /12-22-03 01040-1 Pump SfaUon 7, 7R & 10 RehabiittaUon City of Tamarac work; for changes required to resolve any unforeseen conditions, revised regulations, operational changes, schedule, requirements, program interface, quantity adjustments, emergencies and other miscellaneous costs; all if ordered by the ENGINEER. Payment to the CONTRACTOR under this item will only be made for work ordered in writing by the CITY or ENGINEER. Any portion of this account remaining after all authorized payments have been made will be withheld from Contract payments, and will remain With the CITY. Because of the nature of the Allowance Account, they may or may not be used at the option of the CITY. Any overrun or under -run provisions contained within the Contract Documents shall not be applicable to this Item. Allowance Account funds may be used for any quantity adjustments for overruns or underruns in the unit items of the Contract Documents. Unused funds in the various bid items of the proposal may be transferred to the Allowance Account by the ENGINEER to be used as necessary. R. item No. 18: TOTAL BID AMOUNT Is the sum of item 5, Item 10, Item 15, Item 16 and Item 17, which constitute the complete costs for the Pump Station 7, 7A and 10 Rehabilitation project. 1.05 FINAL APPLICATION FOR PAYMENT -.-A.:...:; Prior to submitting final application, make acceptable delivery of required documents, and other requirements as specified in Section 01700, Contract Closeout. PART 2 — RRQDUCTS — NQT USED PART; 3 -- EXECUTION — NOT QSED - END OF SECTION - U-US03B01025.dbC 112-22-03 01025-5 Pump Station 7, 7A 6 10 Rahabliftation Clty of Tamarac Trench Safety Act (TSA); for all special shoring required for compliance with the TSA; dewatering; and all other appurtenant and miscellaneous items for the item. L. Item Hg, 12: The contract 'aggregate sum for Pump Station 10 Rehabilitation shall include all demolition, installation earth excavation, Trench Safety Act compliance, dewatering, sheeting and shoring, bedding material, backfill, protection of existing utilities, F.O.B. delivery at the site, precast concrete valve box and wet well slab, frames and covers, pumps, piping,, fittings, valves, wet well rehabilitation and coating, sodding, landscaping, instrumentation, electrical conduit and wiring, coordination with FPL, wet well coatings, painting, concrete, reinforcing, MOT, removal of existing pumps and control panels and delivery of such equipment to the City Utilities Department, clean-up, restoration and all other work not included in other items. The contract aggregate sum entered therefore in the proposal shall be full compensation for furnishing all labor, tools, construction, equipment, supervision, bonds, insurance, other miscellaneous costs, overhead and profit required for a complete, satisfactory and fully functional installation as shown on the drawings. M. Item NRJ3: For furnishing, operating, maintaining and removing a by-pass pumping system at Pump Station 10, will be paid for from the aggregate sum amount proposed by the CONTRACTOR for this purpose. Such amount represents the amount the CONTRACTOR feels is necessary to install, operate, maintain and remove an electrical powered by-pass pumping system, which includes providing a stand-by pump, with capacity equal to one of the new pumps, and a stand-by generator, with sufficient capacity to power the by-pass system, both on -site at all times the by-pass is active, during the process of upgrading the project. This includes all other labor, bonds, permits, fees, insurance, testing, startup of the station and a two (2) week operational test period, to ensure that -the pump .station improvement is satisfactory to the ENGINEER and the CITY. The CONTRACTOR. shall ,also perform this .work complete as specified. Payment includes mobilization, demobilization and removal of the system and any necessary repairs, including pavement restoration, to return the site to its condition prior to the by-pass operation. N. Item No. 14: The contract aggregate sum for installing an electrical control panel provided by CITY for Pump Station 10 as shown on the drawings and in accordance with the specifications. O. Item No. 15: For the sum of Items 11 through 14, which constitute the total cost of the Pump Station 10 Rehabilitation. P. item No. 16: In recognition of Contractor's indemnification obligations under Article 11 "Hold Harmless/indemnity Agreement" of the Supplemental General Conditions, the CITY will pay to the Contractor the specific consideration of one dollar. Payment of said specific consideration shall be made at the time of payment of the first progress estimate and the Contractor shall acknowledge payment of this consideration by letter to the CITY after receipt of the progress payment. Q. Item No. 17: Allowance Account, funds may be used for unforeseen conditions, construction, changes, for additional work or materials not covered by other Quotation Items and for quantity adjustments, if ordered „bv the CITY or ENGINEER. This account is for all labor, materials, equipment and services necessary for modification or extra work required to complete the project because of unforeseen .conditions, unforeseen conflicts between existing elements of work and the proposed U:US03801025 doc/12-22-03 0102&4 Pump Stawn i, 7A & 10 Rehabllltadan City of Tamarac E. Item- _No. 5: For the sum of Items 1 through 4, which constitute the total cost of the Pump Station 7 Rehabilitation. F. Item No. 6: Payment for field verification of the horizontal and vertical alignments, pipe material and diameter of existing tie-in force main at Pump Station 7A will be made at the contract aggregate sum entered therefor In the proposal, which sum shall be full compensation for furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, excavation; complying with the Trench Safety Act (TSA); for all special shoring required for compliance with the TSA; dewatering; and all other appurtenant and miscellaneous items for the item. G. Item No. 7: The contract aggregate sum for Pump Station 7A Rehabilitation shall include all demolition, installation earth excavation, Trench Safety Act compliance, dewatering, sheeting and shoring, bedding material, backfill, protection of existing utilities, F.O.B. delivery at the site, precast concrete valve box and wet well slab, frames and covers, pumps, piping, fittings, valves, wet well rehabilitation and coating, sodding, landscaping, instrumentation, electrical conduit and wiring, coordination with FPL, wet well coatings, painting, concrete, reinforcing, MOT, removal of existing pumps and control panels and delivery of such equipment to the City Utilities Department, dean -up, restoration and all other work not included in other items. The contract aggregate sum entered therefore in the proposal shall be full compensation for furnishing all labor, tools, construction, equipment, supervision, bonds, insurance, other miscellaneous costs, overhead and profit required for a complete, satisfactory and fully functional _. �ltstallation as shown on the drawings. H. Item No. 8: For furnishing, operating, maintaining and removing a by-pass pumping system at Pump Station 7A, will be paid for from the aggregate sum amount proposed -by, the CONTRACTOR for this purpose. Such amount represents the amount the - . ZQNTRACTOR feels is necessary to install, operate, maintain and remove an electrical powered by-pass pumping system, which includes providing a stand-by pump, with capacity equal to one of the new pumps, and a stand-by generator, with sufficient capacity to power the by-pass system, both on -site at all times the by-pass is active, during the process of upgrading the project. This includes all other labor, bonds, permits, fees, insurance, testing, startup of the station and a two (2) week operational test period, to ensure that the pump station improvement is satisfactory to the ENGINEER and the CITY. The CONTRACTOR shall also perform this work complete as specified. Payment includes mobilization, demobilization and removal of the system and any necessary repairs, including pavement restoration, to return the site to its condition prior to the by-pass operation. I. Item No. 9: The contract aggregate sum for installing an electrical control panel provided by the CITY for Pump Station 7A as shown on the drawings and in accordance with the specifications. J. Item o. 10: For the sum of Items 6 through 9, which constitute the total cost of the Pump Station 7A Rehabilitation. K. Item _Ng. 11: Payment for field verification of the horizontal and vertical alignments, pipe material and diameter of existing tie-in force main at Pump Station 10 will be made at the contract aggregate sum entered therefor in the proposal, which sum shall be full compensation for furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, excavation; complying with the U. US03B01025, doc /12-22-03 01025-3 Pump Stat/on 7, 7A & 10 Rehabllit tion CV of Tamarac 1.03 GENERAL A. The CITY will not provide any space or place to store materials for this Project. No payment will be made for stored materials. B. It is intended that all work required to complete this Contract will be included in the various bid items as described in the following paragraphs. 1.04 PAYMENT ITEMS A. Item o. 1: Payment for field verification of the horizontal and vertical alignments, pipe material and diameter of existing tie-in force main at Pump Station 7 will be made at the contract aggregate sum entered therefor in the proposal, which sum shall be full compensation for furnishing all labor, tools, equipment, construction, including but not limited to site preparation, protection of existing utilities, excavation; complying with the Trend Safety Act (TSA); for all special shoring required for compliance with the TSA; dewatering; and all other appurtenant and miscellaneous items for the item. B. Mm NoThe contract aggregate sum for Pump Station 7 Rehabilitation shall include all demolition, installation earth excavation; Trench Safety Act compliance, dewatering, sheeting and shoring, D.I.P. force main, fittings,.and.-valves; •bedding material, backfill, protection of existing utilities, F.O.B. delivery at the site, precast concrete valve box and wet well slab, frames and covers, pumps; °piping•,, fittings, : wet-, well rehabilitation and coating, sodding, landscaping, instrumentation, electrical conduit and wiring, coordination with FPL, wet well coatings, painting, concrete, reinforcing, MOT, removal of existing pumps andcontrolpanels and •deliveryof such equipment -to -the City Utilities Department, clean-up, restoration and all other work not included in other items. The contract aggregate sum entered therefore inthecproposalrshall�be,4ull-cornpensation for furnishing all labor, tools; construction, equipment, supervision, bonds, insurance, other miscellaneous costs, overhead and profit required for a complete, satisfactory and fully functional installation as shown on the drawings. C. 112m No. 3: For furnishing, operating, maintaining and removing a by-pass pumping system at Pump Station 7, will be paid for from the aggregate sum amount proposed by the CONTRACTOR for this purpose. Such amount represents the amount the CONTRACTOR feels is necessary to install, operate, maintain and remove an electrical powered by-pass pumping system, which includes providing a stand-by pump, with capacity equal to one of the new pumps, and a stand-by generator, with sufficient capacity to power the by-pass system, both on -site at all times the by-pass is active, during the process of upgrading the project. This includes all other labor, bonds, permits, fees, insurance, testing, startup of the station and a two (2) week operational test period, to ensure that the pump station Improvement is satisfactory to the ENGINEER and the CITY. The CONTRACTOR shall also perform this work complete as specified. Payment includes mobilization, demobilization and removal of the system and any necessary repairs, including pavement restoration, to return the site to its condition prior to the by-pass operation. D. Item No,_ 4: The contract aggregate sum for installing an electrical control panel provided by the CITY for Pump Station 7 as shown on the drawings and in accordance with the specifications. U:US03801025.doc 112-22-03 01025-2 Pump Station 7, 7A & 10 Rehabllltaflon City of Tamarac SECTION 01025 . MEASUREMENT AND PAYMENT PART 1-„GENERAL 1.01 SCOPE A. Payments to the Contractor shall be made on the basis of the Bid items as full and complete payment for furnishing all materials, labor, tools and equipment, and for performing all operations necessary to complete the work included in the Contract Documents. Such compensation shall also include payments for any loss or damages arising directly or indirectly from the work, or from any discrepancies between the actual quantities of work and those shown in the Contract Documents which may be encountered during the prosecution of the work until the final acceptance by the City. B. The prices stated in the Bid Include full compensation for overhead and profit, all costs and expenses for taxes, labor, equipment, furnishing and repairing small tools and ordinary equipment, mobilization, home office expenses, patent fees and royalties, bond, insurance, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the Contract Drawings and specified herein. In addition, the CONTRACTOR shall include the actual 'cost of social security taxes, unemployment insurance, worker's compensation, fringe benefits, inclusive of life and health insurance, union dues, pension, pension plans, vacations, and insurance and contractor's public liability and property damage insurance involved in the work based on the actual wages paid to such labor and all other general costs and profits, prorated to each item. C. The Contractor's attention is called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established in the Bid Form or this Section, the cost for that Work shall be included in some other applicable Bid Item, so that the Bid for the project reflects the total price for completing the work in its entirety. D. It is the intent of the CITY to obtain a complete and working installation, and any items of labor, equipment or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the Plans or stated herein. 1.02 PAYMENT REQUESTS A. The format for Payment Requests shall be as directed by the ENGINEER. This shall include the level of breakdown and grouping of payment items. B. The quantities for payment under this Contract shall be full compensation determined by actual measurement of the completed items, in place, ready for service and accepted by the CITY unless otherwise specified. The Engineer will witness all field measurements. UVS0380fo2adoc /12-22-m 01025-1 Pump Station 7, 7A & 10 Rehabllltatlon city of Tamarac SECTION 01015 - CITY FURNISHED EQUIPMENT AND SERVICES PART 1 - ENML 1.01 WORK INCLUDED A. No material or equipment will be famished by the CITY under this Contract except for the control panel for Pump Stations 7, 7A and 10 as shown on the Contract Drawings. All other material, labor and equipment necessary for completion of the Work shall be furnished by the CONTRACTOR. PART 2 — P&QDJOS » (NOT USED) PART 3 — EXECUJION - (NOT USED) - END OF SECTION - U:US03B01015 /12-22-03 01015-1 Pump Station 7, 7A & 10 Rehab/ittatbn City of Tamarac 1.18 PERIODIC CLEANUP- BASIC SITE RESTORATION A. During construction, the CONTRACTOR shall regularly remove from the site of the work all accumulated debris and surplus materials of any kind which result from his operations. Unused equipment and tools shall be stored at the CONTRACTOR's yard or base of operations for the Project. B. When the work involves installation of sewers, manholes, underground structures, or other disturbance of existing features in or across streets, rights -of -way, easements, or private property, the CONTRACTOR shall (as the work progresses) promptly backfill, compact, grade, and otherwise restore the disturbed area to the basic condition which will permit resumption of pedestrian or vehicular traffic and any other critical activity or functions consistent with the original use of the land. The requirements for temporary paving of streets, walks, and driveways are specified elsewhere. Unsightly mounds of earth, large stones, boulders, and debris shall be removed so that the site presents a nest appearance. C. The CONTRACTOR shall perform the cleanup work on a regular basis and as frequently as ordered by the ENGINEER. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the ENGINEER, if partially completed facilities must remain -incomplete for some time period due to unforeseen circumstances. D. -Upon failure of the CONTRACTOR to perform periodic cleanup and basic restoration of the site to the ENGINEER's satisfaction, the OWNER may, upon five (5) days prior written notice to the CONTRACTOR, without prejudice to any other rights or remedies of the OWNER, cause such work for which the CONTRACTOR is responsible to be - ,accomplished to the extent deemed necessary by the ENGINEER, and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from the amounts of money that may be due him. 1.19 USE OF FACILITIES BEFORE COMPLETION A. The OWNER reserves the right to enter and use any portion of the constructed facilities before final completion of the whole work to be done under this Contract. However, only those portions of the facilities which have been completed to the ENGINEER's satisfaction, as evidenced by his issuing a Certificate of Substantial Completion covering that part of the work, shall be placed in service. 1.20 CONSTRUCTION VIDEO A. The CONTRACTOR shall videotape the entire project site including all concrete and asphalt pavements, curb and gutter, fencing to remain, structures to be demolished, and existing structures that are to be modified. The original videotape shall be turned over to the ENGINEER prior to beginning construction activities. The videotape shall be Kodak HGX Gold or Maxell HGX Gold in VHS format only. The video shall clearly identify existing site and structural conditions prior to construction. CONTRACTOR shall video tape all driveways and landscaping of residences adjacent to project site. PART 2 — PR DUCTS - (NOT USED) PART 3 — EXECUTION - (NOT USED) - END OF SECTION - U: US03601010 /12-22-03 01010-12 Pump Station 7, 7A & 10 Rehabilitation i:11v nt TArns* ` B. Where pipes or conduits are to pass through slabs or walls, or where equipment frames or supports are to be installed as an integral part of an opening, the sleeves, opening forms or frames shall be furnished by the installer of the pipes, conduits, or equipment, but shall be placed by the General CONTRACTOR. Where hanger inserts and similar items are to be installed as an Integral part of a slab or wall, they shall be furnished by the installer of the pipe or other equipment requiring the hanger, but shall be placed by the General CONTRACTOR. C. When requested by the General CONTRACTOR, the installer of the pipes, conduit, or equipment, including those Contractors who require openings or chases in slabs and walls for passage of ducts, mounting of equipment, etc., shall furnish all necessary information, .instructions, and materials to effect accurate installation of the required openings, chases, sleeves, frames, inserts, etc. When such items are secured in position, and just prior to construction of the surrounding slab or wall, the CONTRACTOR for whom the items are installed shall . ascertain the proper number, locations, and settings thereof; and the General CONTRACTOR shall schedule his operations so as to provide a reasonable opportunity and time interval for such Inspection. D. Any costs resulting from correction of defective, ill-timed, or mis-located work, or for subsequent work which becomes necessary because of omitted openings, sleeves, frames, inserts, etc., shall be borne by the CONTRACTOR responsible therefor. To this end, no Contractor shall arbitrarily cut, drill, alter, damage, or otherwise endanger the work of another Contractor. The nature and extent of any corrective or additional the CONTRACTORS nvolvhe approval of the ENGINEER following consultation with 1.16 LIMITS OF WORK AREA A. The CONTRACTOR shall confinehis construction operations within the Contract limits shown on the Drawings and/or property lines -and/or fence lines.- Storage of equipment and materials, or erection and use of sheds outside of the Contract limits, if such areas are the property of the OWNER, shall be used only with the CITY'e approval. Such storage or temporary structures, even within the Contract's limits, shall be confined to the CITY's property and shall not be placed on properties designated as easements or rights -of -way unless specifically permitted elsewhere in the Contract Documents. 1.17 WEATHER CONDITIONS A. No work shall be done when the weather is unsuitable. The CONTRACTOR shall take necessary precautions (in the event of impending storms) to protect all work, materials, or equipment from damage or deterioration due to floods, driving rain, and wind. The OWNER reserves the right, through the opinion of the ENGINEER, to order that additional protection measures over and beyond those proposed by the CONTRACTOR, be taken to safeguard all components of the Project, The CONTRACTOR shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the OWNER for damage to the work from weather elements. B. The mixing and placing of concrete or pavement courses, the laying of masonry, sidewalks and installation of sewers mains, piping, structures and water mains shall be stopped during rainstorms, and all freshly placed work shall be protected by canvas or other suitable covering in such manner as to prevent running water from coming in contact with it. Sufficient coverings shall be provided and kept ready at hand for this purpose. The limitations and requirements for mixing and placing concrete or laying masonry shall be as described elsewhere in these Specifications. 44 Amm fitaHnn 7. 7A & 10 RehabilltaWn G. At completion of the work, the CONTRACTOR shall furnish Record Drawings indicating the final layout of all structures, roads, existing benchmarks, etc. The Record Drawings shall Indicate all critical elevations of piping, structures, finish grades, etc. 1.14 ABANDONMENT AND SALVAGE OF EXISTING FACILITIES A. The scope of work requires the CONTRACTOR to interface with existing structures, mechanical equipment, electrical facilities and piping which will be abandoned or otherwise removed and/or relocated as part of the work. Prior to beginning any work, associated with existing facilities to be abandoned, salvaged, or otherwise removed or relocated, the CONTRACTOR shall inform the ENGINEER of his intent so that all arrangements can be made with the CITY for disconnecting electrical service (where appropriate), Isolating pipelines (where possible) or otherwise removing existing facilities from service to the extent possible. The CONTRACTOR shall not proceed without written authorization from the ENGINEER. B. i line : The CONTRACTOR shall abandon, salvage or otherwise remove existing Pipelines or segments of existing pipelines shown to be abandoned in place, salvaged, or removed as part of the contract work. Unless otherwise indicated in the Contract place. Pipe shown to be abandoned need only be removed a minimum th Documents, all piping shown on the Drawings to be abandoned shall be abandoned in ree feet clear of new utilities to be installed. Abandon -in -place shall be defined as installing plugs, or other permanent closure, as reviewed and accepted by the ENGINEER, on all terminations, open ends or ends of pipe designated as being cut, capped and anchored in an acceptable manner. The pipe will remain buried unless otherwise noted, C. Piping indicated on the Drawings as being removed, or an piping to be abandoned which interferes with new structures orpiping,shall be excavated and removed using methods which will not disturb adjacent iing or other facilities. All pipe materials shall "lie subject to salvage by the CITY as defined below. Any remaining piping on both ends of pipe segments removed shall be abandoned in -place, per the above definition. After piping has been removed, the CONTRACTOR shall backfill the evacuated area in accordance with requirements set forth in other sections of these specifications. D. Iva e: The CITY may desire to salvage certain items of existing equipment which are to be dismantled and removed during the course of construction. Prior to removal of any existing equipment or piping from the site of work, the CONTRACTOR shall ascertain from the ENGINEER whether or not the particular item or items are to be salvaged. Items to be salvaged shall be stockpiled on the site, or delivered to a storage area at a location as directed by the CITY. All other items of equipment shall be disposed of off -site by the CONTRACTOR at his expense, in accordance with applicable laws, ordinances and regulations. 1.15 OPENINGS, CHASES, SLEEVES, INSERTS, ETC. A. The General CONTRACTOR shall provide all openings, chases, etc., in his work to fit his own work and that of any other Contractors. All such openings or chases shown on the Drawings, or reasonably implied thereby, or as confirmed or modified by shop, setting, or erecting Drawings approved by the ENGINEER, shall be provided by the General CONTRACTOR, U: US03B01d10 /i2-22-Q3 01010-10 Pump Station 7, TA 6 10 Rehabilitation City of Tamarac bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, canal stages, tides, water tables or similar physical oonditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Drawings and Specifications made a part of this Contract, or any other information made available to him prior to receipt of Bids. Any failure by the Contractor to acquaint himself with the available information will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The CITY assumes no responsibility for any conclusions or Interpretations made by the Contractor on the basis of the information made available by the CITY. 1.13 SURVEYS AND LAYOUT A. All work under this Contract shall be constructed in accordance with the lines and grades shown on the Drawings or as directed by the ENGINEER. Elevation of existing ground and appurtenances are believed to be reasonably correct but are not guaranteed to be absolute and therefore are presented only as an approximation. Any error or apparent discrepancy in the data shown or omissions of data required for accurately accomplishing the stake out survey shall be referred Immediately to the ENGINEER for interpretation or correction. B. All survey work for construction control purposes shall. be. made by the CONTRACTOR at his expense. The CONTRACTOR shall provide a Licensed Surveyor as Chief of Party, competently qualified persons, all necessary instruments, stakes, and other material to perform the work. C. CONTRACTOR shall establish all baselines for the location of the principal component parts of the work together with a suitable number of bench marks and batter boards adjacent to the work. 'Based upon the information provided by the Contract Drawings, the CONTRACTOR shall develop and make all detail surveys necessary for construction, including slope stakes, batter boards, stakes for all working points, lines and elevations. D. CONTRACTOR shall have the responsibility to carefully preserve the bench marks, reference points and stakes, and in the case of destruction thereof by the CONTRACTOR or resulting from his negligence, the CONTRACTOR shall be charged with the expense and damage resulting therefrom and ' shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. E. Existing or new control points, property markers and monuments that will be or are destroyed during the normal causes of construction shall be reestablished by the CONTRACTOR and all reference ties recorded therefore shall be furnished to the ENGINEER. All computations necessary to establish the exact position of the work shall be made and preserved by the CONTRACTOR. F. The ENGINEER may check all or any portion of the work and the CONTRACTOR shall afford all necessary assistance to the ENGINEER in carrying out such checks. Any necessary corrections to the work shall be immediately made by the CONTRACTOR. Such checking by the ENGINEER shall not relieve the CONTRACTOR of any responsibilities for the accuracy or completeness of his work. •... .nnnnn�n.rn un nn — n.tnsn n C....... CY.,rI:.... 7 7A A lA VahehIllf-fnn 1.10 CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, or reactant of other classification, must show approval of either the EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with all applicable rules and regulations. 1.11 FIRST AID FACILITIES AND ACCIDENTS A. First Aid Facilities 1. The CONTRACTOR shall provide at the site such equipment and facilities as are necessary to supply first aid to any of his personnel who may be injured in connection with the work. B. Accidents 1. The CONTRACTOR shall promptly report, in writing, to the ENGINEER and OWNER all accidents whatsoever out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witnesses. 2. If death, serious injuries, or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the OWNER and the ENGINEER. r�. If any claim is made by anyone against the CONTRACTOR or a Subcontractor on account of any accidents, the CONTRACTOR shall promptly report the facts, in writing, to the ENGINEER and OWNER, giving full details of the claim. 1.12 y' SUBSURFACE DATA A. If provided and included, the subsurface data are offered in good faith solely for placing the Bidder in receipt of all information available to the OWNER and ENGINEER and in no event is to be considered as part of the Contract Documents. B. The Bidder must interpret such subsurface data according to his own judgment and acknowledge that he is not relying upon the same as accurately describing the subsurface conditions, which may be found to exist. C. The Bidder further acknowledges that he assumes all risks contingent upon the nature of the sub -surface conditions to be actually encountered by him in performing the work covered by the Contract, even though such actual conditions may result in the Bidder performing more or less work than he originally anticipated. D. The Contractor shall be responsible for any damage to any existing utilities caused by his actions and shall restore them to service promptly. Approximate locations of known water, sanitary, drainage, power and telephone installations or in the vicinity of new work are shown, but must be field verified in the field by the Contractor. E. In making this data available, the OWNER makes no guarantee, either expressed or implied, as to their accuracy or to the accuracy of any interpretation thereof. F. The Contractor acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not restricted to those U. US03B01010112-22-03 01010-8 Pump Station 7, 7A 6 10 Rehabilitation City of Tamarac B. in the event the Work of this Contract is not completed within the time set forth in the Contract or within the time to which such completion may have been extended in accordance with the Contract Documents, the additional engineering or inspection charges incurred by the OWNER may be charged to the CONTRACTOR and deducted from the monies due him. Extra work or supplemental Contract work added to the original Contract, as well as extenuating circumstances beyond the control of the CONTRACTOR, will be given due consideration by the OWNER before assessing engineering and inspection charges against the CONTRACTOR. C. Unless otherwise specifically permitted, the normal time of work under this Contract is limited to 8 hours per day, Monday through Friday. Work beyond these hours will result in additional expense to the OWNER. Any expenses and/or damages, including the cost of the ENGINEER's on site personnel, arising from the CONTRACTOR's operations beyond the hours and days specified above shall be borne by the CONTRACTOR. D. Charges for additional CITY's expenses shall be in addition to any liquidated damages assessed in accordance with the Contract. 1,08 TIME OF WORK A. The normal time of work for this Contract is limited to 40 hours per week and shall be between the hours of 7:30 a.m. and 4:00 p.m., Monday through Friday. The CONTRACTOR may elect, with prior CITY approval, to work beyond these hours or on weekends provided that all costs Incurred by the OWNER for additional engineering shall be borne by the CONTRACTOR. The OWNER shall deduct the .cost of additional engineering costs from monies due the CONTRACTOR. B. If it shall become imperative to perform work at night, the .OWNER and ENGINEER shall be informed a reasonable time in advance of the beginning of such work. Temporary lighting and all other necessary, facilities for performing :and. inspecting the work shall be provided and maintained by the CONTRACTOR. C. Unless otherwise specifically permitted, all work that would be subject to damage shall be stopped during inclement or stormy weather. Only such work as will not suffer injury to workmanship or materials will be permitted. CONTRACTOR shall carefully protect Hs work against damage or injury from the weather. 1.09 FIRE PROTECTION A. CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the work, buildings, etc., and shall provide adequate facilities for extinguishing fires which do occur. B. When fire or explosion hazards are created in the vicinity of the work as a result of the locations of fuel tanks, or similar hazardous utilities or devices, the CONTRACTOR shall immediately alert the local Fire Marshal, the ENGINEER, and the OWNER of such tank or device. The CONTRACTOR shall exercise all safety precautions and shall comply with all instructions issued by the Fire Marshal and shall cooperate with the OWNER of the tank or device to prevent the occurrence of fire or explosion. U.US03B01010 /12-22-03 01010-7 Pump Station 7, 7A & 10 Rehabliltation B. When construction permits are accompanied by regulations or requirements issued by a particular authority, agency or municipality; it shall be the CONTRACTOR's responsibility to familiarize himself and comply with such regulations or requirements as they apply to his operations on this Project. C. It shall be the CONTRACTOR's responsibility to secure all permits of every description required to initiate and complete the work under this contract, except permits obtained by the CITY. D. Permits obtained by the CITY or his authorized representative, include the following; Broward County Department of Planning and Environmental Protection (DPEP). E. No separate or direct payment will be made to the CONTRACTOR for permits and inspection requirements, but all such costs shall be included In the applicable items in the Schedule of Prices. The CITY will furnish signed and sealed sets of Contract Documents for permit use as required. F. The CONTRACTOR shall furnish to the ENGINEER copies of all permits prior to commencement of work requiring permits. 1.06 ADDITIONAL ENGINEERING SERVICES A. In the event that the ENGINEER is required to provide additional engineering services as a result of substitution of materials or equipment which are not "or equal" by the CONTRACTOR, or changes by the CONTRACTOR in dimension, weight, requirements, etc., of the !� power equipment and accessories famished, or if the ENGINEER is required to examine and evaluate any changes proposed by the CONTRACTOR for the convenience of the CONTRACTOR, then the ENGINEER's charges in connection with such additional services shall be charged to the CONTRACTOR by the OWNER. B. Structural design shown on the Contract Drawings is based upon typical weights for major items of equipment as indicated on the Contract Drawings and specified. If the equipment fumished exceeds the weights of said equipment, the CONTRACTOR shall assume the responsibility for all costs of redesign and for any construction changes required to accommodate the equipment furnished, including the ENGINEER's expenses in connection therewith. C. In the event that the ENGINEER is required to provide additional engineering services as a result of CONTRACTOR's errors, omissions, or failure to conform to the requirements of the Contract Documents, or if the ENGINEER is required to examine and evaluate any changes proposed by the CONTRACTOR solely for the convenience of the CONTRACTOR, then the ENGINEER's charges in connection with such additional services shall be charged to the CONTRACTOR by the OWNER. 1.07 ADDITIONAL OWNER'S EXPENSES A. In the event the Work of this Contract is not completed within the time set forth in the Contract or within the time to which such completion may have been extended in accordance with the Contract Documents, the additional engineering or inspection charges incurred by the OWNER may be charged to the CONTRACTOR and deducted from the monies due him. Extra work or supplemental Contract work added to the original Contract, as well as extenuating circumstances beyond the control of the CONTRACTOR, will be given due consideration by the OWNER before assessing engineering and inspection charges against the CONTRACTOR. U: US03t301010 /12-22-03 01010-6 Pump Station 7, 7A & 10 Rehabilitation City of Tamarac Step 4 — Demolish existing wet well, top slab/fillets and can station entrance tube station (d applicable) and adequately dispose of debris off -site. Step 5 — If applicable, cap off remaining portion of entrance tube and piping as shown on the drawings. Fill dry well with flowable fill and use suitable means to ensure proper distribution and no voids. Phase IV — pump and Discha a Pi in Re tacement Step 1 — Pour fillets in existing wet well as detailed on drawings. Step 2 -- Install new submersible pumps, bases, guide rails and appurtenances. Step 3 — Install new discharge piping and valving. Step 4 — Install all required electrical, conduits and equipment. Step 5 — Make connections to all electrical and control panel connections. E!hase V alv Va to W01M Step 1 — Install clean foundation material below valve box. (Appl icable to PS 7, 7A and 10). Step-2 —Place and set new valve box. (Applicable to PS 7, 7A and 10) Step 3 -- install new piping between existing wet well and valve vault. Step 4 — Set new wet well top slab. (Applicable to PS 7, 7A and 10) Step 5 -- Backfill excavation with the suitable material. (Applicable to PS 7, 7A and 10) ha - T sti S (must proceed simultaneously with Phases III through V for areas which are completed) .Step 1 -Perform all testing, startup, training and placing into service for all new/modified systems and facilities. Step- 2 - Upon acceptance of the station, it shall be placed in service. ThAeC tithe testntractor leave the bypass in place for a one -week test observation period. observation period and the station is satisfactory to the Owner, the Contractor shall remove all temporary bypass facilities. phase VII - Ei0al Site and 'ect Clo tit Step 1 - Miscellaneous work, demobilization and related closeout activities shall be in accordance with Section 01700, Project Closeout . 1.05 CONSTRUCTION PERMITS A. The CONTRACTOR shall obtain, keep current and pay all fees for any necessary construction permits from those authorities, agencies, or municipalities having jurisdiction over land areas, .utilities, or structures which are located within the Contract limits and which will be occupied, encountered, used, or temporarily interrupted by the CONTRACTOR's operations unless otherwise stated. Record copies of all permits shall be furnished to the ENGINEER. 01010-5 Pump Station 7, 7A & 10 RehAbilltatton ebase 11- !MRffaum Step 1 — Submit by-pass pump plan and Management of Traffic Mp for CITY/ENGINEER approval prior to making all the necessary connections and start up of bypass pump operation. The primary by-pass pumps must be electrical powered and the operation must provide one hundred percent capacity to ensure continuous and uninterrupted pump station service. Contractor shall provide an on -call operator or mechanic 24-hours per day seven days per week for the duration of the bass Pumping. Additionally, one hundred percent standbyYP for immediate activation should the duty pump failpumping capacity must be ready . The following are the estimated pump capacities at each station: PumR Station : 500 gpm @ 91 feet TDH Pum 3 Itation 7 250 gpm @ 22 feet TDH Eumn11ation 10 500 gpm @ 91 feet TDH Step 2 - Install by-pass piping and pumping units. Provide enclosure to reduce noise generated by bypass pumping units. Step 3 - Contact CITY personnel and arrange isolation of the system by closure of existing valves. Step 4 - Plug influent line to existing wet well. Step 5 — Make connection to existing emergency pump -out. Step 6 - Place bypass system into operation. Bypass system shall be Operational 24-hour period prior to dismantling existing pe atfonal far 24 hour by-pass y g g $pump station. CONTRACTOR shall provide Y Pass system monitoring to ensure continuous and uninterrupted pump station service. Step 7 - Verify locations, elevations, dimensions, equipment, etc., before ordering materials to complete the work n of joints, accord accordance with t he Contract Documents, Shop Drawings and field conditions. Step 8 - Upon approval of shop drawings, order long lead items so that materials ma be delivered in a timely fashion without delays to construction. Y aAse )11=,,,Dgmoiition Step 1 - Dewater existing wet well and shovel clear any settled contents. All contents Shall be removed and properly disposed off -site. Step 2 - Remove interior piping and . equipment within wet well and can station (if applicable) as noted on drawings. Step 3 - All salvageable equipment shall be the property of the CITY and shall be delivered to an off site location of their choosing, U: US03801010112-22-03 01010-4 Pumas Statlnn 7 74d R ,n accomplished, the function that will be interrupted, the duration of the interruption, and the mitigating effort to be performed by the CONTRACTOR to maintain the pumping capacity continuously. The written notice shall be submitted to. the ENGINEER 14 days in advance of the proposed work and the GINEER notice regll respond to arding he acceptability t �of � e In writing within 7 days of receipt of the proposed plan. E. In performing the work in the sequence described hereinafter, aVALYES alll requirements of he §ETWEEM THE Contract Documents shall be strictly followed mm .%n1M0A r-n av riTY PERSONNEL. OP . ~TEA S; T O LV . F. Temporary installation/connections, may be used where sufficient time is not available to complete a particular aspect of the wokthe All such N ERject temporary installations shall be subject to review and acceptance by G. The CONTRACTOR shall note that areas of the work may require the CONTRACTOR to o work on existing pipelines and structures which will require dewatering. se of CONTRACTOR shall then assume l be eresponsibility oresponsible the epr per rcontainmenntt and pipelines, the CONTRACTOR shall be p construction. The disposal of fluid drained from u d CONTRACTOR shall contain such fluid accordance with pipelines iall applicable codes) and shall dispose of such to an off -site o basin prevention of sp111$ n�thin the realm of his EER. The CONTRACTOR shall be responsible work areas. H. Cancellation of Planned Shutdown: A polabnedQ CITY upon 24hournnot fiith the above cation by the described procedures may be cants Y CITYIENGINEER to the CONTRACTOR. Such cancellation shall be expected due to ENGINEER ditions beyond the control of the efforts s wet weather conditions ffahalll be taken to check weather foetal s and the like or CONTRACTOR. All prior to scheduling pump station shutdowns. However, if a cancellation must occur, the CITY shall not be responsible for any additional costs associated with. mobilization and demobilization. 1. The sequence has been divided into phases and subsequent teps rept es i ti nting f ®d imajon work areas. The CONTRACTOR is advised that in soinstances one phase will continue through the next phase and that certain phases may proceed simultaneously. J. The general sequence of construction for the project the �NTRhACTOR before any wodetailed rk s Sequence of Construction shall be submittedY started. The CITY reserves the right to make ith orations and other contractors.es to the sequence as ary to facilitate the work or to minimize any conflict Phase I " Mobilizat' Step 1 -Mobilize for work. Set up storage,andstart shop drawing ging and parking esubmittal. in permits, Noe that develop and submit construction schedule the location of the proposed staging area must be approved in writing by the City of Tamarac Utilities Department. „_ 01010-3 Pump Station 7, 7A & 10 RehabYltadon demolition and removal existing wet well lid and dry well entrance tube; installation of new wet well top slab and valve box; wetwell rehabilitation; installation of new Pumps; installation of new discharge piping; installation of new control panel (supplied by the City) and electrical; site restoration, cleaning and testing as required, all together with all appurtenant for miscellaneous items and work for a completed project. B. The Work set forth within these bid documents includes the furnishing of all labor, materials, equipment, services and Incidentals for the additions and modifications to City Of Tamarac Pump Stations 7, 7A, and 10, Including all items listed above as well all appurtenant work, complete, tested and ready for operation, including temporary utilities and facilities as required, all in conformance with the Contract Documents. C. The Work is located at the following addresses: Pug! Llkqqn 7: 6299 NW 57th Street um tiio�A: 6300 NW 62nd Street P m D Stfition 10; 4980 Sabel Palm Blvd. .�<"Refer to the cover sheet of the Drawings for the location map. 1.03 CONTRACT METHOD A. The Work, hereunder will be constructed under a lump sum contract. 1.04 k :SEQUENCE OF CONSTRUCTION A. Fallowing receipt of Notice to Proceed with the work, the CONTRACTOR shall the ENGINEER and the CITY at least ten days before he is ready to start actual construction 'to allow the CITY time to make arrangements for inspection of the work. B. Work under the Contract shall be scheduled and result in the least possible disruption to the operation 000f the existing fap t en such a s as control modifications #o the existing facilities shall not be made without first obtaining written permission from the ENGINEER. C. Critical events In the sequence of construction are specified herein. The outline sequence of construction does not include all items necessary to complete the work, butssary to minimize disruption to Is intended to identify the sequence of critical events nece the on -going operation. It shall be understood by the CONTRACTOR that the critical events identified are not all inclusive and that additional items of work not stated may be required. The sequence of construction is a precedence requirement and does not attempt to schedule the CONTRACTOR's work. It is Intended only to indicate which activities must precede other activities in order to minimize interference and disruptions. D. The existing facilities shall be maintained in an operable condition by the CONTRACTOR during construction (excluded from this requirement are all normal and emergency maintenance functions normally performed by the CITY with the CITY's staff or by Contract.) All work by the CONTRACTOR that disrupts the normal operations shall be shown on the Construction Schedule and specifically scheduled with the CITY. Schedule notification shall consist of a written notice defining the work to be U:US03B01010/12-22.03 01010-2 Pump Station 7, 7A & 10 RxhxhUl/w lI . SECTION 01010 - SUMMARY OF WORK P RT1— GFNEML 1.01 GENERAL A. The Work to be performed under this Contract shall consist of furnishing all equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The Work shall be complete, and all work, materials, and services not expressly shown or called for in the Contract Documents which may be necessary for the complete and proper construction of the Work In good faith shall be performed, furnished, and installed by the CONTRACTOR as though originally so specified or shown, at no increase in cost to the CITY. B. Wherever the Contract Documents address a third party, i.e., subcontractor, manufacturer, etc., it Is to be considered as the CONTRACTOR through the third party. C. Wherever a reference to number of days is noted, it shall be construed to mean calendar days. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The Work to be done under this Contract and in accordance with these Specifications consists of furnishing all equipment, superintendence, labor, skill, material and -all other items necessary for the rehabilitation of the City of Tamarac Pump Stations 7, 7A, and 10. The CONTRACTOR shall perform all work required for such construction in accordance with the Contract Documents and subject to the terms and conditions of the Contract, complete and ready for use. The Work generally consist of, but is not necessarily limited to the following: m S 'on 7: Rehabilitation of the existing pump station including but not limited to the removal/demolition of all wetwell and drywall interior piping, demolition and removal existing wet well lid and dry well entrance tube; installation of new wet well top slab and valve box; wetwell rehabilitation; installation of new pumps; installation of new discharge piping and force main; installation of new control panel (supplied by the City) and electrical; site restoration, cleaning and testing as required, all together with all appurtenant for miscellaneous items and work for a completed project. PuroR Stati 7A: Rehabilitation of the existing pump station including but not limited to the removal/demolition of all wetwell and drywell interior piping, demolition and removal existing wet well lid and dry well entrance tube; installation of new wet well top slab and valve box; wetwell rehabilitation; installation of new pumps; installation of new discharge piping; installation of new control panel (supplied by the City) and new 200 Amp Electrical service at 240 volts; site restoration, cleaning and testing as required, all together with all appurtenant for miscellaneous items and work for a completed project. Pump Station 10: Rehabilitation of the existing pump station including but not limited to the removal/demolition of all wetwell and drywall interior piping, U.US03801010/12-22-03 01010-1 Puma Station 7. 7A & 10 Rehabilitation City of Tamarac and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA: :SS COUNTY OF 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 of a 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. WITNESS my hand and official seal this day of 20 Signature of Notary Public State of Florida at Large 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. Page 7 of 7 Sample Contractor Agreement Ci of Tamarac Purchasina and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF T( MARAC,, fthrpoaurgtyh Mayor and ame with whom Agreement is made), signing by and through its (President, Owner, CEO, etc.) duly authorized to execute same. FITTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: Mitcheli S. Kraft, City Attomey Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date Page 6 of 7 Sample Gontmdor Agreement City of Tanlamc Punhasing and 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. Page 5 of 7 Sample Contractor Agreement and Contracts Division of Tamarac 11) Independent Contractor Contractor is an independent Contractor under this of Personal �bjec�to provided by the Contractor shall be by employee 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 e proceduresthose fures applicable to services rendered under this Agreement shall the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the perfo menteoa any portion uired by ithAgre, ment shall I without the prior consent of the City. This Agree 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 �noto thesent a b for�wistered horn it snnte ded t States mail, with return receipt requested, address p party 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. CON C OR 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for the convenience, upon seven (7) days of written notice by the terminating party to other party for such termination in which event the Contractor shall be paid its compensation for: services performed to termination date, o tracntoruabandonsithis reasonably related to termination. In the event that terminated, Contractor shall indemnify the city against Agreement or causes it to be loss pertaining to this termination. Page 4 ot7 Sample Contractor Agreement City of Tamarac Purchas/n and Contracts Division Conditions. Contractor shall be responsible for any damages affected area or to interior structure. caused by defect to All portions of the Project are to be competed according to the schedule. Once work has been completed on a grouping of roadway segments, and the C' haall s �Y indicated, in writing, the final acceptance of landscaping,irrigationelectrical work within said grouping, maintenance off thsad �roadways� willabe entirely the responsibility of the City. Contractor will be responsible for the coordination of all work to complete specific grouping of roadways before other groupings are commenced. The one (1) year warranty, period for the Project does not begin until final acceptance of the entire project has been given and the Payment and Performance Bonds are released. 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 the operations of the Contractor or its officers, employees occurring agents, connection with ort4ndependent Contractors, excepting only such loss of life, bodily or soma injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. T aboveprovisions shall survive the termination of this Agreement Y he anY-ObGurrence during the term of this Agreement, even though thescla m may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive Ci 's rights and immunities under the common law or Florida Statutes 768.28, as amended om time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees, applicants for employment because of their age, handicap, raCe, color, religio, 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. Page 3 of 7 Sample Contractor Agreement Ci of Tamarac Punahasinq end Contracts Division . Vi. 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 and 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 and 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 14 days after the date that Contractor receives Notice to Proceed and Purchase Order. The work: shall. be substantially completed no later than 150 calendar days from receipt of the Notice, to. Proceed and shall be completed as final 30 calendar:dayA,from -substantial: corimpletipm . S) Contract Sum The Contract Sum for the above work is cents ( Dollars and 6) Payments Payments will be made in accordance with contract documents and Bid No. 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. 7) Waiver of Liens . 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 the subject of this Agreement. 8) Warranty Contractor warrants the work against defect for a period of one year(s) from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required in Technical Specifications and Terms and Page 2 of 7 Sample Contractor Agreement of Tamarac and Contracts Division SAMPLE AGREEMENT 13ETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this . day of 20 by and between the City of Tamarac, a municipal corporation, with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and a corporation with principal offices located at (the "Contractor") to rehabilitate Pump Stations 7, 7A and 10 which includes specified demolition, by-pass pumping, pumps and motors, concrete top slabs and valve boxes, mechanical piping, electrical and control equipment installation and all other for a complete installation as specified in Bid No. 04-138. 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, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications of Bid No. 04-133BB, 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 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 and Bid No. 04-13B, as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary as indicated In the specifications herein. b) 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 policies and procedures at the Contractor's expense. c) 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. d) 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 page 1 of 7 Sample Contractor Agreement and Contracts DlWsion of Tamarac Default by Contractor: in addition to all other remediesi available shoule to the the Contractor , this Agreement shall be subject to cancellation by t City neglect or fail to perform or observe any of the tail re $hallisions,uoondr a period or requirements herein contained, N such neglect 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 qedbto this bid and bid without the prior written consent of the City. Any award pursuant 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 shall supply its sole direction and physically and not an employee or agent of the City. The Bidder pP Y competent capable employees. The City may require the Biotder to remove an vvise objectionable.oyee Bidder it deems careless, incompetent, insubordinate or otherwise shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES The City of Tamarac is exempt from all Fedelble uatQn requestl des An exemption certificate will be provided where appl P 20. BID PREPARATION EXPENSE The Bidder preparing a bid in response Bidder thisbid Shall prepare ear bid withall novo the associated with its preparation. Theider understanding that no claim for reimbursement ionall be submitted to the City for the expense of bid preparation and/or presentat. 21. SITE INSPECTION It shall be the responsibility of the Bidder to inspect�sitehbefore xist or that may bids. No plea of ignorance by the Bidder of con hereafter exist as a result of failure to fulfill the requirements teCity the cof this nmpensat on be accepted as the basis for varying the requirements to the Bidder. 22., OMISSION OF DETAILS omission of any essential details from these Bidder of supplying such product(s) as specified. specifications will not relieve the 9 Clty of Tamarac - Punchasing and Carrtracts Divlsiol'► 12• COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or in manufacturing, Producing or selling the goods shipped or Ordered as rights this bid. The seller agrees to hold the C' result of expense occasioned by any such violation. harmless from all liability, loss or 13. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conforms In 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 resultingfro this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Mate m Safety Data Sheet should also be submitted to the CRY f Risk Management Division, 7525 NW 88th Avenue, Tamarac FL 33 21-2401. Risk 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 failured perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. e 15. DEFAULT In .the . event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, thb 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 anexcess cost occasioned or incurred thereby and shall apply to any bid 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 convenience whenever the CITY determines that such termination is in the best interest of CITY. Where the agreement is terminated for the convenience of the. CI the notice of termination to the Bidder must state that the contract is being terminated the for the convenience of the CITY under the termination clause and the extent 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 andrefrain 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, Contr shall indemnify the City against loss pertaining to this termination. actor 8 purchasing and Contracts Division City of Tamarac 7. PRICES, PAYMENTS AND DISCOUNTS lal Conditions. Bid prices shall be fixed and firm to the extent required dandnce r $mate alslservices. eci payment will be made only after receipt Cash discounts may be offered for prompt Payment; for bid evaluation. Bidders ahowever, such discounts ael not be considered in determining the lowest net cBid encouraged to provide prompt payment terms in the space Provided on the the Form. If no payment discount is offered, the Bidder should enter zero (0) for percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the �a�later date.hat the Payment is deemed to receives an accurate invoice or accepts the product, whichever be made on the date of the mailing of the check. 8. DELIVERY All items shall be delivered F.O.B. destination to a specific City of Tamarac. address. All delivery cost and charges must be included in the bid price. 8. BRAND NAMES Manufacturers' name, brand name, model 'number or make is used in these specifications for the We purpose of .establishing minimum requirements of quality, performance and design. Approved equal is added to -the specifications to avoid ruling out qualified competition. Whereal to .sheity'sr .consultant is bid, the Bidder shor ould submit brochures, specifications and/or . samples Engineer/Project Manager seven (7) days prior to bid opening.. The City shall be the sole judge of'equality relative'to substance; quality and function. 10. SAMPLES AND DEMONSTRATIONS When requested, samples, are to be furnished free of charge to the City. I a sample is requested it should be delivered within seven (7) day prior opening, however, such must be provided within three days it is request heed dbidde s by City unless otherwise stated in the bid. Each sample name and manufacture's brand name. The City of not be responible for ant p$oduct oreservice turning samples. The City may request a full demonstration 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 I aconjun l ionwith thisfbidree Shall from be new, warranted for their merchantability, fit for p purpose, defects and consistent with industry standards. Theproducts u�$ supP�i� t the red to, the City in excellent condition. In the event that any p the specifications, the City City are found to be, defective or do boa{hconform at no cost.to the City. reserves the right to return the product of Tamarac a and Contracts Division The original bid must be manually and duly signed in ink by a Corporate O Principal, or Partner with the authority to bind the bidding company or f� Officer, his/her signature. All quotations must be y by Bids having erasures or corrections should beinitialed in ink i th iith pen and ink. All prices, terms and conditions quoted in the submittedY e Bidder. acceptance for ninety days from the date of the bid opening idunles will sofirm therw otherwise stated by the City. 2. BONDING An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the C' Tamarac in amount not less than 5 % City of bid. Additional bonding may be required he Special Tierms and accompany the this invitation. The Bonding must be executed by a surety Company authorizedof do business in the State of Florida or secured to the to in a manner satisfactory Of Tamarac. rY City 3- WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The r for withdrawal must be submitted in writing to the City PurchasingOffice. request 4. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list followin conviction for public entity crime may not submit a bid on a, contract to provide any goads or services to a public entity, 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 an y public entity in excess of he threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on he convicted ven o list' dor 5- NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit and should submit the form with the Proposal. The City considers. failure of the Contractor to submit th document to be a major irregularity and may be cause for rejection of the Pro osis if not received within three (3) business days of City's request. P al 6. QUANTITIES Quantities if shown are 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 delete any item from the contract if it is determined that it serves the interests of the City. best 6 of Tamarac and Contrasts Division INSTRUCTIONS TO BIDDERS BID NO. 04-13B it is the intent of the City to award this bid to the lowest respons bid plus any/or all le and respothensive City or determines is in its best intersY bidder for either the base bid The Cbase reservesthe 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 he ehabilitation of the pump m qualified Contractors for rehabilitation of existing Pump Stations 7, 7A and 1o. T ass pumping, pumps and stations shall include, but not limited to se melchanical piping pel®��I and control motors, concrete top slabs and valve boxes, equipment installation and all other for a complete installan Bidder State at time Of Certified bid opening, possess a State Certified GeneralContractor a County Class "A° Engineering Contractor license. Engineering Contractor or GENERAL TERMS AND CONDITIONS general terms and conditions. apply to all offers made to the. City of Tamarac. by These g Request for Bids all prospective Bidders including but sucot h thedwordsp "bid" and u!"P "proposal" are used and Request for Proposals. Ass active bidders Interchangeably in reference to all offers submitted by prospective . SUBMISSION OF THE BID C ity of The Bidder is directed to deliver sealed bidFonda purchasing rch ,si igthOffice, a and time Tamarac, 7525 N. W. 88th Avenue, Tamarac, specified in the Invitation to Bid sheet. At this timethe bids will a bettpened,Ptheli c names of all Bidders will be announced and all bids shall be record. All Bidders and their representatives are invited attend. package. ®D mvery ust show the bid name and number on the outside of the sealed of the sealed bids to the Purchasing Office on orbefwo'i be �# n°� ��opened to te is solely -and strictly the responsibility of the Bidder. Late bids the Bidder. It is the Bidder's responsibility to read and understandthe requirements e quiirerm m ents oft is bid. Unless otherwise specified the Bidder must use th ackage. If requests for clarifications are not submitted in writing to the City's rior t bid opening, it shall P working days p Engineer/Project Manager within ten (1 U) all be construed that the Bidder fully understands ad es comply shall submit t anerms, conditions and specifications identified in this b prior,to the bid opening original document, marked "Original" ould accompany ryour, original; however, espies deadline. Two (2) photocopies must be made available within 3 business days of City"s request. 5 'urchasing and �-Ontracts Division City of Tamarac "Committed to Excel%rice,-Always-- INVITATION TO BID BID No. "138 Sealed bids, addressed to the Senior Procurement Specialist of the City of County, Florida, will be received in the purchasing Office, 7525 NW 88th Avenue, 33321-2401 until 4:00 Tamarac, Broward opened and announced am' local time, March 31, 2004 at which time bids®w will publiclly Florida PUMP STATIONS 7, 7A, AND 10 REHABILITATION, BID NO.04-13B All bids received after the date and time stated above will be returned unopened Bidders are invited to attend the opening, pe ed to the Bidder. All Submit one (1) original document, marked "Original" on its exterior, prior deadline. Late bids will not be accepted. Two (2) photocopies should accompany Bids shall be submitted on the official Bid Forms famished p to the bid opening submitted otherwise will not be considered responsive. The submittal Your original. with this bid package; and those "City of Tamarac, pump Stations 7, 7A, and 10 Rehabilitation" i the Outsidebe plainly marked Bid Security: Each bid shall be accompanied by a certified or cashier's check or the envelope. amount not less than 5% of the total bid price payable to the City of Tamarac as guarantee Bidder' d its Bid is accepted, willPromptlyexecute the re or Bid Band in the Agreement. g . ntee that the A Pre -Bid Conference will be held on Friday, March 12, Z004 at 10:00 a, Municlparcomplex, Conference Room 105, 7525 NW 2, 20 4 at Tamar m. at the Tamarac Interested in bidding on this project should attend this meeting.Tamarac, Florida. All parties Contractor furnishing all labor, materials, tools, and equipment necessary, as The work pertvrmed consists of the specifications herein and generally to include rehabilitation of exists ry' indicated in the Stations 7, 7A and 10. The rehabilitation of the pump stations shall include rig City of Tamarac Pump to, demolition, by-pass pumping, pumps and motors concrete top slabs and v' but is not limited Piping, electrical and control equipment installation and all other incidentals for alve boxes, mechanical The City reserves the right to accept or reject any or all bids, or any art of a abid,tocomplete installation. informalities, and to award in the best interest of the City of Tamarac. Bi available for review in the Purchasingp any bid, to waive any Payment must be made to the City f Tamarac For non -technical d documents will be Y be purchased at a cost of $S0.00 perset Office at (954) 724-2450 For technical issues, submit questions in writingto James Ical inquiries, contact the Purchasing fax 954) 724-2406 or email to 'im to rac.o ,include the Project Name a T. Moore, via correspondence. and Bid Number on all _ � James S. Nicotra, CPPB Senior Procurement Specialist Publish Sun Sentinel: Sunday, 02/29 and 03/7/2004 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equal Opportunky Employer Invitation to Bid Bid No. DIVISION 8 DOORS AND WINDOWS 08305 Access Door and Hatches DIVISION 9 FINISHES 09800 Special Coating 09850 Painting DIVISION 10 SPECIALTIES (Not Used) DIVISION 11 EQUIPMENT 11100 Pumps, General 11130 Submersible Non -Clog Pump DIVISION 12 DIVISION 13 DIVISION 14 DIVISION 15 15000 15006 15010 15020 15100 15105 15108 15110 15114 DIVISION 16 16000 16110 16120 16130 16141 16170 16440 16490 16900 DIVISION 17 17650 FURNISHINGS (Not used) SPECIAL CONSTRUCTION (Not Used) CONVEYING SYSTEMS (Not Used) MECHANICAL Piping, General Ductile iron Pipe Mill Piping, Exposed and Buried Pipe Supports Valves, General Check Valves Gate Valves Plug Valves Miscellaneous Valves ELECTRICAL Basic Electrical Requirements Raceways Wires and Cables Boxes Wiring Devices Grounding and Bonding Disconnect Switches Motors Submersible Pump Level Control Panel (provided by City) INSTRUMENTATION Pressure Gauges 3 of Tamarac Pumhasing and Conbad S D W,1r,n TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01010 Summary of Work 01015 City Fumished Equipment and Services 01025 Measurement and Payment 01040 Coordination 01070 Abbreviations 01090 Reference Standards 01200 Project Meetings 01300 Submittals 01380 01400 Construction Photographs 01510 Quality Control Temporary Utilities 01530 01540 Protection of Existing Facilities 01550 Demolition & Removal of Existing Structures & Equipment Site Access and Storage 01560 01600 Temporary Environmental Controls Materials and Equipment 01660 Equipment and Testing 01700 Project Closeout DIVISION 2 SITEWORK 02050 Demolition 02222 Excavation and Backfill for Utilities 02224 Excavation and Backfiil for Structures 02900 Landscaping DIVISION 3 CONCRETE 03100 Concrete Formwork 03200 Concrete Reinformcement 03300 Gast -in -Place Concrete 03315 Grout 03400 Precast Structures DIVISION 4 MASONRY (Not Used) DIVISION 5 METALS 05010 Metal Materials 05050 Metal Fastening 05500 Metal Fabrications 05515 Ladders DIVISION 6 WOOD AND PLASTICS (Not Used) DIVISION 7 THERMAL AND MOISTURE PROTECTION 07920 Sealants and Caulking 2 Of Tamarac and Contracts nfv;ei w, TABLE OF CONTENTS Bid 04-13B Invitationto Bid.............................................................................................. Instructions to Bidders'"'•'5 Special Conditions................................................................................... .......... Special Provision s..............................................................................................21 • • •-•- • 13 BidCov ersheet Checklist ................. ............................... Bid Form and Schedule....................................47 of Bid Prices............ Certified Resolution--� .................... ....•.....•,. 5CH-1 " ••'• • ' TO SCH-7 ........................... Non -Collusive............... Affidavit .............. Certification....................:...............................................................................1.2 Bidder's er's Qualification Statement ............................... 1 of 1 ................. References........................................................................................... .........1 - 3 Vendor Drug g-Free Workplace........... •••-••• ••1 of 1 _ List of..............................................................1 Subcontractors......... of 1 BidBand..................................................................... �..................................1 of 1 TrenchS Safety Act Farm ............... .................. .............. 1-2 Form Payment Bond .....I .................. Form Performance Bond ............... ..................... ••.. Application for Payment ................. Change Order................................................................................................1 of 1 Final Release of Lien b C Contractor ................ .•....... 1 of 1 Sample Form of Agreement ............. ........................................................... 1.8 1 CONTRACT DOCUMENTS FOR PUMP STATIONS 7, 7- AND 10 REHABILITATION FOR THE CITY OF TAMARAC CONSISTING OF BIDDING REQUIREMENTS CONDITIONS CONTRACTTHE FORMS SPECIFICATIONS 1 DRAWINGCONTRCT SWINGS CITY OF TAMARAC. UTILITIES _ ENGINEERING 5001 NOB HILL ROAD T'4MC, FL 33321 FEBRUARY 2004 "EXHIBIT B" TR #10409 INVITATION TO BID R1 BID No. 04-1 3B Pump stations 7, 7A and 10 Rehabilitation Issued on behalf of the Utilities Department City of Tamarac Purchasing Division 7525 NW Wh Avenue Room 1 oe Tamarac, Florida 33321-2401 (954) 724-2460 ITEM 6(L) BID AWARD AND AGREEMENT — PUMP STATIONS 7 7A AND 10 REHABILITATION PROJECT: (TR10409) Awarding Bid No. 04-13B to Cooper Contracting, Inc., and executing an agreement between the City of Tamarac and Cooper Contracting, Inc., for an amount of $389,417.00 for the Pump Stations 7, 7A, and 10 Rehabilitation Project; approving funding for this project from the appropriate Utilities Operational and CIAC accounts; authorizing the appropriate City Officials to administer the contract. BID DOCUMENTS DENOTED AS EXHIBITS `B' AND `C' ARE AVAILABLE IN THE OFFICE OF THE CITY CLERK FOR REVIEW ...... in ir:y.tii r� . rl Ccir r .... . ............... ........... ........ 'L CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY 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 Mark A. Cooper, President of Cooper Contracting, Inc., a Florida 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. , WITNESS my hand and official seal this L Lday ofAl-�4- , 2004. ,,".µY'•`�t USA M. KAVADAS # * MY COMMSSON M DD 28 Q N,EXPIRES; November 24_, -2.007 4iF4FF4 \VR B11* ihM Budget HotXy S6 v1 A6 Signature of Notary Public fate'of Florida at Large Print, Type or Stamp Name of Notary Public frP rsonally known to me or ❑ Produced Identification Type of I.D. Produced ❑ , DID take an oath, or �ID NOT take an oath. "EXHIBIT A" TR #10409 EXHIBIT "A" PS 7A PS 7 CITY OF TAMARAC UTILITIES ENGINEERING DEPARTMENT PUMP STATION'S 7 AND 7A VICINITY MAP SEWER / FORCE MAIN SERVICE JANUARY 2004 LAND SECTION 11 "EXHIBIT A" TR #10409 9 t /?� f1,,. '":`� �'F.2iC'?r`+? ing an �.gtliYr?f;?!i Div iron ... ................................. ...................................................... .....lr r ............... \ ........... ......... ......... ..... AGREEMENT BETWEEN THE CITY OF TAMARAC h a,1 COOPER CONTRACTING, INC. THIS AGREEMENT is made and entered into this c,�'Q day of [.� r 2004 by and between the City of Tamarac, a municipal corporation, with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Cooper Contracting, Inc., a Florida corporation, with principal offices located at 12275 SW 129th Court, Miami FL 33186 (the "Contractor") to provide the rehabilitation of Pump Stations 7, 7A and 10 as specified in Bid No. 04-13B. 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, terms and conditions of Bid 04-13B (General, Special and other Conditions), all drawings and 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 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 and Bid No. 04-13B, as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to perform the work as indicated in the specifications contained in the bid documents. b) 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 policies and procedures at the Contractor's expense. c) 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. d) 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 and Safety Manager before beginning ................................................................................................... ............................................ 4 '•1 is Por ! )sin � and C,.witrr cts Divi�•ion ......... ` .. ...... ...... .... 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 and 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 14 days after the date that Contractor receives Notice to Proceed. The work shall be substantially completed no later than 120 calendar days from receipt of the Notice to Proceed and shall be completed as final 30 calendar days from substantial completion. 5) Contract Sum The Contract Sum for the above work is Three Hundred Eighty -Nine Thousand, Four Hundred Seventeen Dollars and no cents ($389,417.00). 6) Payments Payments will be made in accordance with contract documents and terms and conditions of Bid 04-13B. 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. 7) Waiver of Liens 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 the subject of this Agreement. 8) Warranty Contractor warrants the work against defect for a period of one year(s) from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required in Technical Specifications and Terms and Conditions. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. All portions of the Project are to be completed according to the schedule. Once all work has been completed on a grouping of roadway segments, and the City has indicated, in writing, the final acceptance of landscaping, irrigation, brick paving, and ay ' s City i i. P7:?C,' . ; � ,� ......... F�;dYC�i ?iil't7 and O i1f)itiJ'r (� ivitYm . ...... r electrical work within said grouping, maintenance of the said roadways will be entirely the responsibility of the City. Contractor will be responsible for the coordination of all work to complete specific grouping of roadways before other groupings are commenced. The one (1) year warranty period for the Project does not begin until final acceptance of the entire project has been given and the Payment and Performance Bonds are released. 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 The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, 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. 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. i ......)!' / ,llll I <,)C ........ ......... ......... ......... ........ f and Cr)ntr i! t , Diw oCt �� ... ��tti.J�. S! t�..�....... ... ................... 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 Mark A. Cooper, President 12275 SW 129th Court Miami FL. 33186 PH: 305-969-9844 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon seven (7) 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. 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, ............ jr ljmhFisind (J and l r ; .... �'rltt�r is f !'lr'A In.. 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. Y Of era s Prrrt;hasing and Cwr.: r f rirsrr;rr ... ....... ..... 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 COOPER CONTRACTING, INC., signing by and through its President, duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary' Type/Print Name of Corporate Secy CITY OF TAMARAC 6( Joe'Schreiber, Mayor Date �,,??,k'�Jeffrey UMiMr, City Manager Date as to I s'Pfficiency: Mitchell &. aft, CityzAtton!r Y./ 7, Date Cooper Contracting, Inc. Company Name f Signature of President Mark A. Cooper Type/Print Name of President { n .((',ORPORATE SEAL) Date Al r yr Jr r i t ir,PE.'. u i Ki t i ti..; ii f fj .all;�t)tf P<1f;i 1 1 rlsiovl y. CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTYOt"- 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 Mark A. Cooper, President of Cooper Contracting, Inc., a Florida 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. WITNESS m hand and official seal this day of �f /? Y y . , G- , 2p04. LISA M. KAVADAS * MY COMMISSION # DD 269448 u.. F EXPIRES: Novembe124, 2007 Bonded Thru Budget N21d4 Sn� i:e• Signature of Notary Public State of f1 Florida at Large Print, Type or Stamp Name of Notary Public .. Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ take an oath, or ID NOT take an oath.