invitation to bid...this invitation to bid and subsequent investigation by the city. 3.2 preliminary...

342
INVITATION TO BID CITY OF GULFPORT LIFT STATION 2 FORCE MAIN EXTENSION AND LIFT STATION IMPROVEMENTS JUNE 2020 Project No. 00167-057-04

Upload: others

Post on 20-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

INVITATION TO BID CITY OF GULFPORT

LIFT STATION 2 FORCE MAIN EXTENSION AND LIFT STATION IMPROVEMENTS

JUNE 2020

Project No. 00167-057-04

Page 2: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. i Tech Specs_Front End

Document Information Prepared for City of Gulfport

Project Name Lift Station 2 Force Main Extension and Lift Station Improvements

Project Number 00167-057-04

Engineer of Record Kelly S. Wehner

Date June 2020

Prepared for:

City of Gulfport 2401 53rd Street S. Gulfport, Florida 33707

Prepared by:

Cardno, Inc. 380 Park Place Boulevard Suite 300, Clearwater, Florida 33759

Page 3: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Invitation to Bid ii Tech Specs_Front End

CITY OF GULFPORT INVITATION TO BID

LIFT STATION 2 FORCE MAIN EXTENSION AND LIFT STATION IMPROVEMENTS

Sealed bids for furnishing necessary labor, materials, incidental items and equipment for The City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements will be received at the City of Gulfport, Council Chambers, 2401 53rd Street South, Gulfport Florida 33707, in Pinellas County, until XXXX, 2020 at 1:00 PM, local time, at which time and place all bids will be publicly opened and read aloud. Each bidder's bid is to be accompanied by a bid guarantee made payable to the Owner in an amount at least equal to five percent of the bidder's maximum bid price and in the form of a certified check or bid bond. Bids must be sealed and marked "City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements."

Specifications and contract documents may be retrieved from the City’s website (under services) at http://mygulfport.us/bids/ There will be a mandatory pre-bid meeting on XXXX, 2020 at 10:00 AM, local time, Gulfport City Council Chambers, City of Gulfport, 2401 53rd Street South, Gulfport, FL 33707. Sealed bids must be submitted on proposal forms as provided (or exact copies thereof).

Bids may be withdrawn prior to the date of opening, but no bid may be withdrawn for a period of sixty (60) days after the date of opening. Bids must conform to the specifications and instruction to theBidders. Any deviation from the specifications must be shown.

The City reserves the right to accept or reject any and all bids, to accept bids in any order or combination, to re-advertise, to accept the bid which is deemed in the best interest of the City, and to waive any informalities or technicalities on bids. The decision as to what constitutes a technicality shall rest solely with the City of Gulfport, Florida.

A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public 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 a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

Persons with disabilities requiring reasonable accommodation to participate in this proceeding / event should call (727) 893-1013 (voice/TDD) or FAX (727) 893-1008, not later than seven days prior to the proceeding.

This project is partially funded by the Clean Water State Revolving Fund. Therefore, Federal and State Regulations including, but not limited to the following apply: Davis-Bacon Act, Copeland Act, and Contract Work Hours & Safety Standards Act; American Iron and Steel Requirements (Water Resources Reform and Development Act of 2014); and Section 287.135 of the Florida Statutes (Prohibition against contracting with scrutinized companies).

Lesley DeMuth, City Clerk

Page 4: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Table of Contents Tech Specs_Front End

Table of Contents

Part A Information to Bidders

Section 1 Information for Bidders 1

Reference Information 15

Statement of “No Bid” 16

Insurance Requirements Checklist 17

Section 2 Form of Bid 18

Section 3 Selection

Section 4 Award of Bid 21

Section 5 Scope of Services 22

Section 6 Contract Documents 23

Section 7 FDEP Supplementary Conditions 53

Section 8 Supplemental Requirements 99

Part B Technical Specifications

Section 1 Special Provisions 108

Attachment A 119

Section 2 Supplementary Technical Specifications 120

Part C Forms

Section 1 Bid Tabulation Forms 334

Proposal Signature Form 336

Section 2 Public Entity Crime Form 337

Part D Additional Information

Section 1 Addendums

Section 2 Contractor’s Cover Letter & Revised Cost

1

20

Page 5: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Part A Tech Specs_Front End

Part A – Information to Bidders

(Page Intentionally Left Blank)

2

Page 6: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

Section 1. Information to Bidders

1.1 Scope

The scope of this project comprises site and general construction of the Lift Station 2 Force Main Extension and Lift Station Improvements for the City of Gulfport, Florida as further described in the contract documents.

1.2 Definitions (as used herein)

a. The term “Invitation for Bid” means a solicitation of formal sealed bids. The acronym“IFB” means Invitation for Bid.

b. The term “bid” means the offer as a price by the bidder.

c. The term “bidder” means the offeror.

d. The term “Change Order” means a written order signed by the City Manager orauthorized representative directing the vendor to make changes to a contract ofpurchase order resulting from the IFB.

e. The term “City” means the City of Gulfport, Florida.

f. The term “City Council” means the governing body of the City of Gulfport, Florida.

1.3 Preparation of Bids

a. Bidders are expected to examine the specifications, drawings, and all special andgeneral conditions. No plea of ignorance by the bidder of conditions that exist or thatmay hereafter exist as a result of failure or omission on the part of the bidder to makethe necessary examinations and investigations, or failure to fulfill in every detail therequirements of the contract document, will be accepted as a basis for varying therequirements of the City of the compensation to the vendor.

b. The apparent silence of any supplemental specifications as to any details or theomission from it of a detailed description concerning any point will be regarded asmeaning that only the best commercial practices are to prevail and that only materialsof first quality and correct type, size and design are to be used. All workmanship isto be first quality. All interpretations of the specifications shall be made upon thebasis of this statement.

c. Bids shall be submitted on the Bid Form furnished with the specifications, other formsmay be rejected. Unless otherwise stated within the specifications, responses tothe IFB should be submitted in DUPLICATE for bid evaluation purposes.

d. Each bidder shall furnish the information required by the IFB. The bidder shall signthe IFB and print or type his name, address, and telephone number on the face pageand on each continuation sheet thereof on which he makes an entry.

3

Page 7: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

e. Unit price for each unit offered shall be shown, and such price shall include packingand shipping unless otherwise specified. A total shall be entered in the “Total” columnfor each item offered. In case of discrepancy between the unit price and extendedprice, the unit price will be presumed correct.

f. The bidders must state a definite time for delivery of supplies or performance ofservices.

g. Additional or alternate bids, unless specifically requested, will not be accepted.

h. The bidder should retain a copy of all bid documents for future reference.

i. All bids must be signed with the firm name by an officer or employee having authorityto bind the company or firm by his/her signature.

j. Each bidder's bid is to be accompanied by a bid guarantee made payable to theOwner in an amount at least equal to five percent of the bidder's maximum bid priceand in the form of a certified check or bid bond

k. Upon award of the bid, the successful bidder must provide a payment andperformance bond in the form identified in the bid package, within ten (10) days of thebid award date.

1.4 Submission and Receipt of Bids

a. Bids must be received at or before the specified time of opening as designated in theIFB. Bidders are welcome to attend bid opening; however, no award of bid will bemade at this time. A bid tabulation will be furnished, upon request.

b. Bids shall be submitted in a sealed envelope. The envelope shall show the hour anddate specified for receipt of bids, the bid number and the name and address of thebidder.

c. The City of Gulfport is not responsible for the U.S. Mail or private couriers in regardsto mail being delivered by the specified time so that a bid can be considered. Latebids will be rejected.

d. Telegraph bids will not be considered, however, bids may be modified by telegraphicnotice, provided such notices are received prior to the hour and date specified on thebid. Bids submitted by telephone or FAX will not be accepted.

e. Samples of items, when required, must be submitted within the time specified at noexpense to the City. If not destroyed by testing, vendor(s) will be notified to removesamples, at their expense, within thirty (30) days after notification. Failure to removesamples will result in the samples becoming the property of the City.

f. Failure to follow these procedures is cause for rejection of bid.

g. Bids having any erasures or corrections must be initiated by the bidder in ink. Bidsshall be signed in ink. All bid amounts shall be typewritten or filled in with ink.

4

Page 8: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

h. The City reserves the right to reject any or all bids received, to waive any irregularitiesin the bids received, or to accept the bid which best serves the interest of the City ofGulfport.

1.5 Acceptance of Offer

The signed bid shall be considered an offer on the part of the bidder; such offer shall be deemed accepted upon issuance by the City of a Purchase Order or other contractual document. The successful bidder shall be required to execute an agreement for construction services attached to this bid and incorporated therein as Exhibit A.

1.6 Clarification and Addenda

Any inquiries, suggestions, or requests concerning interpretation, clarification, or additional information pertaining to the Bid shall be made through the City of Gulfport no less than five (5) business days before the scheduled bid opening date. The City shall not be responsible for the oral interpretations given by any City employee, representative, or others. The issuance of a written addendum is the only official method whereby interpretation, clarification and additional information can be given. If any addenda are issued to this Bid, the City will attempt to notify all prospective Bidders who have secured same; however, it shall be the responsibility of each Bidder, prior to submitting the Bid, to contact the City of Gulfport at 727-893-1089, to determine if addenda were issued and make such addenda a part of the Invitation of Bid.

1.7 Firm Prices

The bidder warrants that prices, terms and conditions quoted in his bid will be firm for acceptance for a period of not less than ninety (90) days from the bid opening date unless otherwise specified in the IFB. Such prices will remain firm for the period of performance of resulting purchase orders or contracts, which are to be performed over a period of time. Additionally, and if mutually agreed by both parties, applicable unit prices may be applied to additional work outside the scope of the project for a period of two (2) years.

1.8 Estimated Quantities

Whenever a bid requests prices to be firm for the period of performance, should quantities or usages be shown, they are estimated only with no guarantee made by the City that these quantities shall be purchased. The quantities shown are for the bidder’s information only, and the City shall be bound only for actual quantities ordered.

1.9 F.O.B. Gulfport, Florida

Unless otherwise specified in the IFB, all prices quoted by the bidder must be F.O.B. Gulfport, Florida with all delivery costs and charges included in the bid price. Failure to do so may cause rejection of bid.

1.10 Award

5

Page 9: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

The contract of purchase order shall be awarded by the appropriate written notice to the bidder whose bid meets the requirements and criteria set forth in the IFB and as follows:

a. The ability, capacity and skill of bidder to perform the contract or provide the servicerequired;

b. Whether the bidder can perform the contract or provide the service promptly, or withinthe time specified, without delay or interference;

c. The character, integrity, reputation, judgment, experience and efficiency of the bidder;

d. The quality of performance of previous contracts or services;

e. The previous and existing compliance by the bidder with laws and ordinances relatingto the contract or services;

f. The sufficiency of the financial resources and ability of the bidder to perform thecontract or provide the service;

g. The quality, availability and adaptability of the supplies or contractual services to theparticular use required;

h. The ability of the bidder to provide future maintenance and service;

i. The number and scope of conditions attached to the bid.

j. The City reserves the right to accept or reject any or all bids or parts of bids, to waiveirregularities and technicalities, and to request re-bids on the material described in theIFB.

k. The City also reserves the right to award the contract on such material as the Citydeems will best serve its interests.

l. The City reserves the right to terminate the contract within thirty (30) days writtennotice of intent.

1.11 Brand Names

If and whenever in the specifications of brand names, make, name of any manufacturer, trade name, or vendor catalog number is specified, it is for the purpose of establishing a grade or quality of material only. When the City does not wish to rule out other competitors’ brands or makes, the phrase OR EQUAL is added. However, if a product other than the specified is bid, it is the bidder’s responsibility to identify such product in his bid and he must prove to the City that said product is equal to or better than the product specified. Unless otherwise specified, evidence in the form of samples may be requested if the brand being bid is other than specified by the City. Such samples are to be furnished after the date of bid opening only upon request of the City. If samples should be requested, the City must receive such samples no later than four days after formal request is made.

6

Page 10: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

1.12 Variations of Specifications

For purposes of bid evaluation, the bidder must indicate any variances from these specifications and/or conditions, no matter how slight. Any deviation from specifications must be explained in complete detail, including any drawings, engineering explanations and effect upon the costs.

If variations are not stated in the bid, it will be assumed that the product or service fully complies with the city’s specifications.

1.13 Material Quality

All materials, supplies, or equipment purchased and delivered against this contract will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24) hours at no charge to the City.

1.14 Acceptance of Material

The material delivered under this bid shall remain the property of the seller until a physical inspection and actual usage of this material and/or service is made, and thereafter is accepted to the satisfaction of the City. It must comply with the terms herein and be fully in accord with specifications and of the highest quality. In the event the materials and/or services supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the bidder and return product to bidder at the bidder’s expense.

1.15 Timely Delivery

Time will be of the essence for any orders placed as a result of this bid. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on the bid form.

1.16 City Indemnification RE: Patent & Copyright

The Vendor, in accepting this order, agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of goods and payment therefore by the City

1.17 Conflict of Interest

The bidder, by acceptance of this order, certifies that to the best of his knowledge or belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of the goods or services specified on this order.

7

Page 11: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

1.18 Public Entity Crime

A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public 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 a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

1.19 Options

When the City requests bids with options regarding the extent of services to be provided, the City requests that all bidders provide a cost breakdown for each option proposed. Although all options may be purchased, some may not. The City reserves the right to decide, at its discretion, which options shall be purchased.

1.20 Subcontracting

Where proposers do not have the “in-house” capability to perform work desired, or to provide a product as specified, in the Bid, subcontracting may be permitted with prior knowledge and approval of the City. The City must be assured and agree that any proposed subcontractor(s) can perform the work or provide the product at the desired quality and in a timely manner. Therefore, the name of any intended subcontractor(s) should be identified in the bid.

1.21 Taxes

The City of Gulfport is exempt from local, state, federal or transportation taxes, except excise tax on lubricants and batteries in accordance with Chapter 88-393, Laws of Florida, effective October 01, 1988. Exemption certificates will be provided upon request.

1.22 Manufacturer’s Certification

The City reserves the right to request from bidders a separate manufacturer certification of all statements made in the bid. Failure to provide such certification may result in rejection of bid or default termination of contract for which the bidder must bear full liability.

1.23 Default of Contract

In case of default by the bidder or contractor, the City may procure the items or services from other sources and hold the bidder or contractor responsible for any excess costs occasioned or incurred thereby.

8

Page 12: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

1.24 Modification for Changes

No agreement or understanding to modify this IFB and resultant purchase orders or contract shall be binding upon the City unless made in writing by the City Manager or authorized representative of the City of Gulfport.

1.25 Order of Precedence

In the event of an inconsistency between provisions of the IFB, the inconsistency shall be resolved by giving precedence in the following order:

a. Special provisions.

b. The Project Construction Plans

c. Instructions to Bidders and General Instructions.

d. Other provisions of the contract, whether incorporated by reference or otherwise.

e. The specifications.

1.26 Examination of Records

The bidder shall keep adequate records and supporting documentation applicable to the subject matter of this bid to include, but not limited to, records of costs, time worked, working papers and/or accumulations of data, criteria or standards by which findings or data are measured, and dates/times of pick-up or delivery. Said records and documentation shall be retained by the bidder for a minimum of one (1) year from the date the bid is completed and accepted by the City. If any litigation, claims, or audit is started before the expiration of the one (1) year from the date the bid is completed and accepted by the City. If any litigation, claim, or audit is started before the expiration of the one (1) year period, the records shall be retained until all litigations, claims, or findings, involving the records have been resolved. Should any questions arise concerning this bid the City and its authorized agents shall have the right to review, inspect, and copy all such records and documentation during the record retention period stated above; provided, however, such activity shall be conducted only during normal business hours and shall be at City expense. Bidders shall be authorized to retain microfilm copies in lieu of original records, if they so desire.

Any subcontractor(s) employed by a bidder who is subject to these requirements shall be subject to these requirements and the bidder is required to notify any such subcontractor(s).

1.27 Occupational Health and Safety

In compliance with Chapter 442, Florida Statutes, a Material Safety Data Sheet (MSDS) must accompany any item delivered to the City resulting from this bid. The MSDS must be maintained by the user agency and must include the following information:

a. The chemical name and the common name of the toxic substance.

b. The hazards or other risks in the use of the toxic substance, including:

9

Page 13: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

1. The potential for fire, explosion, corrosion, and reactivity;

2. The known acute and chronic health effects of risks from exposure, including themedical conditions which are generally recognized as being aggravated byexposure to the toxic substance; and

3. The primary routes of entry and symptoms of overexposure.

c. The proper precautions, handling practices, necessary personal protective equipment,and other safety precautions in the use of or exposure to the toxic substances.

d. The emergency procedure for spills, fire, disposal and first aid.

e. A description in lay terms of the known specific potential health risks posed by thetoxic substance intended to alert any person reading this information.

f. The year and month, if available, that the information was compiled and the name,address, and emergency telephone number of the manufacturer responsible forpreparing the information.

Any questions regarding these requirements should be directed to: Tom Nicholls.

1.28 Safety Clause

Any and all work originated from this bid must comply with all applicable safety laws based on any City, County, State and or Federal regulations.

1.29 Indemnification, Insurance and Bonds

a. Indemnification

To the fullest extent permitted by law, for Ten and 00/100 Dollars ($10.00),acknowledged to be included and paid for the Contract Amount, and other good andvaluable consideration, the Contractor shall indemnify and hold harmless from and payon behalf of the Owner, Engineer and their agents and employees all claims, damages,losses, and expenses, including, but not limited to, attorney’s fees arising out of orresulting from the performance of the Work, provided that any such claim, damage,loss, or expense;

> is attributable to bodily injury to or destruction of tangible property (other than theWork itself), including the loss of use resulting there from; and

> is caused in whole or in part by any negligent act or omission of Contractor, anySubcontractor, anyone directly or indirectly employed by any of them, or anyonefor whose acts he may be liable, regardless of whether or not it is caused in partby a party indemnification hereunder.

> Such obligation shall not be construed to negate, abridge, or otherwise reduceany other right or obligation of indemnity, which would otherwise exist as to anyparty or person, described in this Section. Nothing contained herein shall beconstrued as a waiver of any immunity from or limitation of liability the owner mayhave under this doctrine of sovereign immunity or Section 768.28, Florida

10

Page 14: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

Statutes. The obligations of the Contract under this Article shall not extend to the liability of Engineer, his agents, or employees arising out of:

> the preparation or approval of maps, drawings, opinions, reports, surveys,change orders, designs, or specifications; and

> the giving of or the failure to give directions or instructions by the Engineer, hisagents, or employees providing such, giving or failure to five is the primary causeof the injury or damage.

b. Waiver of Subrogation

The Owner and Contractor waive all rights against each other for damages caused byperils coverage by insurance provided under this Agreement to the extent covered bysuch insurance, except such rights as they may have to the proceeds of suchinsurance held by the Owner and the Contractor as trustees. The Contractor shallrequire similar waivers from all subcontractors and their subcontractors and suppliers.

The Owner and the Contractor waive all rights against each other for loss or damageto equipment used in connection with the Project and covered by any propertyinsurance. The Contractor shall require similar from all subcontractors and theirsubcontractors and suppliers.

The Owner waives subrogation against the Contractor on all property andconsequential loss policies carried by the Owner on adjacent properties and underproperty and consequential loss policies purchased for the Project after its completion.

If the insurance policies referred to in this Section require an endorsement to providefor continued coverage where there is a waiver of subrogation, the owner of suchpolicies will cause them to be so endorsed; failure to obtain endorsement nullifies thewaiver of subrogation.

c. Contractor’s Insurance

The Contractor shall not commence any Work in connection with this Agreement untilhe has obtained all of the following types of insurance and such insurance has beenapproved by the Owner, has named the Owner as an additional insured, except forWorker’s Compensation Coverage, nor shall the Contractor allow any Subcontractorto commence Work on his subcontract until all similar insurance required of theSubcontractor has been so obtained.

Such insurer shall have a currently valid Certificate of Authority issued by the State ofFlorida, Department of Insurance authorizing it to write insurance policies in the Stateof Florida and be doing business in the State of Florida. Insurers shall have at least aPolicy Holders Rating of A-, and Financial Rating of at least IV as identified in the latestissue of “Bests Key Rating Guide” unless otherwise accepted by the Owner in writing.

The Contractor’s insurance, and the insurance of any other party bound to theContractor, shall be considered primary. The Owner’s insurance, if any, shall beconsidered excess, as may be applicable to claims, which arise out of indemnification’s

11

Page 15: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

insurance, certificates of insurance and any additional insurance provisions of this Agreement.

d. Loss Deductible

The Owner shall be exempt from, and in no way liable for, any sums of money thatmay represent a deductible in any insurance policy. The payment of deductibles shallbe the sole responsibility of the Contractor.

e. Subcontractor’s Insurance

The Contractor shall require each of his Subcontractors to procure and maintain,during the life of the subcontract, insurance of the types specified in this Article orinsure the activities of his Subcontractors in his policy as required in this Article.

f. Certificate of Insurance

The Owner shall be furnished proof of insurance coverage as follows:

> The name of the insured Contractor, the specific job by name and job number,the name of the insurer, the number of the policy, its effective date, and itstermination date;

> Statement that the insurer will mail notice to the Owner and a copy to theEngineer at least thirty (30) days prior to any material changes in provisions,cancellation, renewal, or non-renewal of the policy;

> Certification of Insurance shall be in the form as approved by the Owner andsuch Certificate shall clearly state all the coverage’s required in this Article:

> If requested by the Owner, the Contractor shall furnish complete copies of hisand his Subcontractor’s insurance policies, forms and endorsements; and

> Receipt of certificates or other documentation of insurance or policies or copiesof policies by the Contractor or by any of its representatives that indicate lesscoverage than required by the Contract Documents does not constitute a waiverof the Contractor’s obligations to fulfill the requirements of this Article.

g. Worker’s Compensation Insurance

The Contractor shall take out and maintain, during the life of this Agreement, Workers’Compensation and Employer’s Liability Insurance for all his employees connected withthe Work of this Project, and in case any Work is sublet, the Contractor shall requirethe Subcontractor similarly to provide Workers’ compensation Insurance for all of thelatter’s employees, unless such employees are covered by the protection afforded bythe Contractor. Such insurance shall comply with the Florida Workers’ compensationLaw. In case any class of contract at the Project Site is not protected under theWorkers’ Compensation statute, the Contractor shall provide adequate insurance,satisfactory to Owner for the protection of employees not otherwise protected.

12

Page 16: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

h. Liability Insurance

The Contractor shall take out and maintain, during the life of this Agreement,Commercial General Liability and Commercial Automobile Liability Insurance whichshall protect Owner from claims for damages for bodily injury and personal injury,including accidental death, as well as claims for property damages which may arisefrom operating under this Agreement, whether such operations are by himself or byanyone directly or indirectly employed by him, and the amount of such insurance shallbe minimum limits as follows:

Commercial General Liability:

> Minimum Coverage is $1,000,000 including a separate project aggregate limit of$1,000,000 for the contract.

> Coverage shall include premises, operations, products, completed operations,independent contractors, contractual liability covering this Agreement, contractsand leases, broad form property damage coverage’s, personal injury and bodilyinjury.

> The contractor is required to continue to purchase products and completedoperations coverage for work performed under this Agreement for minimum ofthree (3) years following substantial completion.

> If Umbrella or Excess Liability coverage is used to satisfy the requirements of thisSection, it shall not be more restrictive than the underlying insurance policycoverage’s.

Commercial Automobile Liability:

> Minimum Coverage is $500,000.

> Coverage shall include bodily injury and property damage arising out ofownership, maintenance or use of any auto, including owned, non-owned andhired automobiles and employee non-ownership use.

i. Payment and Performance Bond

Contractor shall provide Owner with a Payment and a Performance Bond in theamount of the Contract Price within ten (10) days of the execution of an Agreement.Failure to provide the bond(s) shall result in the Agreement becoming null and void.No action on the part of the Owner shall be deemed to waive this requirement excepta written amendment to the Agreement. Said bonds shall be in substantially the sameform as in Section 255.05, Florida Statutes. Additionally, bonds must meet thefollowing specifications:

> The surety company shall have a currently valid Certificate of Authority issued bythe State of Florida, Department of Insurance, authorizing it to write surety bondsin the State of Florida and be doing business in the State of Florida;

13

Page 17: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Information to Bidders Tech Specs_Front End

> The surety company shall have a currently valid Certificate of Authority issued bythe United States Department of Treasury under Sections 9304 and 9308, Title31, of the United States Code;

> The surety company shall be in full compliance with the provisions of the FloridaInsurance Code;

> The surety company shall have at least twice the minimum surplus and capitalrequired by the Florida Insurance Code at the time the invitation to bid is issued;and

> The surety company shall have at least a Policy Holding’s Rating of “A-“ andFinancial Rating of at least IV in the latest issue of “Bests Key Rating Guide”.

Additionally, the subcontractor shall provide a payment and performance bond meeting the requirements specified above to the general contractor for the value of work included in that subcontractor’s scope or services.

Alternative forms of security as described in Section 255.05, Florida Statutes, are acceptable where approved by the Owner in writing.

1.30 Qualification of Bidders

A bidder may be required, before the award of any contract, to show the complete satisfaction of the City that he has the necessary facilities, equipment, ability and financial resources to perform the work in a satisfactory manner within the time specified.

1.31 Disqualification of Bidder

Any or all proposals will be rejected if there is any reason for believing that collusion exists among the bidders, and participants in such collusion will not be considered in future proposals for the same work.

1.32 Licenses and Permits

The Contractor shall possess all licenses and secure all permits and shall comply with all applicable laws, regulations and codes as required by the State of Florida, or by the City of Gulfport. The Contractor must fully comply with all Federal and State Laws and County and Municipal Ordinances and Regulations in any manner affecting the performance of the work.

1.33 Additional Information

Additional information may be obtained from the Public Works Department, (727) 893-1089, or from the individual listed on the IFB cover letter. Administration (727) 893-1089; FAX (727) 893-1080.

14

Page 18: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Reference Information Tech Specs_Front End

CITY OF GULFPORT, FLORIDA REFERENCE INFORMATION

FOR

City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

BID #2020-XX

Organization

Contact Person

Address

City_________________________________ State_______________ Zip

Phone Number (______)

Project Cost___________________________________ Date Performed

Organization

Contact Person

Address

City_________________________________ State_______________ Zip

Phone Number (______)

Project Cost___________________________________ Date Performed

Organization

Contact Person

Address

City_________________________________ State_______________ Zip

Phone Number (______)

Project Cost___________________________________ Date Performed

Organization

Contact Person

Address

City_________________________________ State_______________ Zip

Phone Number (______)

Project Cost___________________________________ Date Performed

Representative Typed Name/Title

Representative’s Signature

Firm

15

Page 19: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Statement of No Bid Tech Specs_Front End

CITY OF GULFPORT, FLORIDA STATEMENT OF NO BID

FOR City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

BID #2020-XX

IF YOU DO NOT INTEND TO BID ON THIS REQUIREMENT, PLEASE RETURN THIS FORM PRIOR TO DATE SHOWN FOR RECEIPT OF BIDS TO: CITY OF GULFPORT, OFFICE OF THE CITY CLERK, 2401 53RD STREET SOUTH, GULFPORT, FLORIDA 33707.

WE, THE UNDERSIGNED HAVE DECLINED TO BID FOR THE FOLLOWING REASON (S)

________ WE DO NOT OFFER THIS PRODUCT OR EQUIVALENT.

________ SPECIFICATIONS ARE TOO “TIGHT”, I.E. GEARED TOWARD ONE BRAND OR MANUFACTURER ONLY (PLEASE EXPLAIN BELOW).

________ UNABLE TO MEET SPECIFICATIONS (PLEASE EXPLAIN BELOW).

________ SPECIFICATIONS UNCLEAR (PLEASE EXPLAIN BELOW).

________ INSUFFICIENT TIME TO RESPOND TO INVITATION TO BID.

________ OUR PRODUCT SCHEDULE WOULD NOT PERMIT US TO PERFORM.

________ UNABLE TO MEET BOND REQUIREMENTS.

________ OTHER (PLEASE SPECIFY BELOW)

REMARKS:

WE UNDERSTAND THAT IF THE “NO BID” LETTER IS NOT EXECUTED AND RETURNED, OUR NAME MAY BE DELETED FROM THE LIST OF QUALIFIED BIDDERS FOR THE CITY OF GULFPORT FOR FUTURE PROJECTS.

Typed Name and Title

Company Name

Address

Signature

16

Page 20: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Insurance Requirements Checklist Tech Specs_Front End

CITY OF GULFPORT, FLORIDA INSURANCE REQUIREMENTS CHECKLIST

FOR City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

BID #2020-XX

Items marked “X” must be provided

General Liability Minimum LimitsRequired

X Commercial General Liability $ 1,000,000 General Aggregate Occurrence Form $__________ Product/Completed

Operations Aggregate

$ 1,000,000 Personal & Advertising Injury

$ 1,000,000 Each Occurrence X Automobile Liability

Owned, Hired &Non-Owned $ 500,000 Combined Single Limit Per Occurrence

X Workers Compensation Statutoryand Employer’s Liability $ 100,000 Each Accident

$ 100,000 Disease - Policy Limit $ 500,000 Disease - Each

Employee Professional Liability Errors (*To be

completed by Bidder)

and Omissions $__________ Aggregate *Deductible: $ $__________ Each Claim *Claims Made (Y/N)__________*Occurrence (Y/N)____________*Defense includedin Limits (Y/N)_______________

___ Builder’s Risk/Installation Floater (*To be completed by bidder) *Flood $___________________Limit $__________ 100% of completed

or *Transportation $________________Limit

Installed Value, All Risk

*Storage $___________LimitCity Must be a named insured. Copy of Policy will be

Required. ___ Other ___ ________________________ $____________________________________ ___ ________________________ $____________________________________

X The Certificate of Insurance must show “The City of Gulfport, elected officials and employees” as an additional insured.

X Certificates must give the City of Gulfport 30 days’ prior written notice of cancellation, non-renewal, or adverse change.

X Certificates must identify bid number and bid title.

Statement of Bidder: We understand the requirements requested and agree to comply fully.

____________________________________________________ Bidder – Authorized Signature A completed copy of this form with original signature must accompany bid.

17

Page 21: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Form of Bid Tech Specs_Front End

Section 2. Form of Bid

This section identifies specific information, which must be included with each response. Each bid shall be arranged in binder with tabs identifying the response to each specific item. Bids must contain:

2.1 Minimum Qualifications

a. The Contractor shall provide the following:

1. Minimum of one-year warranty.

2. Outside, independent laboratory testing is required on manufacturer’s productto be installed. This must be an original certified document from testinglaboratory.

2.2 Administrative Submittal

a. Bid Signature Form.

2.3 Information to be Submitted

a. Description of the firm's background and size, include a statement of qualificationsthat include the firm's professional credentials and experience in providing the typesof services enumerated in this Invitation to Bid (a minimum of 4 projects during thepast five years of a similar type as the project being bid). Also include a summary ofthe firm's current workload and evidence to reflect they satisfy the City’srequirement.

b. Identify each principle of the firm and the other "key personnel" who will beprofessionally associated with the City. Describe their respective area of expertise.Include personalized resumes, which identify the qualifications, training andexperience of each key personnel.

c. Provide an executive summary of your proposed services and its key features suchas materials used, installation preparation and installation, inspection, traffic control,warranty, work schedules, etc.

d. Provide the following Certifications:

1. Certified Drug Free Work Place.

2. Annual renewals must be turned in to the City of Gulfport, Florida.

18

Page 22: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Form of Bid Tech Specs_Front End

e. Submit any other additional information, which would assist the City in theevaluation of your bid.

f. List equipment that will be used on this project.

g. If subcontractors will be used, list the company and what their role will be at the timeof bid. No exceptions.

NOTE: The City reserves the right to make such investigation and solicit additional information on submittals, as it deems necessary to determine the ability of any bidder to perform the Scope of Services stated in this Invitation to Bid.

19

Page 23: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Selection Tech Specs_Front End

Section 3. Selection

3.1 Evaluation Factors

Evaluation factors are price and perceived ability of the Bidder to perform the Scope of Services as stated in this Invitation to Bid in the timeliest and efficient manner, and the bid which will overall best meet the needs of the City as determined from the responses to this Invitation to Bid and subsequent investigation by the City.

3.2 Preliminary Ranking

A Selection Committee may determine from the response to this Invitation to Bid and subsequent investigation as necessary, the Bidder most susceptible of being selected for award.

3.3 Review of Bidders and Bids

Review shall be conducted with responsible Bidders who may be reasonably susceptible of being selected for award, for the purposes of clarification to assure full understanding of and conformance to the solicitation requirements, the abilities of the bidders, and the proposal submitted.

3.4 Award

Award of an agreement is subject to the approval of City Council.

20

Page 24: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Award of Bid Tech Specs_Front End

Section 4. Award of Bid

4.1 General

The following general terms and conditions apply to the bid submitted for consideration.

a. The proposal will serve as a basis for executing an agreement.

b. Upon submission, all bids become the property of the City, which has the right touse any or all ideas presented in any bid submitted in response to this Invitation toBid whether or not the bid is accepted.

c. All products and papers produced in the course of this engagement become theproperty of the city upon termination or completion of the engagement.

4.2 Agreement

The vote of the City Council shall be the determination of an award of an agreement. The selected bidder shall then be required to sign a formal agreement, in a form acceptable to the City

21

Page 25: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Scope of Services Tech Specs_Front End

Section 5. Scope of Services

The bidder shall provide the necessary personnel, material, equipment, supplies, transportation and services to do all things necessary for the construction of the City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements. The project includes, but is not limited, to the following:

5.1 Required Services

a. The bidder shall provide all materials, labor, equipment, tools and devices requiredto construct the project. The bidder shall have the capability of performing Cityselected services. Use of subcontractors must be pre-approved by the City.

b. The bidder shall employ adequate staff to perform the services required, staffshould include; Project Representative, Project Manager, Field Supervisor andSenior Foreman. Staff shall be proficient and experienced in all phases of servicesmentioned.

c. The bidder shall perform all work and shall be a licensed Contractor for theseservices.

d. The bidder shall provide services that include traffic control, including FDOT Indexnumbers, safety measures for both the public and workers and shall coordinate allscheduling with the City.

e. The bidder shall provide an introductory and organizational seminar regarding itsservices after award to selected City representatives.

f. The bidder shall work with the City in establishing priorities and in preparing workassignments.

g. The bidder shall be completely responsible for the control of the environment of thework site during on-site operations. All precautions shall be taken by the selectedcontractor to protect the workers, public and City staff from the exposure to harmfulor hazardous substances.

h. The bidder shall mobilize and be on site within a maximum of fourteen (14) calendardays after issuance of contract. In the case of emergency, the bidder shall respondwithin two (2) hours of telephone notification to be followed by issuance of a writtenwork assignment.

i. The bidder shall inform the City of its planned work schedules and shall afford theCity reasonable opportunity to observe and inspect the bidder's work in process.The City will be advised of all schedule changes and notified when a work site is leftfor a 24-hour period when work is not complete. Working hours will be 7:00 a.m. to3:30 p.m., Monday through Friday, unless otherwise approved by the City.

22

Page 26: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Scope of Services Tech Specs_Front End

Section 6. Contract Documents

This section identifies specific information regarding the Contract and General Conditions for Construction of the City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements.

This AGREEMENT made on the ____ day of _____________, 2020, BETWEEN the owner, CITY OF GULFPORT (herein after referred to as OWNER), 2401 53rd Street South, Gulfport, FL 33707 and the Contractor,

PROJECT: City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements BID #2020-XX

CONTRACTOR:

ENGINEER: Cardno, Inc. 380 Park Place Blvd Suite 300 Clearwater, FL 33759

The OWNER and CONTRACTOR agree as follows:

ARTICLE 1 - CONTRACT DOCUMENTS 1. Enumeration of Contract Documents

Contract Documents comprise this Agreement, the plans, drawings, specifications, projectmanual, addenda, and other materials contained in the City of Gulfport Lift Station 2 ForceMain Extension and Lift Station Improvements. Documents comprising City of GulfportLift Station 2 Force Main Extension and Lift Station Improvements are incorporated intothis Agreement by reference and are part of the Agreement as if attached or repeatedherein. This Agreement represents the entire Agreement between the parties hereto andsupersedes any prior negotiations, representations, agreements, or understandings,either written or oral.

2. Intent of Contract DocumentsExecution of the Contract by the contractor is a representation that the Contractor hasbecome familiar with the Contract Documents and field conditions under which the Workis to be performed within the requirements of Work specified by the Contract Documents.

The headings of the sections of this Agreement and capitalization’s are for the purpose ofconvenience only and shall not be deemed to expand or limit the provisions contained insuch sections.

3. DefinitionsDefinitions are provided in Appendix 1 of this Agreement

ARTICLE 2 - SCOPE OF WORK The work covered by these Contract Documents includes the furnishing of all labor, equipment, materials and performing all operations in connection with installation of the designated improvements at Lift Station 1 and Lift Station 2 and the installation of the wastewater force main by horizontal directional drill and open cut. The force main scope of work includes installation of

23

Page 27: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

pipe by open cut and HDD, connections to existing force mains, line stop assembly, installation of valves, fittings, flow meter and vault, maintenance of traffic, and all appurtenances and restoration activities including asphalt pavement, brick pavement, driveway, sidewalk, and sod for a complete force main installation. The scope of work for the two (2) lift stations includes demolition of designated equipment and concrete slabs, structural improvements, support beams, installation of new pumps, motors, variable frequency drives and controls, SCADA improvements, emergency generator, concrete slabs and equipment pads, monorail system piping, valves, fittings, bypass pumping , and all other items required for the completion of the lift station improvements.

The Contractor shall perform all operations and incidentals necessary to complete the Work described in the Contract Documents.

ARTICLE 3 - COMMENCEMENT DATE The Commencement Date shall be established by the Owner and communicated to the Contractor in a Notice to Proceed (NTP) sent by registered mail to the Contractor’s place of business not later than 30 days following execution of the Contract, or receipt of proper permits from regulatory agencies having jurisdiction over the project, whichever is later.

The Contractor will not commence Work on the project until receiving a Notice to Proceed from the Owner.

ARTICLE 4 - SUBSTANTIAL COMPLETION DATE The Contractor shall commence work within 30 days from the date of the Notice to Proceed.

The contractor shall achieve Substantial completion of Work not later than 300 consecutive calendar days after the date specified by the Notice to Proceed, subject to adjustments of the Contract Time as provided in the Contract Documents. The Contractor shall achieve Final Completion of the Work not later than 30 days after reaching Substantial Completion.

Time limits herein stated in the Contract Documents are of the essence of the Contract. By executing the Agreement the Contractor confirms that the Contract Time is a reasonable period for performing the Work.

ARTICLE 5 - CONTRACT AMOUNT The Owner shall pay the Contractor the sum of ________________________________

; subject to additions and deductions as provided in the Contract Documents for all Work described in Article 12.

ARTICLE 6 - LIQUIDATED DAMAGES The Contractor and Owner mutually agree that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and Owner, that the time for the completion of the Work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing.

If the said Contractor shall neglect, fail or refuse to complete the work within the time specified, or any proper extension thereof granted in accordance with this Agreement, then the Contractor does hereby agree, as a part of consideration for the award of this contract, to pay the Owner the amount of $200 for each calendar day beyond the Substantial Completion Date not as a penalty but as liquidated damages for such breach of Contract. Furthermore, the contractor agrees to

24

Page 28: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

pay the Owner the amount of $200 for each calendar day the Work remains incomplete after the date established for Final Completion.

The said amount is fixed and agreed upon by and between the Contractor and Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount is agreed to be the amount of damages which the Owner would sustain. Also, failure to meet requirements for substantial or final completion shall subject the Contractor to re-inspection fees as set forth in Section 9-C-16.

Both Liquidated Damages and Re-inspection Fees shall be implemented using a Deductive Change Order or Construction Change Directive.

ARTICLE 7 - PAYMENTS 1. Progress Payments

Based upon Applications for Payment submitted to the Engineer by the Contractor andCertificates for Payments issued by the Engineer, the Owner shall make progresspayments on account of the Contract Amount to the Contractor as provided below andelsewhere in the Contract Documents.

The period covered by each Application for Payment shall be one calendar month endingon the last day of the month.

Provided an Application for Payment is received by the Engineer not later than the 15thday of the month, the Owner shall make payment to the Contractor not later than the lastday of the month. If a valid Application for Payment is received by the Engineer after theApplication date fixed above, payment shall be made 15 days after the Engineer receivedthe Application for Payment.

Each Application for Payment shall be based upon the Schedule of Values submitted bythe Contractor in accordance with the Contract Documents.

Applications for Payment shall indicate the percentage of completion of each portion ofthe Work as of the end of the period covered by the Application of Payment.

Subject to the provisions of the Contract Documents, the amount of each progresspayment shall be computed as follows:

Take that portion of the Contract Amount properly allocable to completed Work asdetermined by multiplying the percentage completion of each portion of the Work by theshare of the total Contract Amount allocated to that portion of the Work in the Schedule ofValues, less retainage of 10%.

Subtract the aggregate of previous payments made by the Owner.

The progress payment shall be further modified under the following circumstances:

Add, upon Substantial Completion of the Work, a sum sufficient to increase the totalpayments to 90% of the Contract Amount less such amounts as the Engineer and ownershall be determined for incomplete Work and unsettled claims.

2. Final Payment

25

Page 29: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Final payment, comprising the entire unpaid balance of the Contract Amount, shall be made by the Owner to the Contractor when the Contract has been fully performed and accepted by the Owner. Furthermore, payment shall be made within 15 days of the Owner receiving a final Certificate of Payment from the Engineer.

3. Certifying a Schedule of ValuesIf the Bid Proposal does not contain a Schedule of Prices, within 10 days after award ofthe Contract, the Contractor shall submit to the Engineer a Schedule of Values allocatingthe values of various portions of the Work, prepared in such form and supported by suchdata to substantiate its accuracy as the Engineer or Owner may require. The Schedule ofValues shall be reviewed by the Engineer and approved by the Owner, and shall be usedas the basis for reviewing the Contractor’s Applications for Payment.

The Schedule of Values shall include a cost breakdown indexed per the Sections of theSpecifications, which shall clearly set forth labor as distinct from materials and fromequipment.

4. Contractor Applications for PaymentBy the 15th of each month the Contractor shall submit to the City’s Representative anitemized Application for Payment in accordance with the Schedule of Prices. Suchapplication shall be supported by date substantiating the Contractor’s right to payment asthe Owner or Engineer may require. Payment shall be made on account of materials andequipment delivered and suitably stored at the site for subsequent incorporation into work.If approved in writing by the Owner, payment may similarly be made for materials andequipment suitably stored off the site.

Applications for Payment not include:

> Payments on account of changes in the Work which have not been approved bythe Owner in a Change Order; and

> Payment of amounts the contractor does not intend to pay to a Subcontractor orSupplier because of a dispute or other reason.

The Contractor warrants that the title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that all work, equipment and materials included in the Application for Payment are to the best of the Contractor’s knowledge, information and belief, free from liens, claims, security interests or encumbrances.

5. Certification of Payment RequestsWithin seven (7) days after receipt of a Contractor’s Application for Payment, the Engineer,in consultation with the Owner, will issue a Certificate for Payment for an amount theEngineer and Owner determines is due, or notify the Contractor in writing of the reasonsfor withholding certification. A Certificate of Payment shall not constitute acceptance ofWork not in accordance with the Contract Documents.

Criteria for Withholding a Certificate for PaymentThe Engineer or Owner may withhold a Certificate for Payment in whole or in part if in theCity’s opinion, the Contractor representations to the City are not supported. If theContractor and the City cannot agree on a revised amount, the City will promptly issue a

26

Page 30: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Certificate of Payment for the amount to which the City are able to certify payment. Certification may be withheld for these reasons:

> Defective Work not corrected;

> Reasonable evidence that the Work cannot be completed for the unpaid balanceof the Contract Amount;

> Damages owed to the Owner or others;

> Evidence that the Work will not be completed within the Contract Time, and thatthe unpaid balance would not be adequate to cover actual or estimatedLiquidated Damages; or

> Persistent failure to carry out the Work in accordance with the ContractDocuments.

When reasons for withholding certification are corrected, the Engineer and Owner will certify amounts previously withheld.

ARTICLE 8 - TERMINATION OR SUSPENSION OF THE CONTRACT 1. Termination by the Contractor

The Contractor may terminate the Contract if the work is stopped for a period of 60 daysor longer for the following reasons:

> Issuance or a Stop Work Order by a court or regulatory agency havingjurisdiction over the project; or

> An act of Government making materials or labor unavailable.

If any one of the reasons stated above exists, the Contractor shall be compensated as provided in this Agreement only for Work executed in accordance with the Contract Documents.

2. Termination by the Owner for CauseThe Owner may terminate the Contract due to the Contractor’s inability to perform forthese reasons:

> Refusal or failure to supply properly skilled workers or materials;

> Disregarding the laws, ordinances, or regulations of public authorities havingjurisdiction over the Work; or

> Substantially breaching provisions of the Contract Documents.

If such conditions exist, the Owner may, without prejudice of any other rights or remedies of the Owner, after having given the Contractor and the Contractor’s surety seven days written notice, terminate the Agreement and, subject to any prior rights or the surety:

> Take possession of the site and materials, equipment, tools, and machinerythereon owned by the Contractor;

> Accept assignment of Subcontracts; and

> Finish the Work by whatever means are available to the Owner

27

Page 31: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Should the Work be terminated according to this section the Contractor shall not be entitled to receive further payment until the Work is finished.

If the unpaid balance of the Contract Amount exceeds the costs of finishing the work, such excess shall be used to pay the Contractor amounts due for materials and equipment stored on site and Work completed in accordance with the Contract Documents which has been Certified by the Engineer and accepted by the Owner. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner, which obligation for payment shall survive the termination of the Agreement.

The costs of finishing the Work include, without limitation, all reasonable attorney’s fees, additional title costs, insurance, additional interest because of delay in completing the Work, and all other direct, indirect, and consequential costs incurred by the Owner by reason of the termination of the Contractor as stated herein. The Owner shall be entitled to hold all amounts due the Contractor at the date of termination until all of the Owner’s costs have been established, and to apply such amounts to such costs.

Should the Owner’s termination of the Contractor for Cause be challenged, and should such challenge prevail, then the Owner’s termination of the Contractor shall be deemed to have been a termination for Convenience.

3. Termination by the Owner for ConvenienceThe Owner may, without cause, order the Contractor in writing to suspend, delay orterminate the Work in whole or in part for such period of time the Owner may determine.The Owner shall adjust the Contract Amount for increases in the cost of performanceunder the Contract caused by suspension, delay, or interruption.

No change in Contract Amount shall be made where the suspension, delay, or interruptionfor which the Contractor is responsible or attributable.

In the event of termination for convenience by the Owner, the Contractor shall only beentitled to and paid compensation earned through the date of termination and TerminationExpenses. Termination Expenses are those directly attributable to termination (such asdemobilization costs). Contractor shall not be entitled to direct, indirect, or consequentialdamages, or other damages for loss from and including, but not limited to economic loss,loss of anticipated profits, idle equipment expenses, interest or carrying costs, overheadexpenses, loss of efficiency, or loss of productivity.

ARTICLE 9 - EXECUTION OF THE PROJECT A. OBLIGATIONS OF THE ENGINEER

1. Engineer as Owner’s RepresentativeThe Engineer will provide project management services as described in the ContractDocuments, and will serve as the Owner’s representative during construction, and untilfinal payment is certified. The Engineer will consult with and advise the owner. TheEngineer will have the authority to act on behalf of the Owner only to the extent as providedin the Contract documents.

The Engineer specifically assumes no duty or responsibility which may be construed asbeing for the benefit of and thereby enforceable by other parties providing labor, materialsor services in connection with the Work such as, though not limited to, Contractor,Subcontractors, Sub-subcontractors, their agents, employees, or any of their bondingcompanies, it being understood that the Engineer’s obligations are to the Owner, and in

28

Page 32: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

performing such obligations the Engineer may consequently alter the burdens and expense of such other parties. If the Contractor claims additional cost or time on account of the Engineer performing such obligations, the Contractor shall give notice as provided in Article 13. The Owner and Contractor shall communicate through the Engineer, communications by and with the Engineer and Engineer’s consultants shall be through the Engineer. Communications by and with subcontractors and suppliers shall be through the Contractor. Communication by and with other Contractors working on the site which are not parties to this Agreement shall be through the Owner.

2. Monitoring Progress, Quality and Compliance with Contract RequirementsThe Engineer will perform site inspections as critical stages of construction to becomegenerally familiar with progress and quality of completed Work to determine if in generalthe Work is performed in accordance with the Contract Documents. The Engineer willhave authority to reject work that does not comply with the Contract Documents.Wherever considered necessary, the Engineer may require additional inspection or testingof the Work whether the Work is fabricated, installed or completed.

The Engineer will not have control over or change of and will not be responsible forconstruction means, methods, techniques, sequences or procedures, or for safetyprecautions and programs in connection with the Work, since these are solely theContractor’s responsibility. The Engineer will not be responsible for the Contractor’sfailure to carry out the Work, since these are solely the Contractor’s responsibility. TheEngineer will not be responsible for the Contractor’s failure to carry out the Work inaccordance with the Contract Documents. The Engineer will not have control over orcharge of and will not be responsible for acts or omissions of the Contractor,Subcontractors, or their agents or employees, or of any other persons performing portionsof the Work.

Actions of the Engineer undertaken while providing administration of the Contract shall notbe construed as either supervision or coordination, since these are solely the Contractor’sresponsibility.

3. Review and Approval of Contractor’s SubmittalsThe Engineer will review and approve the Contractor’s Submittals, such as shop drawingsand product samples, for the limited purpose of checking for compliance with the ContractDocuments. The Engineer’s review does not relieve the Contractor of his obligationsunder the Contract to comply with the plans and specifications.

The Engineer’s approval of a submittal which contains a deviation which has not beenspecifically called to the Engineer’s attention excludes approval of that deviation and shallnot serve as a waiver of the rights of the Engineer or Owner unless the Engineer makesspecific written acceptance of said deviation on the Engineer’s letterhead or the Ownermakes specific written acceptance of said deviation on the Owner’s letterhead.

4. Interpret PlansThe Engineer will provide interpretations of the Plans and Specifications for compliancewith the Contract Documents. The Engineer’s response to interpretation requests shallbe made with reasonable promptness, or a maximum of 15 days from the date of writtenrequest.

Interpretations of the Engineer will be consistent with the intent of the Contract Documentsand will be documented in writing or in the form of plans and drawings.

29

Page 33: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

The Engineer may, as the Engineer judges desirable, issue additional drawings or information indicating in greater detail the construction or design of the various parts of the Work; such drawings or information may be affected by field order or other notice to the contractor, and provided such drawings or information may be affected by field order or other notice to the Contractor, and provided such drawings or information are reasonable consistent with the previously existing Contract Documents, the Work shall be executed in accordance with such additional drawings or information without additional cost or extension of the Contract Time. If the Contractor claims additional cost or time on account of such additional drawings or information, the Contractor shall give the notice provided in Article 13.

5. Approving Non-Substantial DeviationsThe Engineer will have the authority to order minor changes in the Work not involvingadjustments of Contract Amount or Contract Time, and which is not inconsistent with theintent of the contract Documents. Such changes shall be implemented by issuing aConstruction Change Directive that shall be immediately binding on the Contractor uponreceipt.

6. Certifying Applications for PaymentBased on the Engineer’s observations and evaluations of the Contractor’s Applications forPayment, the Engineer will review amounts due the Contractor and will, upon approval bythe Owner, issue Certificates for Payments.

7. Preparing Change OrdersThe Engineer will prepare Change Orders for approval by the Owner.

8. Substantial Completion and Acceptant ReviewsThe Engineer will conduct inspections, and if the Owner and Engineer find WorkSubstantially Complete, establish the date or dates of Substantial completion and the dateof Final Completion. The Engineer will receive and forward to the Owner for the Owner’sreview, project records, written documents required by the Contract and assembled by theContractor. The Engineer will issue a final Certificate for Payment upon compliance withrequirements of the Contract Documents and acceptance by the Owner.

B. OBLIGATIONS OF THE OWNER1. Project Manager

The Owner will designate a Project manager, through which the City will communicatewith the Engineer and Contractor.

2. Information Provided by OwnerThe Owner shall furnish surveys describing physical characteristics of the site, and utilitylocations as can be reasonably located from above ground evidence and records.

Information or services under the Owner’s control shall be promptly supplied to theContractor in order to promote orderly progress of the Work. Such information andservices will be provided to the Contractor free, unless otherwise provided in the ContractDocuments.

The Owner will furnish the contractor, free of charge, a maximum of ten sets ofConstruction Documents.

3. Permits

30

Page 34: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Unless otherwise provided in the Contract Documents, the Owner shall secure and pay for any and all Permits necessary to construct the facilities described by the Contract Documents.

4. Owner’s Right to Stop WorkIf the Contractor fails to correct Work that is not in accordance with requirements of theContract Documents or persistently fails to carry out Work in accordance with the ContractDocuments, the Owner may order the Contractor to stop work or any portion thereof untilthe cause of such order has been eliminated. Such an order must be in writing.

5. Owner’s Right to Carry Out WorkIf the Contractor defaults or neglects to carry out the Work in accordance with the ContractDocuments, after giving seven (7) days written notice, the Owner may without prejudiceto other remedies, correct such deficiencies. In such a case, a Change Order shall beissued deducting from the Contract Amount the cost of correcting such deficiencies,including additional design and administrative costs as may be necessary by default,neglect, or failure.

6. Interpretation of Contract Documents and PerformanceIn all matters concerning performance under this Agreement and requirements of theContract Documents, the Owner’s interpretation will prevail.

7. Approving Substantial DeviationsThe Owner will approve in writing all changes in the Work involving:

> Adjustments to the Contract Amount;

> Contract Time; or

> Work that is inconsistent with the intent of the Contract Documents.

A Change Order signed by the Contractor, Engineer, and the Owner shall effect such changes.

C. OBLIGATIONS OF THE CONTRACTOR1. Superintendent

The Contractor shall employ a competent Superintendent and necessary assistants whoshall be in attendance at the Project Site during performance of the Work. TheSuperintendent shall represent the Contractor, and communications given to theSuperintendent shall be as binding as if given to the Contractor.

2. Review of Contract DocumentsThe Contractor shall carefully review Contract Documents and information provided by theOwner, and shall at once report to the Engineer any errors, omissions, or inconsistenciesdiscovered.

If the Contractor performs any construction activities with knowledge of an error, omissionor inconsistencies in the Contract Documents without such notice to the Engineer, theContractor shall assume responsibility for such performance.

3. Review of Field ConditionsThe contractor shall take field measurements and verify field conditions and carefullycompare such with the Contract Documents before commencing the Work. Errors,omissions or inconsistencies discovered shall be reported to the Engineer at once.

31

Page 35: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

4. Supervision and Construction ProceduresThe Contractor shall perform the Work in accordance with the Contract Documents andSubmittals approved by the Engineer.

The Contractor shall supervise and direct the Work, using the Contractor’s best skill andattention. The Contractor shall be solely responsible for and have control overconstruction means, methods, techniques, sequences and procedures; and forcoordinating all portions of the Work, unless otherwise specified in the ContractDocuments.

The Contractor shall be responsible to the Owner for acts and omissions of theContractor’s employees, Subcontractors, Suppliers, and their agents and employees, andother persons performing portions for the Work under a contract with the Contractor or hisSubcontractors.

The Contractor shall not be relieved of obligations to perform the Work in accordance withthe Contract Documents either by activities or duties of the Engineer, or the Owner’sProject Manager, in administration of the Contract, or by tests, inspections or approvalsrequired or performed by persons other than the Contractor.

5. Inspection of WorkThe Contractor shall be responsible for inspection of portions of the Work alreadyperformed under this Contract to determine if such portions are in proper condition toreceive subsequent Work.

6. Labor and MaterialsUnless otherwise provided in the Contract Documents, the Contractor shall provide andpay for labor, materials, equipment, tools, water, electric, other utilities, transportation,taxes and other facilities and services necessary for proper execution and completion ofthe Work. It is the Contractor’s responsibility to provide these resources whethertemporary or permanent, and whether or not incorporated or to be incorporated in theWork.

The Contractor shall enforce strict discipline and good order among the Contractor’semployees and other persons carrying out the Contract. The Contractor shall not permitemployment of unfit persons or persons not skilled in tasks assigned to them.

7. WarrantyThe Contractor warrants to the Owner that materials, equipment, and skilled labor will beprovided in accordance with the Contract Documents, and that the Work will be free fromdefects for a period of one year from final acceptance. Work not conforming to theserequirements, including substitutions not properly approved and authorized, may beconsidered defective.

8. Construction SchedulePrior to issuance of a Notice to Proceed, the Contractor shall prepare and submit to theEngineer a Construction Schedule for the Work. The Schedule shall not exceed the timelimits established in the Contract Documents. The construction schedule shall documentmajor construction activities and tasks, identifying the estimated beginning and endingdates for each identifiable component of the Work. The Construction Schedule shall alsoidentify time critical activities or events that would most greatly affect the ConstructionSchedule. The Construction Schedule will be prepared in sufficient detail as may be

32

Page 36: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

acceptable to the Engineer. The Construction Schedule shall be revised at appropriate intervals as required by conditions of the Work.

9. Project RecordsThe Contractor shall maintain the following project records at the project site:

> Construction Schedule;

> Plans and Drawings;

> Specifications;

> Addenda;

> Change Orders;

> Construction Change Directives;

> Shop Drawings;

> Product Data;

> Samples;

> Required Submittals; and

> Superintendent’s Log.

Records shall be maintained in good order, and marked to reflect current changes and selections made during the construction process.

Records shall be available to the Engineer and Owner and, with the exception of the Superintendent’s Log, shall be delivered to the Engineer for submittal to the Owner upon completion of the Work.

Additionally, the Superintendent’s Log shall be delivered to the Engineer for submittal to the Owner upon completion of the Work.

Additionally, the Superintendent’s Log shall at a minimum document the dates and times of critical inspections; instructions received from the Engineer; and weather conditions including dates, times and amount of rainfall received.

10. Approval of Shop Drawings and Other SubmittalsThe Contractor shall review, approve and submit to the Engineer, Shop Drawings, ProductData, Samples, and other Submittals required by the Contract Documents for approval bythe Engineer prior to their implementation. The Contractor shall perform no portion of theWork requiring submittal and review of these or similar data until approved by theEngineer. Such Work shall be accomplished in accordance with approved Submittals.

The Contractor shall not submit any shop drawing or other submittal that is merely atracing or other copy of any of the Contract Documents. Each submittal item must beprepared by the Contractor, or for the Contractor by a Subcontractor or Supplier of theContractor. The Engineer shall have the authority to reject any submittal items that violatethis provision, and no extension of Contract Time shall be given on account of suchrejection. Engineer’s review and action on any such Submittals shall not serve as a basisfor or give rise to any claim in favor of Contractor or any third party against the Owner orEngineer.

33

Page 37: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

By submitting the materials described above to the Engineer for approval, the Contractor represents that he has determined and verified materials, field measurements, and field construction criteria related to the Submittals and has checked and verified their compliance with requirements of the Contract Documents. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or other Submittals. The Contractor shall not be relieved of responsibility for deviations from the requirements of the Contract Documents unless the Engineer makes specific written acceptance of said deviations on the Engineer’s letterhead.

11. Use of the Project SiteThe Contractor shall confine operations to the Site as designated by the Owner, and shallconfine operations and activities to those permitted by law, ordinances, permits, and theContract Documents; and should not unreasonably encumber the site with materials orequipment. The Contractor is specifically prohibited from the storage of materials,equipment, or supplies not related to the Work on the Project Site.

The Owner will be responsible for resolving disputes between the Contractor and otherContractors with which the Owner has a separate Agreement concerning use of theProject Site.

12. Cleanup of Project SiteThe Contractor shall keep the premises and surrounding area reasonably free or rubbish,waste materials, or debris caused by operations of the Contract. At completion of theWork, the contractor shall remove from and about the Project Site, waste materials,rubbish, tools, construction equipment, machinery, and surplus materials to the Owner’ssatisfaction. Should the Contractor fail to clean up as provided in the Contract Documents,the Owner may do so and the cost charged to the Contractor though a deductive ChangeOrder or Construction Change Directive.

13. Observations and InspectionsThe Contractor shall provide owner and Engineer access to the Work, wherever locatedand in whatever stage of construction for the purpose of providing inspections andobservations necessary to assess compliance with applicable codes and to identify thequality and quantity of Work performed.

If a portion of the Work is covered contrary to the Engineer’s request or to the requirementsexpressed in the Contract Documents, it must be uncovered to allow the requestedinspection or observation and replaced at the Contractor’s expense without change inContract Time.

If a portion of the Work has been covered for which the Owner or Engineer as notspecifically requested prior to observation, the Engineer may request to see such Workand the Contractor shall uncover it. If such Work has been completed in accordance withthe Contract Documents, the cost for uncovering and replacement shall be born by theOwner and implemented through a Change Order recommended by the Engineer andapproved by the Owner. If such Work was inspected and found not to be in conformancewith the Contract Documents, the Contractor shall pay the cost of uncovering andreplacement without a change in Contract Time.

14. Correcting Rejected WorkThe Contractor shall promptly correct Work rejected by the Engineer for failing to conformto the requirements of the Contract Documents, whether observed before or after

34

Page 38: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Substantial Completion and whether or not fabricated, installed, or completed. The Contractor shall bear the costs of correcting such Work, including those for additional testing and inspections and compensation for any additional design or necessary administrative costs.

If, within one year after the date of Final Acceptance, or before the expiration of warranties provided by the Contractor, Subcontractor, or Suppliers, whichever is greater, or by the terms of a special warranty required by the Contract Documents; any of the Work is found to not be in accordance with the Documents, the contractor shall correct it promptly after receipt of a written notice from the Owner. This obligation shall survive acceptance of the Work under the contract and Termination of the Contract, if the Owner has exercised such Termination.

If the Contractor fails to correct nonconforming Work, within a reasonable time, the Owner may complete the work in accordance with the provisions in Article 9-B-5 of this Agreement.

Acceptance of Non-Conforming Work The Owner may at his option accept Work that is not in accordance with the requirements of the Contract Documents instead of requiring its removal and correction. In such cases the Contract Amount will be reduced as appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made.

15. Tests & InspectionsTests, inspections and approvals of portions of the Work required by law, ordinance, rules,regulations, or other orders of public authorities having jurisdiction shall be made at theappropriate time. Unless otherwise provided, the Contractor will make arrangements forsuch tests, inspections and approvals, and shall be responsible for paying testing,inspection and re-inspection fees.

Other tests, inspections, and approvals required by the Contract Documents shall also bemade at the appropriate times. The Contractor shall make arrangements for such tests,inspections and approvals within the independent testing laboratories or entitiesdesignated by the Owner. The Owner shall bear the costs related to these tests,inspections and approvals.

For all tests and inspections conducted under this section, the Contractor shall give theEngineer timely notice of when and where tests and inspections are to be made so thatobservations may be made.

If tests or inspections reveal failure of portions of the Work to comply with the ContractDocuments, or approval is not secured from a public authority having jurisdiction over theproject for a portion of the Work covered by the Contract Documents, the Contractor shallbear all costs made necessary by such failure.

Certificates of testing, inspection or approval shall be secured by the Contractor andpromptly delivered to the Engineer.

ARTICLE 10 – SUBCONTRACTORS 1. Reporting of Proposed Subcontractors

As soon as practical after the issuance of a Notice to Proceed, or as otherwise providedin the Contract Documents, the Contractor will furnish in writing to the Engineer the names

35

Page 39: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

of persons or entities, including Subcontractors, material suppliers, equipment, suppliers, and fabricators proposed for Principal Portions of the Work. After conferring with the Owner, the Engineer will promptly inform the Contractor in writing whether or not there are reasonable objections to any of the proposed persons or entities unto which the Contractor proposes to enter into an Agreement.

2. Rejection of SubcontractorsNeither the Contractor nor the Owner shall be required to Contract with anyone to whomeither party has made a reasonable objection; exception instances where the ContractDocuments require use of a material, equipment, or other produce for which there is noacceptable alternate supplier or installer.

3. Removal of SubcontractorsThe contractor shall not change a Subcontractor, person or entity previously selected ifthe Owner makes reasonable objection to such change.

4. Subcontractors Bound by Contract DocumentsBy appropriate Agreement, the Contractor shall require each Subcontractor, to the extentof the Work to be performed by the Subcontractor, to be bound to the Contractor by theterms of the Contract Documents, and to assume toward the Contractor all obligations andresponsibilities which the Contractor, under this Agreement, assumes toward the Owner.

Each Subcontract shall preserve and protect the right of the Owner under the ContractDocuments with respect to the Work to be performed by the Subcontractor so theSubcontracting thereof will not prejudice such rights and shall allow the Subcontractor, tothe extent provided in the Contract Documents, the benefit of all rights, remedies andredress against the Contractor that the Contractor has against the Owner.

In all Contracts between the Contractor and Subcontractor, suppliers, or fabricators, theOwner will be named as third party beneficiary.

The Contractor assigns each Subcontract for a portion of the Work to the Owner underthese conditions:

> Assignment is effective only after termination of the Contract by the Owner forcause pursuant to Article 8-2 of this Agreement.

> Assignment is subject to the prior rights of the surety, if any, obligated underbond relating to the Contract.

ARTICLE 11 - CONSTRUCTION BY OWNER OR SEPARATE CONTRACTORS 1. Owner’s Right to Perform Construction

The Owner reserves the right to perform construction or operations related to the Projectoutside the scope of this Agreement with Owner’s own forces and to award separateContracts in connection with other portions of the Project not covered under the scope ofthis Agreement.

2. Owner to Provide CoordinationThe Owner shall provide for coordination of activities of the Owner’s own forces and forthe Contractors under a separate Agreement to provide construction services on theProject Site. If part of the Contractor’s Work depends upon prior Work performed by theOwner or other separate Contractors, the Contractor shall, prior to proceeding with that

36

Page 40: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

portion of the Work, promptly report to the Engineer apparent discrepancies or defects in other such construction that would render it unsuitable for the proper execution and results of the Contractor’s Work. Failure of the Contractor to so report shall constitute an acknowledgment that the Owner’s previously completed construction is fit and proper to receive the Contractor’s Work.

ARTICLE 12 - CHANGES IN THE WORK 1. Contract Held Valid

Changes in the Work may be accomplished after execution of the Contract withoutinvalidating the Contract where they are documented by a Construction Change Directiveexecuted in accordance with this Agreement.

2. Construction Change DirectiveA Construction Change Directive prepared and signed by the Engineer will direct allchanges in the Work. A Construction Change Directive signed by the Contractor indicatesagreement of the Contractor with the actions specified in the Directive, including theinclusion or absence of an adjustment in Contract Amount or Contract Time or the methodfor determining them. Construction Change Directives shall be issued using AIA FormG714.

3. Construction Change OrderIn addition to a Construction Change Directive, a Construction Change Order will berequired wherever the issuance of a Construction Change Directive would involve achange in:

> Contract Amount;

> Contract Time; or

> The intent of the Contract Documents.

In such instances, the Engineer, Contractor and Owner must sign a Construction Change Order. Construction Change Orders shall be issued using AIA Form G701.

Change Orders may not have typed text altered or additions placed thereon after the signing process has begun. Change Orders with alterations to typed text or additions placed thereon shall not be considered by such, and the original Change Order shall govern. Should alterations or additions to a Change Order be desired, said Change Order shall be re-typed and re-signed, and said Change Order shall be identified as “Revised”.

4. Changes in Contract AmountOnly Construction Change Order shall grant changes in Contract Amount. Claims fordisputes concerning Contract Amount shall be determined in accordance with Article 13of this Agreement.

5. Cost of WorkThe term “Cost of Work” or “Direct Cost”, for the purpose of Change Orders, means thecosts necessarily incurred and paid by the contractor in the proper performance of theChange Order Work. Except as may be agreed to in writing by the Owner, such costsshall be in amounts no higher than those prevailing in the area of the project and mayinclude the following categories:

37

Page 41: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

> Labor (payroll, taxes, fringe benefits, worker’s compensation, health andretirement benefits, sick leave).

> Owned equipment (at lowest applicable equipment manual rate).

> Rented equipment (at actual rental rate).

> Materials

> Supplies

> Subcontractor’s costs.

> Bonds and insurance.

The Contractor shall require all Subcontractors and suppliers to comply with all requirements of, and provide itemizations of all claims in accordance with this Article.

The term “cost of the Work” or “Direct Cost” shall not include any of the following:

> Payroll costs and other compensation of the Contractor’s officers, executives,principals (of partnership or sole proprietorships), general managers, Engineers,Engineers, estimators, lawyers, auditors, accountants, purchasing andcontracting agents, expediters, timekeepers, clerks, and other personnelemployed by the Contractor whether at the site or in its principal or branch officefor general administration of the Change Order Work and not specificallyincluded in the agreed upon schedule of job classifications, all of which are to beconsidered administrative costs covered by the contractor’s allowance foroverhead and profit.

> Extraordinary fringe benefits not specifically identified, above.

> Expenses of Contractor’s principal and branch offices other than the Contractor’soffice at the job site.

> Any part of the Contractor’s capital expenses, including interest on theContractor’s capital used for the Change Order Work and charges against theContractor for delinquent payments.

> Costs due to the negligence of the Contractor, any Subcontractor, or anyonedirectly or indirectly employed by any of them or for whose acts any of them maybe liable, including, but not limited to, the correction for defective Work, disposalof materials or equipment wrongly supplied, and making good any damage toproperty.

For all changes, the Contractor shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Engineer. When a credit is due, the amount of the credit to be allowed by the Contractor to the Owner for any such change which results in a net decrease in direct cost will be the amount of the actual net decrease in direct cost as determined by the Engineer plus the actual reduction in overhead and profit. When both additions and credits are involved in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether an increase or decrease. In any event, the minimum detail shall be an itemization of all man hours required by discipline/trade with the unit cost per man hour and total labor price, labor burden equipment hours and rate for each piece of equipment, material by

38

Page 42: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

units of measure and price per unit, other costs specifically itemized, plus the overhead and profit allowance.

The allowance for combined overhead and profit included in the total cost to the Owner shall be based upon the following schedule:

> For the Contractor, for Work performed by the Contractor’s own forces, fifteenpercent (15%) of the cost.

> For the Contractor, for Work performed by the contractor’s Subcontractor, sevenand one-half percent (7½%) of the amount due to the Subcontractor.

> For each Subcontractor or Sub-subcontractor involved, for Work performed bythat Subcontractor’s or Sub-subcontractor’s own forces, fifteen percent (15%) ofthe cost.

> For each Subcontractor, for Work performed by the Subcontractor’s Sub-subcontractor, seven and one-half percent (7½%) of the amount due theSubcontractor.

6. Changes in Contract TimeOnly Construction change Orders shall grant changes in Contract Time. Claims fordisputes concerning Contract Time shall be determined in accordance with Article 13 ofthis Agreement.

7. Changes in Contract Time Due to Weather ConditionsThe Contractor shall consider climatic conditions in preparing the construction scheduleand shall anticipate therein periods where work may not be practical due to adverseweather conditions.

Weather conditions shall not comprise grounds for extension of Contract Time unless theContractor is able to demonstrate that the number of rain days during the entire ContractTime exceeded 120% of that for the same period in the prior year. In making such anassertion, the Contractor shall use rain data recorded in the Superintendent’s Log, whichmust include the date, duration and volume of rain recorded at the Project Site for eachday, as compared to that recorded for the area closest to the Project Site, as reported bythe National Weather Service. The Owner shall determine the criteria for establishing “raindays”.

8. Contractor’s Obligation to Comply with Construction Change DirectivesUpon receipt of a Construction Change Directive, the Contractor shall promptly proceedwith the change in the Work. The Contractor shall promptly comply with the ConstructionChange Directive whether or not a Construction Change Order has been executed.

9. Effective Date of Change OrdersConstruction Change Orders shall become effective immediately upon execution by theContractor, Engineer, and Owner.

ARTICLE 13 - CLAIMS AND DISPUTES 1. Time Limits on Claims

Contractor Claims must be made by written notice within 14 days after the occurrence ofthe even giving rise to such Claim or within 14 days after the Contractor would havereasonably first recognized the condition giving rise to the Claim, whichever is later.

39

Page 43: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Claims for additional time and additional compensation must be made in accordance with the conditions of this Article.

Such written notice of Contractor Claims shall be complete. Written notice which is incomplete and only partially identifies a claim with wording such as “(time or cost) impact to be determined at a later date” or “we reserve the right to claim additional (time or cost) at a later date” will not be considered.

2. Continuing Performance on the ContractPending resolution of a Claim, unless otherwise agreed to in writing, the Contractor shallproceed diligently with performance of the Contract and the Owner shall continue to makepayments in accordance with the Contract Documents.

3. Claims for Concealed or Unknown ConditionsIf conditions are encountered at the Site which are subsurface or otherwise concealedphysical conditions which differ materially from those indicated in the Contract Documents,or comprise unknown physical conditions of an unusual nature which differ materially fromthose ordinarily found to exist and are generally recognized as inherent in constructionactivities of the character provided for in the Contract Documents; then the Contractorshall inform the Project Engineer of the materially different field conditions in writing within14 days after first observance of the conditions, or within 14 days after the Contractorwould have reasonably first recognized the materially different field conditions.

The Engineer will promptly investigate and report to the Owner if field conditions werefound to be materially different than those which have been reasonably found given thecriteria indicated above. If field conditions are found to be materially different, the Ownershall prepare a Construction Change Order providing an equitable adjustment in ContractAmount and/or Contract Time.

If the Owner determines that the conditions at the site are not materially different fromthose indicated in the Contract Documents and that no change in the terms of the contractare justified, the Owner shall so notify the Contractor in writing stating the reasons.

4. Claims for Additional TimeThe Contractor will make claims for an increase in Contract Time by presenting a “Requestfor Delay” (RFD) form to the Engineer within 14 days of the occurrence giving rise to theclaim. All claims for an increase in the Contract Time are waived if not so presented.Owner or Engineer will supply RFD forms to the Contractor.

The sole and exclusive manner of increasing the Contract Time due to some occurrencegiving rise to the representation of an RFD form is by Construction Change Order. Timelypresentation of an RFD form is the prerequisite for obtaining a Construction ChangeOrder. The Construction Change Order shall address any and all Claims based on saidoccurrence. With respect thereto, Contractor agrees that its exclusive remedy for delaysin the performance of the Contract caused by events beyond its control, including delaysclaimed to be caused by the Owner or the Engineer or attributable to the Owner or theEngineer, and including Claims based on breach of Contract or negligence, shall be anextension of the Contract Time. Contractor hereby waives any and all Claims based onsaid occurrence that are not addressed by the Construction Change Order.

Nothing contained herein will prevent the parties from increasing the Contract Time bymutual agreement.

40

Page 44: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

5. Claims for Additional CompensationOwners liability to Contractor for any Claims other than Claims for extension of ContractTime, as described above, arising out of or related to the subject matter of this Contract,whether in Contract or Tort, including but not limited to, claims for payment by Owner ofthe costs, damages, or losses because of changed condition under which the Work is tobe performed or for additional Work, shall be governed by the following provisions:

> All Claims must be submitted as a Request for Construction Change Order in themanner provided herein;

> Contractor must submit a Notice of Claim to the owner and to the Engineer withinfourteen days (14) of when the Contractor was, or should have been aware of theoccurrence of the event giving rise to the Claim; and

> Within fourteen days (14) of submitting its Notice of Claim, Contractor shallsubmit to the Engineer and Owner its Request for Construction Change Orderusing AIA Form G701, which shall include a written statement of details of theClaim, including a description of the Work affected.

Contractor agrees that the Owner shall not be liable for any Claim the Contractor fails to submit as a Request for Construction Change Order or as a timely presented RFD form as provided in this Agreement.

After receipt of a Request for Construction Change Order, Owner, in consultation with the Engineer, shall deliver to the Contractor within thirty (30) days after receipt of request its written determination of the Claim.

Contractor’s exclusive remedy for delays in performance of construction caused by delays claimed to be caused by or attributable to the Owner or the Engineer including claims based on breach of contract or negligence, shall be a Claim or a RFD form submitted in compliance with this Article.

Contractor expressly agrees that the conditions established by this Article constitutes its sole and exclusive remedies for delays and changes in such Work and eliminates any other remedies for Claim for increase in the Contract Amount, delays, changes in the Work, damages, losses, or additional compensation.

6. Resolution of Disputes by the OwnerIf a Claim has not been resolved after consideration under other terms of this Article, theEngineer shall notify the Contractor in writing that the Owner shall make a determinationwithin seven (7) days, which determination shall be final and binding on the Parties, butsubject to litigation in a court having competent jurisdiction. Upon expiration of such timeperiod, the Owner shall render to the parties a written decision relative to the Claim,including any change in Contract Amount and/or Time.

If there is surety and there appears to be a possibility of the Contractor’s default, the Ownermay, but is not obligated to, notify the surety and request the surety’s assistance inresolving the dispute.

7. Injury or Damage to Person or PropertyIn any party to the Contract suffers injury or damage to person or property because of anact or omission of the other party, of any of the other party’s employees or agents, or forothers whose acts such party is legally liable; written notice of such injury or damage,

41

Page 45: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

whether or not insured, shall be given to the other party within a reasonable amount of time not exceeding 21 days after first observance. The notice shall provide sufficient detail to enable the other party to investigate the matter. If a Claim for additional cost or time related to the Claim is asserted, it shall be filed as a Claim pursuant to the conditions of the Article.

ARTICLE 14 - PROJECT CLOSEOUT 1. Substantial Completion of a Designated Portion

The Owner may release a Designated Portion of the Work under this Contract upon theissuance of a Certificate of Substantial Completion for the Designated Portion.Subsequent to said release, the Owner may make payment to the Contractor up to thepro-rated amount of the Contract Amount that is allocable to the value of the DesignatedPortion of the Work under the Contract. Payment under this provision may be made in fullwith no retainage, or a lesser retainage, at the sole discretion of the Owner.

Further, the parties agree that in the event the Owner releases a Designated Portion ofthe Work, whether or not retainage is released for the Designated Portion of the Work, theContractor agrees that all insurance required by the Contract Documents will remain in fullforce and effect until final acceptance of the entire Work by the Owner.

2. Substantial CompletionWhen the Contractor considers that the Work or a portion thereof, which the Owner agreesto accept separately, is Substantially Complete, the Contractor shall prepare and submitto the Engineer a comprehensive list of items to be completed and corrected. TheContractor shall proceed promptly to complete and correct items on the list. Failure toinclude an item on the list does not relieve the Contractor of the responsibility to completeall Work in accordance with the Contract Documents.

Upon receipt of the Contractor’s list, the Engineer will make an inspection, and with theapproval of the Owner, determine whether the Work, or designated portion thereof, isSubstantially Complete. If the Engineer’s inspection discloses any item, whether or notincluded on the Contractor’s list, which is not in accordance with the requirements of theContract Documents, the Contractor shall, before issuance of the Certificate of SubstantialCompletion, complete or correct such item upon notification by the Engineer.

The Contractor may request additional inspections by the Engineer as may be reasonableto determine when Substantial Completion has been achieved. When the Work ordesignated portion thereof, is Substantially Complete, the Engineer will prepare aCertificate of Substantial Completion that shall establish the date of SubstantialCompletion and shall establish responsibilities of the Owner and Contractor for:

> Security;

> Maintenance;

> Water, sewer, electric and other utilities;

> Damages to the Work; and

> Insurance Responsibilities

The Certificate shall also establish the time within which the Contractor shall finish all items on the list of incomplete Work or corrections otherwise necessary to meet the requirements of the Contract Documents.

42

Page 46: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Warranties required by the Contract Documents shall commence on the date of Substantial Completion, or designated portion thereof, unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to each.

Upon Substantial Completion of the Work, or designated portion thereof, and upon application by the Contractor, certification by the Engineer, and approval by the Owner, the Owner shall make payment, reflecting adjustment in retainage, if any, for such Work or portion thereof as provided in the Contract Documents.

3. Final Acceptance and PaymentUpon receipt of written notice that the Work is ready for Final Inspection and upon receiptof a Final Application for Payment, the Engineer shall promptly inspect the Work. Whenthe Engineer and Owner find the Work acceptable under the Contract Documents and theContract fully performed, the Engineer shall issue a Certificate for Final Payment.

Neither final payment or any remaining retainage shall become due until the Contractorsubmits to the Engineer all information required in the Contract Documents, including, butnot limited to, warranties, as-built plans, and operation and maintenance manuals.

Furthermore, final payment, nor any remaining retainage, shall become due until theContractor executes and presents to the Owner a “Certificate of Claims Paid” and“Release of all Claims” form in such a form as may be acceptable to the owner.Acceptance of final payment by the Contractor shall comprise a release of all claims underthe Contract, and receipt of which acknowledges full and complete payment for all Workdone, materials and equipment furnished, and damages or claims arising under thisAgreement.

ARTICLE 15 - PROTECTION OF PERSONS AND PROPERTY 1. Compliance with Federal, State, and Local Laws, Ordinances, and Regulations

Contractor agrees to comply with all applicable Federal, State, and local laws, regulations,and ordinances, including, but not limited to, the following:

> Title VI of the 1964 Civil Rights Act.

> Title VII of the 1964 Civil Rights Act, as amended by the Equal EmploymentOpportunity that prohibits discrimination in employment.

> Age Discrimination Act of 1973

> Contract Work Hours and Safety Standards Act.

> Section 504 of the Rehabilitation Act prohibiting discrimination in the employmentof the handicapped.

> Fair Labor Standards Act.

> Chapter 112, Florida Statutes, prohibiting conflicts of interest in the procurementof contracts with a governmental agency.

> Trench Excavation System & Shoring standards adopted by the Department ofLabor and Employment Security and related trenching regulations.

> Construction Work Hours and Safety Act (Construction Safety Act)

43

Page 47: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

2. Safety of Employees and PropertyThe Contractor shall be solely responsible for initiating, maintaining, and supervising allsafety precautions and programs in connection with the Work. The Contractor shall takereasonable precautions for safety of, and shall provide reasonable protection to preventdamage, injury or loss to:

> Employees on the Project Site and other persons who may be affected thereby;

> The Work and materials and equipment to be incorporated therein, whether instorage on or off the site, under care, custody or control of the Contractor or theContractor’s Subcontractors or sub-subcontractors; and

> Other property at the site or adjacent thereto, such as trees, shrubs, lawns,walks, pavements, roadways, structures and utilities not designated for removal,relocation or replacement in the course of construction.

The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss.

When use or storage of explosives or other hazardous materials or equipment or unusual methods is necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel.

The Contractor shall promptly remedy the damage and loss (other than damage or loss insured under requirements of the Contract Documents) to property referred in this Section caused in whole or in part by the Contractor, Subcontractor, Sub-subcontractor, or anyone directly or indirectly employed by any of them or by anyone for whose acts they may be liable and for which the Contractor is responsible, except damage or loss attributable to acts or omissions of the Owner or Engineer or anyone directly or indirectly employed by either of them, or by anyone for whose acts wither of them may be liable and not attributable to the fault or negligence of the Contractor.

The Contractor shall designate a responsible member of the Contractor’s organization at the Site whose duty shall be the prevention of accidents. This person shall be the Contractor’s Superintendent unless otherwise designated by the Contractor in writing to the Owner and Engineer.

The Contractor shall not load or permit any part of the construction or Site to be loaded so as to endanger its safety.

3. EmergenciesIn an emergency affecting safety of persons or property, the Contractor shall act, at theContractor’s discretion, to prevent threatened damage, injury or loss. Additionalcompensation or extension of time claimed by the Contractor on account of an emergencyshall be determined as provided in this Agreement.

ARTICLE 16 - INDEMNIFICATION, INSURANCE AND BONDS 1. Indemnification

To the fullest extent permitted by law, for Ten and 00/100 Dollars ($10.00), acknowledgedto be included and paid for the Contract Amount, and other good and valuableconsideration, the Contractor shall indemnify and hold harmless from and pay on behalf

44

Page 48: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

of the Owner and their agents and employees all claims, damages, losses, and expenses, including, but not limited to, attorney’s fees arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss, or expense;

> is attributable to bodily injury to or destruction of tangible property (other than theWork itself), including the loss of use resulting there from; and

> is caused in whole or in part by any negligent act or omission of Contractor, anySubcontractor, anyone directly or indirectly employed by any of them, or anyonefor whose acts he may be liable, regardless of whether or not it is caused in partby a party indemnification hereunder.

Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Section. Nothing contained herein shall be construed as a waiver of any immunity from or limitation of liability the owner may have under this doctrine of sovereign immunity or Section 768.28, Florida Statutes. The obligations of the Contract under this Article shall not extend to the liability of Engineer, his agents, or employees arising out of:

> the preparation or approval of maps, drawings, opinions, reports, surveys,change orders, designs, or specifications; and

> the giving of or the failure to give directions or instructions by the Engineer, hisagents, or employees providing such, giving or failure to five is the primary causeof the injury or damage.

2. Waiver of SubrogationThe Owner and Contractor waive all rights against each other for damages caused byperils coverage by insurance provided under this Agreement to the extent covered by suchinsurance, except such rights as they may have to the proceeds of such insurance heldby the Owner and the Contractor as trustees. The Contractor shall require similar waiversfrom all subcontractors and their subcontractors and suppliers.

The Owner and the Contractor waive all rights against each other for loss or damage toequipment used in connection with the Project and covered by any property insurance.The Contractor shall require similar from all subcontractors and their subcontractors andsuppliers.

The Owner waives subrogation against the Contractor on all property and consequentialloss policies carried by the Owner on adjacent properties and under property andconsequential loss policies purchased for the Project after its completion.

If the insurance policies referred to in this Section require an endorsement to provide forcontinued coverage where there is a waiver of subrogation, the owner of such policies willcause them to be so endorsed; failure to obtain endorsement nullifies the waiver ofsubrogation.

3. Contractor’s InsuranceThe Contractor shall not commence any Work in connection with this Agreement until hehas obtained all of the following types of insurance and such insurance has been approvedby the Owner, has named the Owner as an additional insured, except for Worker’sCompensation Coverage, nor shall the Contractor allow any Subcontractor to commence

45

Page 49: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Work on his subcontract until all similar insurance required of the Subcontractor has been so obtained.

Such insurer shall have a currently valid Certificate of Authority issued by the State of Florida, Department of Insurance authorizing it to write insurance policies in the State of Florida and be doing business in the State of Florida. Insurers shall have at least a Policy Holders Rating of A-, and Financial Rating of at least IV as identified in the latest issue of “Bests Key Rating Guide” unless otherwise accepted by the Owner in writing.

The Contractor’s insurance, and the insurance of any other party bound to the Contractor, shall be considered primary. The Owner’s insurance, if any, shall be considered excess, as may be applicable to claims which arise out of indemnification’s insurance, certificates of insurance and any additional insurance provisions of this Agreement.

4. Loss DeductibleThe Owner shall be exempt from, and in no way liable for, any sums of money that mayrepresent a deductible in any insurance policy. The payment of deductibles shall be thesole responsibility of the Contractor.

5. Subcontractor’s InsuranceThe Contractor shall require each of his Subcontractors to procure and maintain, duringthe life of the subcontract, insurance of the types specified in this Article or insure theactivities of his Subcontractors in his policy as required in this Article.

6. Certificate of InsuranceThe Owner shall be furnished proof of insurance coverage as follows:

> The name of the insured Contractor, the specific job by name and job number,the name of the insurer, the number of the policy, its effective date, and itstermination date;

> Statement that the insurer will mail notice to the Owner and a copy to theEngineer at least thirty (30) days prior to any material changes in provisions,cancellation, renewal, or non-renewal of the policy;

> Certification of Insurance shall be in the form as approved by the Owner andsuch Certificate shall clearly state all the coverage’s required in this Article:

> If requested by the Owner, the Contractor shall furnish complete copies of hisand his Subcontractor’s insurance policies, forms and endorsements; and

> Receipt of certificates or other documentation of insurance or policies or copiesof policies by the Contractor or by any of its representatives that indicate lesscoverage than required by the Contract Documents does not constitute a waiverof the Contractor’s obligations to fulfill the requirements of this Article.

7. Worker’s Compensation InsuranceThe Contractor shall take out and maintain, during the life of this Agreement, Workers’Compensation and Employer’s Liability Insurance for all his employees connected withthe Work of this Project, and in case any Work is sublet, the Contractor shall require theSubcontractor similarly to provide Workers’ compensation Insurance for all of the latter’semployees, unless such employees are covered by the protection afforded by theContractor. Such insurance shall comply with the Florida Workers’ compensation Law. In

46

Page 50: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

case any class of contract at the Project Site is not protected under the Workers’ Compensation statute, the Contractor shall provide adequate insurance, satisfactory to Owner for the protection of employees not otherwise protected.

8. Liability InsuranceThe Contractor shall take out and maintain, during the life of this Agreement, CommercialGeneral Liability and Commercial Automobile Liability Insurance as shall protect Ownerfrom claims for damages for bodily injury and personal injury, including accidental death,as well as claims for property damages which may arise from operating under thisAgreement, whether such operations are by himself or by anyone directly or indirectlyemployed by him, and the amount of such insurance shall be minimum limits as follows:

Commercial General Liability:> Minimum Coverage is $1,000,000 including a separate project aggregate limit of

$1,000,000 for the Contract.

> Coverage shall include premises, operations, products, completed operations,independent contractors, contractual liability covering this Agreement, contractsand leases, broad form property damage coverage’s, personal injury and bodilyinjury.

> The contractor is required to continue to purchase products and completedoperations coverage for Work performed under this Agreement for minimum ofthree (3) years following Substantial Completion.

> If Umbrella or Excess liability coverage is used to satisfy the requirements of thisSection, it shall not e more restrictive than the underlying insurance policycoverage’s.

Commercial Automobile Liability: > Minimum Coverage is $500,000.

> Coverage shall include bodily injury and property damage arising out ofownership, maintenance or use of any auto, including owned, non-owned andhired automobiles and employee non-ownership use.

9. Payment and Performance BondContractor shall provide Owner with a Payment and a Performance Bond in the amountof the Contract Price within ten (10) days of the execution of this Agreement. Failure toprovide the bond(s) shall result in this Agreement becoming null and void. No action onthe part of the Owner shall be deemed to waive this requirement except a writtenamendment to this Agreement. Said bonds shall be in substantially the same form as inSection 255.05, Florida Statutes. Additionally, bonds must meet the followingspecifications:

> The surety company shall have a currently valid Certificate of Authority issued bythe State of Florida, Department of Insurance, authorizing it to write surety bondsin the State of Florida and be doing business in the State of Florida;

> The surety company shall have a currently valid Certificate of Authority issued bythe United States Department of Treasury under Sections 9304 and 9308, Title31, of the United States Code;

47

Page 51: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

> The surety company shall be in full compliance with the provisions of the FloridaInsurance Code;

> The surety company shall have at least twice the minimum surplus and capitalrequired by the Florida Insurance Code at the time the invitation to bid is issued;and

> The surety company shall have at least a Policy Holding’s Rating of “A-“ andFinancial Rating of at least IV in the latest issue of “Bests Key Rating Guide”.

Additionally, the subcontractor shall provide a payment and performance bond meeting the requirements specified above to the general contractor for the value of work included in that subcontractor’s scope or services.

Alternative forms of security as described in Section 255.05, Florida Statutes, are acceptable where approved by the Owner in writing.

ARTICLE 17 - COMMENCEMENT OF STATUTORY LIMITATION PERIOD 1. The Commencement of Statutory Limitation Periods between the Owner, Contractor and

Assignees are as follows:

> Before Substantial Completion. As to acts or failures to act occurring prior tothe relevant date of Substantial Completion, any applicable statute of limitationsshall commence to turn and any alleged cause of action shall be deemed to haveaccrued in any and all events not later than the date of issuance of the finalCertificate for Payment; and

> After Final Certificate for Payment. As to acts or failures to act occurring afterthe relevant date of issuance of the final Certificate for Payment, any applicablestatute of limitations shall commence to run and any alleged cause of action shallbe deemed to have accrued in any and all events not later than the act or failureto act by the Contractor pursuant to any warranty provided under the ContractDocuments, the date of any correction of the Work or failure to correct the Workby the Contractor or date of actual commission of any other act or failure toperform any duty or obligation by the Contractor or Owner, whichever occurs last.

2. Concerning Latent Defects and FraudAs to latent defects and fraud, the applicable statute of limitations shall commence uponthe date of discovery or the date discovery of the defect should reasonable have occurred.

ARTICLE 18 - MISCELLANEOUS PROVISIONS 1. Governing Law

This Agreement shall be governed by the laws of the State of Florida.

2. Successors and AssignsThe Owner and Contractor respectively bind themselves, their partners, successors,assigns and legal representatives to the other party hereto and to partners, successors,assigns and legal representatives of such other party in respect to covenants, agreementsand obligations contained in the Contract Documents. Neither party to the Contract shallassign the Contract as whole without the written consent of the other. If either partyattempts to make such an assignment without such written consent, that party shallnevertheless remain legally responsible for all obligations under the Contract.

48

Page 52: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

3. Written NoticeWritten notice shall be deemed to have been duly served if delivered in person to theindividual or a member of the firm or entity or to an officer of the corporation for which itwas intended, or if delivered at or sent by registered or certified mail to the last businessaddress known to the party giving notice.

4. Limitation of LiabilityThe Owner shall be liable only to the extent of its interest in the Project; and no electedofficial, officer, agent, or employee of the Owner shall ever be personally or individuallyliable with respect to this Contract or the Work. Each Subcontract shall include foregoinglimitation, which shall be effective if the Owner ever succeeds to the Contractor’s rights orobligations under a Subcontract.

The Engineer shall be liable only to the extent of its interest in the Project; and no officer,director, partner, agent, or employee of the Engineer (or any partner of a partner or anyagent or employee of a partner) shall ever be personally or individually liable with respectto this Contract or the Work. Each Subcontract shall include the foregoing limitation.Nothing contained in this agreement shall be construed as a waiver of the owner’s rightsto sovereign immunity or any other defense under F.S. 768.28.

5. Attorney Fees and CostsIn the event of any action brought by either party against the other to enforce any of theobligations hereunder or arising out of any dispute concerning the terms and conditionshereby created, the losing party shall pay the prevailing party such reasonable amountsfor fees, costs, and expenses, including attorney fees, as may be set by the Court.

6. Validity, Severability and ReformationThe validity, interpretation, construction, and effect of this agreement shall be inaccordance with and be governed by the laws of the State of Florida. Any provision orpart of this Agreement held to be void or unenforceable under any law shall be deemedstricken, and all remaining provisions shall continue to be valid and binding upon theparties. The parties agree that this Agreement shall be reformed to replace such strickenprovision or part thereof with a valid and enforceable provision which comes as close aspossible to expressing the intention of the stricken provision.

APPENDIX 1 - DEFINITIONS

Allowance - An amount included in the contract amount to be used exclusively for equipment, materials or some other purpose specified in the Contract Documents and whose use is under the control of the Owner.

Application for Payment - A formal written request for payment submitted by the Contractor to the Engineer for payment for work performed pursuant to this Agreement.

Bid - A formal solicitation issued by the City of Gulfport, identifying the scope, terms, conditions, and specifications of goods and services procured from private contractors.

Bid Documents - The documents either provided or incorporated by reference defining and documenting the scope of services, conditions under which services are to be provided, conditions under which a contractor will be selected and the work will be performed, and the technical specifications for the equipment, goods, or services being procured.

49

Page 53: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Certificate for Payment - An application for payment which has been signed by the Engineer, who certifies that the pay request is proper and all representations made by the Contractor are correct.

Certificate of Substantial Completion - A form signed by the Engineer certifying that the work, or a designated portion of the work, has been completed to such an extent that it may be occupied by the Owner for its intended purpose.

Change Order - A form documenting the Contractor and Owner’s agreement to modify the work where the modification involves a change in Contract Amount, Contract Time, or the intent of the Contract Documents.

Claim - A demand or assertion by one of the parties to the Agreement for an adjustment or interpretation of contract terms, payment of money, extension of time, or other relief with respect to the terms of the Contract. Claims may also include other disputes between the Owner and Contractor concerning the manner in which work is being performed.

Construction Change Directive - An order signed by the Engineer instructing the Contractor to change the Work.

Construction Schedule - An action plan summarizing how the Contractor proposes to complete the entire work in the Contract Documents within the established Contract Time. The Construction Schedule should identify key tasks and activities necessary to complete the project within the Contract Time.

Contract/Agreement - The Agreement between the Owner and the Contractor as defined by the Contract Documents.

Contractor - The person or entity identified in the Contract Documents as being responsible for performing the work under the Contract.

Contract Amount - The stipulated sum to which the Owner agrees to pay the Contractor for performing the work described in the Contract Documents, as modified by Change Order.

Contract Documents - Individual documents which collectively comprise the Contract between the Owner and Contractor, including 1) The Agreement between the Owner and Contractor, 2) Bid Documents including the invitation to bid, instructions to bidders and Contractor bid package, 3) Drawings, Specifications, Plans prepared by the Engineer which describe the work to beperformed, 4) Addenda issued prior to execution of the Contract, 5) Other documents listed in theAgreement, and 6) Modifications issued after execution of the Contract, including: 1) Writtenamendments to the Contract signed by both parties, 2) Construction Change Orders, andConstruction Change Directives.

Contract Time - The period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the work. Contract Time is the time between the Date of Commencement identified in the Notice to Proceed issued by the Owner and the date established in the Agreement for Substantial Completion.

Date of Commencement - The date specified in the Notice to Proceed issued by the Owner specifying when the Contractor may begin work on the Project.

50

Page 54: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Day - As referenced in this Agreement “Day” includes all calendar days including weekends, holidays, and days of inclement weather.

Drawings & Plans - Graphic and pictorial portions of the Contract Documents, showing the design, location and dimensions of the work generally including plans, elevations, sections, details, schedules and diagrams.

Engineer - The design professional retained by the Owner responsible for designing the facilities to be constructed and/or the design professional responsible for providing contract administration during construction services and to assess whether construction services are provided in accordance with the Contract Documents.

Final Acceptance - The Owner’s final acceptance of the work performed by the Contractor as recognized by making final and complete payment for all work intended by the Contract Documents.

Non-Substantial Deviation - A change in the work or deviation from the plans, specifications, or other Contract Documents which does not change the Contract Amount, Contract Time, or the intent of the Contract Documents.

Notice of Claim - A memorandum or letter presented to the Engineer detailing a Claim for additional compensation. The memorandum or letter must be labeled “Notice of Claim” and specifically identify the conditions giving rise to the Claim and the amount of additional compensation being requested.

Notice to Proceed - A letter issued by the Owner officially communicating the date when the Contractor may begin work on the Project or a designated portion of the Project.

Owner – The City of Gulfport, or the City of Gulfport’s authorized representatives.

Substantial Completion of a Designated Portion - Declaration by the Owner that a designated portion of the work has been completed.

Principal Portion of the Work - Work or equipment provided by a Subcontractor with which the Contractor has a direct Contract; and Sub-Subcontractors or other material or equipment providers as designated by the Engineer or Project Manager.

Project - All physical improvements planned for a defined site. Work performed under the Contract Documents may comprise the whole work, or part of the work planned for the Project Site.

Product Data - Illustrations, standard schedules, performance charts, instructions, brochures, diagrams, and other information furnished by the Contractor to illustrate materials or equipment for some portion of the work.

Project Manual - A volume or volumes usually assembled to describe with work that may include bidding requirements, sample forms, the Contract, and specifications.

Project Manager - The City’s authorized agent for communication with the Engineer and Contractor and making decisions on the City’s behalf as provided in the Contract Documents.

Project Site - The physical location identified in the Contract Documents where work is to be accomplished.

51

Page 55: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Contract Documents Tech Specs_Front End

Samples -Physical examples that illustrate the materials, equipment, workmanship, or application methods by which the work will be judged.

Schedule of Values - The amount of money and percentage of the Contract Amount attributable to various components or portions of the work, where prepared in such a form and supported by such data to substantiate its accuracy.

Shop Drawings - Drawings, diagrams, schedules and other data specially prepared for the work by the Contractor or Subcontractor, manufacturer, supplier, or distributor to illustrate some portion of the work in general detail than is provided in the plans or specifications.

Specifications - That portion of the Contract Documents comprising written standards and requirements for materials, equipment, construction systems, and workmanship for the work, and performance of related systems.

Subcontractor - A person or entity that has a direct Contract with the Contractor to perform a portion of the work.

Substantial Completion - The stage of construction where the work or designated portion thereof is sufficiently complete so that the Owner can occupy or use the work for its intended purpose.

Substantial Deviation - A change in the work that deviates from the intent of the Contract Documents, Contract Amount, or Contract Time.

Superintendent - The Contractor’s authorized representative on the Project Site.

Supplier - A person or entity who provides equipment, material, or other resources required by the Contractor or Subcontractors to perform the Work.

Work - The construction and services required by the Contract Documents, whether completed or partially completed, including all labor, materials, equipment and services provided or to be provided by the Contractor in fulfillment of obligations under the Contract. The work may constitute the whole Project or part of the Project.

52

Page 56: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. FDEP Supplementary Conditions Tech Specs_Front End

Section 7. FDEP Supplementary Conditions

(Page Intentionally Left Blank)

53

Page 57: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SUPPLEMENTARY CONDITIONS (CONSTRUCTION)

Florida Department of Environmental Protection

State Revolving Fund Program

Supplementary Conditions

for

Formally Advertised

Construction Procurement

54

Page 58: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

TABLE OF CONTENTS FOR THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS

Article Number Article Title Page

1 DEFINITIONS FDEP-1

2 PRIVITY OF AGREEMENT/CONTRACT FDEP-2

3 PROCUREMENT REQUIREMENTS FDEP-2

4 RESOLUTION OF PROTESTS AND CLAIMS/DISPUTES FDEP-2

5 CHANGES TO THE BIDDING AND CONTRACT DOCUMENTS FDEP-3

6 BONDS AND INSURANCE FDEP-3

7 AWARD OF AGREEMENT/CONTRACT FDEP-4

8 ITEMIZED CONSTRUCTION COST BREAKDOWN; CONSTRUCTION AND PAYMENT SCHEDULES FDEP-4

9 FDEP/USEPA ACCESS TO RECORDS AND PROJECT SITE FDEP-4

10 DISADVANTAGED BUSINESS ENTERPRISES FDEP-4

11 DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549) FDEP-5

12 EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) FDEP-6

13 IMMIGRATION REFORM AND CONTROL ACT OF 1986 FDEP-12 STATE OF FLORIDA EXECUTIVE ORDER 11-116)

14 ENVIRONMENTAL COMPLIANCE FDEP-12

15 FEDERAL LABOR STANDARDS PROVISION FDEP-12

16 AMERICAN IRON AND STEEL PROVISION FDEP-12

17 PROHIBITED LOCAL GOVERNMENT CONSTRUCTION PREFERENCES FDEP-12

Appendix Title Page

A CERTIFICATION OF COMPLIANCE WITH THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS FDEP-13

B GOALS AND TIMETABLES FOR MINORITIES AND FEMALES FDEP-14

C FEDERAL LABOR STANDARDS PROVISION FDEP-15

D AMERICAN IRON AND STEEL PROVISION FDEP-23

55

Page 59: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS

The intent of the Florida Department of Environmental Protection (FDEP) Supplementary Conditions is to complement and supplement other provisions of the Bidding Documents. However, if there is any conflict between the FDEP Supplementary Conditions and other provisions of the Bidding Documents, the FDEP Supplementary Conditions shall take precedence over the other provisions except when the other provisions are similar to, but more stringent than, the FDEP Supplementary Conditions. When other provisions of the Bidding Documents are similar to, but more stringent than, the FDEP Supplementary Conditions, the more stringent provisions shall apply.

ARTICLE 1 - DEFINITIONS

Wherever used in these Supplementary Conditions (except in the appendices to these Supplementary Conditions), the following terms have the meanings indicated, which are applicable to both the singular and plural thereof.

1.1 Addendum -A written or graphic instrument that is issued prior to the opening of bids and that clarifies, corrects, or changes the Bidding Documents.

1.2 Agreement or Contract - The written agreement between the Owner and the Contractor covering the Work to be performed and furnished; these Supplementary Conditions and other Contract Documents are attached to the Agreement/Contract and made a part thereof as provided therein.

1.3 Bid - The offer or proposal of a bidder submitted on the prescribed form and setting forth the price(s) for the Work to be performed and furnished.

1.4 Bidder - Any person, firm, or corporation that submits a bid directly to the Owner.

1.5 Bidding Documents - The Advertisement for Bids or the Invitation to Bid, the Instructions to Bidders or the Information for Bidders, the Bid Form, the proposed Contract Documents, and all addenda.

1.6 Bond - An instrument of security.

1.7 Change Order - A document that is recommended by the Engineer and signed by the Contractor and the Owner; that authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time; and that is issued on or after the Effective Date of the Agreement/Contract.

1.8 Contract Documents - The Agreement/Contract; the Contractor's Bid when attached as an exhibit to the Agreement/Contract; the Performance and Payment Bond(s); the General Conditions; the Supplementary Conditions (including these Supplementary Conditions); the Specifications (written technical descriptions of material, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto); the Drawings (drawings that show the character and scope of the Work to be performed and furnished); all addenda that pertain to the Contract Documents; and all change orders.

1.9 Contract Time - The number of days or the date stated in the Contract Documents for completion of the Work.

1.10 Contractor - The person, firm, or corporation with whom or which the Owner enters into the Agreement/Contract.

1.11 Effective Date of the Agreement/Contract - The date indicated in the Agreement/Contract on which the Agreement/Contract becomes effective, or if no such date is indicated in the Agreement/Contract, the date on which the Agreement/Contract is signed and delivered by the last of the two parties to sign and deliver the Agreement/Contract.

1.12 Engineer - The person, firm, or corporation named as such in the Contract Documents.

1.13 Minority Business Enterprise (MBE) - A historically Black college or university or a business that is (a) certified as socially and economically disadvantaged by the Small Business Administration, (b) certified as an MBE by a state or federal agency, or (c) an independent business concern which is at least 51-percent owned and controlled by minority group members. (A minority group member is an individual who is a citizen of the United States and one of the following: [i] Black American; [ii] Hispanic American [with origins from Puerto Rico, Mexico, Cuba, or South or Central America]; [iii] Native American [American Indian, Eskimo, Aleut, or native Hawaiian]; or [iv] Asian-Pacific American

56

Page 60: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

[with origins from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, Taiwan, or the Indian Subcontinent].)

1.14 Notice to Proceed -The written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which the Contractor shall start to perform its obligations under the Contract Documents.

1.15 Owner - The local government (municipality, county, district, or authority; or any agency thereof; or a combination of two or more of the foregoing acting jointly) with which the Florida Department of Environmental Protection (FDEP) may execute, or has executed, a State Revolving Fund loan agreement and for which the Work is to be provided.

1.16 Project - The total construction or facilities described in a State Revolving Fund loan agreement between the FDEP and the Owner, of which the Work to be provided under the Contract Documents may be the whole or a part.

1.17 Sponsor – The recipient of the State Revolving Fund loan agreement that provides funds for the project.

1.18 Subcontract - A direct contract between a subcontractor and the Contractor, or any other subcontractor at any tier, for the furnishing of goods (material and equipment) or the performance of services (including construction) necessary to complete the Work.

1.19 Subcontractor - A person, firm, or corporation having a direct contract with the Contractor, or any other subcontractor at any tier, for the furnishing of goods (material and equipment) or the performance of services (including construction) necessary to complete the Work.

1.20 Successful Bidder - The lowest responsive, responsible bidder to whom or which the Owner intends to award the Agreement/Contract.

1.21 Women's Business Enterprise (WBE) - A business that is (a) certified as a WBE by a state or federal agency or (b) an independent business concern which is at least 51-percent owned and controlled/operated by women. (Determination of whether a business is at least 51-percent owned by women shall be made without regard to community property laws [e.g., an otherwise qualified WBE that is 51-percent owned by a married woman in a community property state will not be disqualified because the married woman's husband has a 50-percent interest in the married woman's share of the business; similarly, a business that is 51-percent owned by a married man and 49-percent owned by women will not become a qualified WBE by virtue of the married man's wife having a 50-percent interest in the married man's share of the business].)

1.22 Work - The entire completed construction or the various separately identifiable parts thereof required to be performed and furnished under the Contract Documents; Work is the result of performing services, furnishing labor, furnishing material and equipment, and incorporating material and equipment into the construction as required by the Contract Documents.

ARTICLE 2 - PRIVITY OF AGREEMENT/CONTRACT

2.1. The Owner expects to finance this Agreement/Contract with assistance from the FDEP, which administers a State Revolving Fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency (USEPA). Neither the State of Florida nor the United States (nor any of their departments, agencies, or employees) will be a party to this Agreement/Contract or any lower-tier subcontract.

ARTICLE 3 - PROCUREMENT REQUIREMENTS

3.1. This Agreement/Contract and the Owner's solicitation and award of this Agreement/Contract are subject to requirements contained in Chapter 62-503 (Revolving Loan Program) and/or Chapter 62-552, Florida Administrative Code as applicable.

ARTICLE 4 - RESOLUTION OF PROTESTS AND CLAIMS/DISPUTES

Resolution of Protests Concerning the Owner's Solicitation and/or Award of this Agreement/Contract:

57

Page 61: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

4.1. Protests concerning the Owner's solicitation and/or award of this Agreement/Contract must be filed in writing with the Owner to be considered.

4.2. All timely written protests concerning the Owner's solicitation and/or award of this Agreement/Contract are to be resolved in accordance with the Owner's dispute resolution process. A copy of the ordinance(s), resolution(s), or written policy (policies) that set forth the Owner's dispute resolution process is included elsewhere in the Bidding Documents or is to be made available by the Owner upon request.

4.3. Neither the (FDEP) nor the USEPA will become a party to, or have any role in resolving, protests concerning the Owner's solicitation and/or award of this Agreement/Contract. Protest decisions made by the Owner cannot be appealed to the FDEP or the USEPA.

Resolution of Claims and Disputes Between the Owner and the Contractor:

4.4. Unless otherwise provided in the Contract Documents, all claims and disputes between the Owner and the Contractor arising out of, or relating to, the Contract Documents or the breach thereof are to be decided by arbitration (if the Owner and the Contractor mutually agree) or in a court of competent jurisdiction within the State of Florida.

4.5. Neither the FDEP nor the USEPA will become a party to, or have any role in resolving, claims and disputes between the Owner and the Contractor.

ARTICLE 5 - CHANGES TO THE BIDDING AND CONTRACT DOCUMENTS

5.1. All changes to the Bidding Documents made subsequent to the FDEP's acceptance of the Bidding Documents and prior to the opening of bids are to be documented via addendum (addenda) to the Bidding Documents; all changes to the Contract Documents made after the opening of bids are to be documented by change order(s) to the Contract Documents. The Owner shall submit all addenda and change orders to the FDEP.

ARTICLE 6 - BONDS AND INSURANCE

Bid Guarantees:

6.1. Each bidder's bid is to be accompanied by a bid guarantee made payable to the Owner in an amount at least equal to five percent of the bidder's maximum bid price and in the form of a certified check or bid bond.

Performance and Payment Bond(s):

6.2. The Contractor shall furnish a combined performance and payment bond in an amount at least equal to 100 percent of the Contract Price (or, if required elsewhere in the Contract Documents, the Contractor shall furnish separate performance and payment bonds, each in an amount at least equal to 100 percent of the Contract Price) as security for the faithful performance and payment of all the Contractor's obligations under the Contract Documents. This(these) bond(s) are to be delivered to the Owner by the Contractor along with the executed Agreement/Contract. The Owner shall forward a copy of this (these) bond(s) to the FDEP.

Insurance:

6.3. The Owner and/or the Contractor (as required elsewhere in the Contract Documents) shall purchase and maintain, during the period of construction, such liability insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims that may arise out of, or result from, the Contractor's performance and furnishing of the Work (whether the Work is to be performed or furnished by the Contractor or any subcontractor at the Work site) and the Contractor's other obligations under the Contract Documents. This insurance is to include workers' compensation insurance, comprehensive general liability insurance, comprehensive automobile liability insurance, and contractual liability insurance applicable to the Contractor's indemnification obligations and is to be written for not less than the limits of liability and coverages determined by the Owner or required by law, whichever is greater.

58

Page 62: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

6.4. The Owner and/or the Contractor (as required elsewhere in the Contract Documents) shall purchase and maintain, during the period of construction, property insurance upon the Work at the Work site in an amount equal to the full replacement cost of the Work or the full insurable value of the Work. This insurance is to include the interests of the Owner, the Contractor, and all subcontractors at the Work site (all of whom are to be listed as insured or additional insured parties); is to insure against the perils of fire and extended coverage; and is to include "all-risk" insurance for physical loss or damage due to theft, vandalism and malicious mischief, collapse, water damage, and/or all other risks against which coverage is obtainable.

6.5. Before any Work at the Work site is started, the Contractor shall deliver to the Owner certificates of insurance that the Contractor is required to purchase and maintain in accordance with Paragraphs 6.3 and 6.4 of this Article and other provisions of the Contract Documents, and the Owner shall deliver to the Contractor certificates of insurance that the Owner is required to purchase and maintain in accordance with Paragraphs 6.3 and 6.4 of this Article and other provisions of the Contract Documents.

ARTICLE 7 - AWARD OF AGREEMENT/CONTRACT

7.1. If this Agreement/Contract is awarded, it is to be awarded to the lowest responsive, responsible bidder. A fixed price (lump sum or unit price or both) agreement/contract is to be used. A clear explanation of the method of evaluating bids and the basis for awarding this Agreement/Contract are included elsewhere in the Bidding Documents. All bids may be rejected when in the best interest of the Owner. After the contract has been awarded, the Owner shall give the Contractor a notice to proceed fixing the date on which the Contract Time will commence to run. The Owner shall forward a copy of this notice to proceed to the FDEP.

ARTICLE 8 - ITEMIZED CONSTRUCTION COST BREAKDOWN; CONSTRUCTION AND PAYMENT SCHEDULES

8.1. The Contractor shall submit to the Owner, within ten calendar days after the Effective Date of this Agreement/Contract, an itemized construction cost breakdown and construction and payment schedules.

8.1.1. The itemized construction cost breakdown, or schedule of values, is to include quantities and prices of items aggregating the Contract Price and is to subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices are to include an appropriate amount of overhead and profit applicable to each item of Work.

8.1.2. The construction, or progress, schedule is to indicate the Contractor's estimated starting and completion dates for the various stages of the Work and is to show both the projected cost of Work completed and the projected percentage of Work completed versus Contract Time.

8.1.3. The payment schedule is to show the Contractor's projected payments cumulatively by month.

ARTICLE 9 – FDEP/USEPA ACCESS TO RECORDS AND PROJECT SITE

9.1. Authorized representatives of the Owner, the FDEP, and the USEPA shall have access to, for the purpose of inspection, the Work site(s), any books, documents, papers, and records of the Contractor that are pertinent to this Agreement/Contract at any reasonable time. The Contractor shall retain all books, documents, papers, and records pertinent to this Agreement/Contract for a period of five years after receiving and accepting final payment under this Agreement/Contract.

NOTE: ARTICLE 10 ONLY APPLIES TO FEDERAL CAP GRANT PROJECTS

ARTICLE 10 - DISADVANTAGED BUSINESS ENTERPRISES

10.1 A goal of five percent of the Contract Price is established for Minority Business Enterprise (MBE) participation in the Work, and a goal of five percent of the Contract Price is established for Women's Business Enterprise (WBE) participation in the Work. If bidders or prospective contractors (including the Contractor) intend to let any lower-tier goods

59

Page 63: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

or services (including construction) subcontracts for any portion of the Work, they shall physically include these percentage goals for MBE and WBE participation in all solicitations for subcontracts and shall take good faith efforts to assure that MBEs and WBEs are utilized, when possible, as sources of goods and services. Good faith efforts are to include the following:

10.1.1. Require Disadvantaged Business Enterprises (DBEs) are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources.

10.1.2. Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.

10.1.3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.

10.1.4. Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually.

10.1.5. Use the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

10.1.6. If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs 10.1.1 through 10.1.5 of this section.

10.2. Within ten calendar days after being notified of being the apparent Successful Bidder, the apparent Successful Bidder shall submit to the Owner documentation of the affirmative steps it has taken to utilize Minority and Women's Business Enterprises (MBEs and WBEs) in the Work and documentation of its intended use of MBEs and WBEs in the Work. The Owner shall keep this documentation on file and shall forward to the FDEP a copy of the apparent Successful Bidder's documentation concerning its intended use of MBEs and WBEs in the Work.

ARTICLE 11 - DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549)

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions

11.1. The bidder certifies, by submission of this proposal, that neither the bidder nor its principals, nor the bidder’s subcontractors nor their principals, are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency.

11.2. Where the bidder is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

11.3 . The bidder also certifies that it and its principals and the bidder’s subcontractors and their principals:

11.3.1. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

11.3.2. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in paragraph 11.3.1 of this certification; and

11.3.3. Have not within a three-year period preceding this proposal had one or more public transactions (federal, state or local) terminated for cause or default. Where the bidder is unable to certify to any of the above, such owner shall attach an explanation to this proposal.

60

Page 64: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

11.3.4. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

11.3.5. The bidder shall incorporate the foregoing requirements 11.1 through 11.3 in all subcontracts.

ARTICLE 12 - EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246)

12.1. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246). (Applicable to contracts/subcontracts exceeding $10,000)

12.1.1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein.

12.1.2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in Florida, are as follows:

Goal for female participation: 6.9 percent statewide

Goal for minority participation: (See Appendix B at FDEP-20 for goals for each county)

These goals are applicable to all the Contractor's construction work (whether or not it is federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction.

The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

12.1.3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.

12.1.4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is the State of Florida.

12.1.5. Contractors shall incorporate the foregoing requirements in all subcontracts.

12.2. Equal Opportunity Clause (Applicable to contracts/subcontracts exceeding $10,000)

During the performance of this contract, the contractor agrees as follows:

12.2.1. The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

61

Page 65: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

12.2.2. The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. The notice can be obtained online at http://www.eeoc.gov/employers/upload/eeoc_self_print_poster.pdf. The Contractor shall state that all qualified applicants be considered without regard to race, color, religion, sex or national origin.

12.2.3. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin.

12.2.4. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

12.2.5. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

12.2.6. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

12.2.7. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

12.2.8. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs 12.2.1 through 12.2.8 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States.

12.3. The Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)

12.3.1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted;

b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department ofLabor, or any person to whom the Director delegates authority;

c. "Employer identification number" means the Federal Social Security number used on the Employer's QuarterlyFederal Tax Return, U.S. Treasury Department Form 941.

d. "Minority" includes:

(i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin);(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Cultureor origin, regardless of race);(iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East,Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

62

Page 66: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

(iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of NorthAmerica and maintaining identifiable tribal affiliations through membership and participation or communityidentification).

12.3.2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.

12.3.3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.

12.3.4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Contractors performing construction work in geographical areas where they do not have a federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the FEDERAL REGISTER in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

12.3.5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

12.3.6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

12.3.7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in allfacilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two ormore women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents,and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such aworking environment, with specific attention to minority or female individuals working at such sites or in suchfacilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification tominority and female recruitment sources and to community organizations when the Contractor or its unions haveemployment opportunities available, and maintain a record of the organizations' responses.

63

Page 67: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-streetapplicant and minority or female referral from a union, a recruitment source or community organization and of whataction was taken with respect to each such individual. If such individual was sent to the union hiring hall for referraland was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall bedocumented in the file with the reason therefore, along with whatever additional actions the Contractor may havetaken.

d. Provide immediate written notification to the Director when the union or unions with which the Contractor has acollective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor,or when the Contractor has other information that the union referral process has impeded the Contractor's efforts tomeet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area which expresslyinclude minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to theContractor's employment needs, especially those programs funded or approved by the Department of Labor. TheContractor shall provide notice of these programs to the sources compiled under 12.3.7b above.

f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs andrequesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policymanual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; byspecific review of the policy with all management personnel and with all minority and female employees at least oncea year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location whereconstruction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specificationswith all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisionsincluding specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen,etc., prior to the initiation of construction work at any job site. A written record shall be made and maintainedidentifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of thesubject matter.

h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media,specifically including minority and female news media, and providing written notification to and discussing theContractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipatesdoing business.

i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schoolswith minority and female students and to minority and female recruitment and training organizations serving theContractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance ofapplications for apprenticeship or other training by any recruitment source, the Contractor shall send writtennotification to organizations such as the above, describing the openings, screening procedures, and tests to be used inthe selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and, wherereasonable, provide after school, summer and vacation employment to minority and female youth both on the site andin other areas of a Contractor's work force.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3.

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel forpromotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc.,such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have adiscriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEOpolicy and the Contractor's obligations under these specifications are being carried out.

64

Page 68: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet andnecessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and femaleconstruction contractors and suppliers, including circulation of solicitations to minority and female contractorassociations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEOpolicies and affirmative action obligations.

12.3.8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (12.3.7a through 12.3.7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

12.3.9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized).

12.3.10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin.

12.3.11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246.

12.3.12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

12.3.13. The Contractor, in fulfilling its obligation under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.

12.3.14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

65

Page 69: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

12.3.15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

12.4. Pursuant to 41 CFR 60-1.7, if the price of this bid exceeds $10,000, the bidder, by signing and submitting this proposal, certifies the following:

12.4.1. Affirmative action programs pursuant to 41 CFR 60-2 have been developed and are on file;

12.4.2. Documentation of a previous contract or subcontract subject to the equal opportunity clause is available;

12.4.3. All reports due under the applicable filing requirements have been filed with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Employment Opportunity Commission; and

12.4.4. Each prospective construction subcontractor that may be awarded a lower-tier construction subcontract with a price exceeding $10,000 shall meet the above requirements 12.4.1 through 12.4.3.

12.5. Pursuant to 41 CFR 60-1.8, if the price of this bid exceeds $10,000, the bidder, by signing and submitting this proposal, certifies the following:

12.5.1. That he/she does not maintain or provide for his/her employees any segregated facility at any of his/her establishments;

12.5.2. That he/she does not permit employees to perform their services at any location, under his/her control, where segregated facilities are maintained;

12.5.3. That he/she will not maintain or provide for employees any segregated facilities at any of his/her establishments;

12.5.4. That he/she will not permit employees to perform their services at any location under his/her control where segregated facilities are maintained;

12.5.5. That a breach of this certification is violation of the Equal Opportunity Clause of this contract; and

12.5.6. That he/she will obtain identical certifications from proposed Subcontractors prior to the award of Subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his/her files.

As used in this certification, the term “segregated facilities” means any waiting rooms, work eating areas, time clocks, locker rooms, and other storage or dressing areas, transportation and housing facilities provided for employees which are in fact segregated on the basis of race, color, religion, or otherwise.

12.6. If the price of this Agreement/Contract exceeds $10,000, the Owner shall give written notice to the Director of the Office of Federal Contract Compliance Programs within ten working days of award of this Agreement/Contract. The notice is to include the name, address, and telephone number of the Contractor; the employer identification number of the Contractor; the dollar amount of this Agreement/Contract; the estimated starting and completion dates of this Agreement/Contract; the number of this Agreement/Contract; and the geographical area in which the Work is to be performed.

12.7. If the price of this Agreement/Contract equals or exceeds $50,000 and if the Contractor has 50 or more employees, the Contractor shall electronically file Standard Form 100 (EEO-1) online at https://egov.eeoc.gov/eeo1/eeo1.jsp within 30 calendar days after the award of this Agreement/Contract , unless the Contractor has submitted such a report within 12 months preceding the date of award of this Agreement/Contract. In addition, the Contractor shall ensure that each construction subcontractor having 50 or more employees and a lower-tier construction subcontract with a price equaling or exceeding $50,000 also electronically files this form within 30 calendar days after the award to it of the lower-tier construction subcontract, unless the construction subcontractor has submitted such a report within 12 months preceding the date of award of the lower-tier construction subcontract.

66

Page 70: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

ARTICLE 13 - IMMIGRATION REFORM AND CONTROL ACT OF 1986 (STATE OF FLORIDA EXECUTIVE ORDER 11-116)

The Immigration Reform and Control Act of 1986 prohibits employers from knowingly hiring illegal workers. The Contractor shall only employ individuals who may legally work in the United States – either U.S. citizens or foreign citizens who are authorized to work in the U.S. The Contractor shall use the U.S. Department of Homeland Security’s E-Verify Employment Eligibility Verification system (http://www.uscis.gov/portal/site/uscis) to verify the employment eligibility of:

• all new employees, during the term of this Agreement, to perform employment duties within Florida; and,• all new employees (including subcontractors and subrecipients) assigned by the Contractor to perform work

pursuant to this Agreement.

The Contractor shall include this provision in all subcontracts/subgrants it enters into for the performance of work under this Agreement.

ARTICLE 14 – ENVIRONMENTAL COMPLIANCE

The Contractor, and all subcontractors at any tier, shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857[h]), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738 (Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans).

ARTICLE 15 – FEDERAL LABOR STANDARDS PROVISION

Contracts being constructed with assistance from the State Revolving Fund Program are currently required to comply with the Federal Labor Standards Provisions as provided in Appendix C. Signing Appendix A certifies compliance with these provisions.

ARTICLE 16 – AMERICAN IRON AND STEEL PROVISION

Contracts being constructed with assistance from the State Revolving Fund Program are currently required to comply with The American Iron and Steel Provision as provided in Appendix D. Signing Appendix A certifies compliance with these provisions.

ARTICLE 17 - PROHIBITED LOCAL GOVERNMENT CONSTRUCTION PREFERENCES

A. Pursuant to Section 255.0991, F.S., for a competitive solicitation for construction services in which 50 percent ormore of the cost will be paid from state-appropriated funds which have been appropriated at the time of thecompetitive solicitation, a state, college, county, municipality, school district, or other political subdivision of thestate may not use a local ordinance or regulation that provides a preference based upon:

1. The contractor’s maintaining an office or place of business within a particular local jurisdiction;2. The contractor’s hiring employees or subcontractors from within a particular local jurisdiction; or3. The contractor’s prior payment of local taxes, assessments, or duties within a particular local jurisdiction.

B. For any competitive solicitation that meets the criteria in Paragraph A., a state college, county, municipality, schooldistrict, or other political subdivision of the state shall disclose in the solicitation document that any applicable localordinance or regulation does not include any preference that is prohibited by Paragraph A.

67

Page 71: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

APPENDIX A TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS

CERTIFICATION OF COMPLIANCE WITH THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS

This certification relates to a construction contract proposed by _______________________________, (insert the name of the Owner)

which expects to finance the proposed construction contract with assistance from the Florida Department of Environmental Protection (which administers a State Revolving Fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency). I am the undersigned prospective construction contractor or subcontractor.

I certify that I have read the Florida Department of Environmental Supplementary Conditions and agree to incorporate the following articles into the bid and/or contract:

ARTICLE 11 DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549) ARTICLE 12 EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) ARTICLE 13 IMMIGRATION REFORM AND CONTROL ACT OF (STATE OF FLORIDA EXECUTIVE ORDER 11-116)ARTICLE 14 ENVIRONMENTAL COMPLIANCEARTICLE 15 FEDERAL LABOR STANDARDS PROVISIONARTICLE 16 AMERICAN IRON AND STEEL PROVISION

I agree that I will obtain identical certifications from prospective lower-tier construction subcontractors prior to the award of any lower-tier construction subcontracts with a price exceeding $2,000. I also agree that I will retain such certifications in my files.

____________________________________________________ _______________ (Signature of Authorized Official) (Date)

___________________________________________________________________________________ (Name and Title of Authorized Official [Print or Type])

___________________________________________________________________________________ (Name of Prospective Construction Contractor or Subcontractor [Print or Type])

___________________________________________________________________________________ (Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or

Type])

___________________________________________________________________________________ (Employer Identification Number of Prospective Construction Contractor or Subcontractor)

68

Page 72: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

APPENDIX B TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS

GOALS AND TIMETABLES FOR MINORITIES AND FEMALES

[Note: These goals and timetables are the goals and timetables referred to in Paragraph 2 of the "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)"; these goals and timetables are to be included in all FDEP assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.]

The following goals and timetables for female utilization shall be included in all federal and federally assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the contractor's aggregate on-site construction workforce whether or not part of that workforce is performing work on a federal or federally assisted construction contract or subcontract.

Area covered: Goals for Women apply nationwide.

Goals and Timetables __________________________________________________________________________________

Timetable Goals (percent)

Indefinite 6.9 ___________________________________________________________________________________

Goals for minority utilization can be found in the Department of Labor’s Technical Assistance Guide for Federal Construction Contractors (May 2009), available on the internet at http://www.civilrightsusa.gov/pdf/TAG%20-%20Constuction.pdf . These goals shall be included for each craft and trade in all federal or federally assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas. The goals are applicable to each nonexempt contractor's total onsite construction workforce, regardless of whether or not part of that workforce is performing work on a federal, federally assisted or non-federally related project, contract or subcontract.

Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometown Plan. With regard to all their other covered construction work, such contractors are required to comply with the applicable SMSA or EA goal contained in this Appendix.

69

Page 73: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

APPENDIX C TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION

SUPPLEMENTARY CONDITIONS

Davis-Bacon Requirements

FEDERAL LABOR STANDARDS PROVISIONS (Davis-Bacon Act, Copeland Act, and Contract Works Hours & Safety Standards Act)

The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such federal assistance.

1 Minimum Wages.

(i) All laborers and mechanics employed or working upon the site of the work (or under the United States HousingAct of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act, 29 CFR Part 3, the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period.

Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

(ii) (a) The sponsor, on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, whichis not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The FDEP shall approve a request for an additional classification and wage rate and fringe benefits; therefore, only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the wagedetermination; and

(2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to thewage rates contained in the wage determination.

(b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or theirrepresentatives, and the sponsor(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the sponsor to the FDEP. The FDEP will transmit the request to the Administrator of the Wage and Hour Division, employment Standards Administration, U. S. Department of Labor. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional

70

Page 74: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

classification action within 30 days of receipt and so advise the FDEP or will notify FEDP within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.)

(c) In the event that the Contractor, the laborers or mechanics to be employed in the Classification or theirrepresentatives, and the sponsor do not agree on the proposed classification and wage rate (including the amount designed for fringe benefits, where appropriate), the FDEP shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of FDEP, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.)

(d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or(c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first dayon which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringebenefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part ofthe wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account, assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.)

2. Withholding.

The sponsor shall, upon written request of the EPA or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, EPA may, after written notice to the contractor, sponsor, applicant, or owners, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and Basic Records.

(i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work andpreserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017).

71

Page 75: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

(ii) (a) The contractor shall submit weekly for each week in which any contract work is performed, a copy of all payrolls to the sponsor. Such documentation shall be available upon request by FDEP. As to each payroll copy received, the sponsor shall provide a certification that the project is in compliance with the requirements of 29 CFR 5.5(a)(1) with each disbursement request. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(I), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee’s social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current addresses of each covered worker, and shall provide them upon request to the sponsor for transmission to the FDEP or EPA if requested by EPA, the FDEP, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsor. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149).

(b) Each payroll submitted shall be accompanied by a Statement of Compliance, signed by the contractor orsubcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be provided under 29 CFRPart 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR Part 5.5 (a)(3)(I), and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contractduring the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefitsor cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(c) The weekly submission of a properly executed certification set forth on the reverse side of Option FormWH-347 shall satisfy the requirement for submission of the Statement of Compliance required by paragraph A. 3(ii)(b) of this section.

(d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil orcriminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under paragraph A.3(I) of this section availablefor inspection, copying, or transcription by authorized representatives of the FDEP or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FDEP may, after written notice to the contractor, or sponsor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12.

4. Apprentices and Trainees.

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performedwhen they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, the Employment and Training Administration, Office of Apprenticeship Training, Employer andLabor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registeredin the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services, or a StateApprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio

72

Page 76: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program, shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the contractor’s or subcontractor’s registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice’s level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with the determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predeterminedrate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, the Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contract will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall bein conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30.

5. Compliance with Copeland Act Requirements.

The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract.

6. Subcontracts.

The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as EPA determines may be appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5.

7. Contract Termination, Debarment.

A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

73

Page 77: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

8. Compliance with Davis-Bacon and Related Act Requirements.

All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by referenced in this contract. 9. Disputes Concerning Labor Standards.

Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the sponsor, FDEP, EPA, the U. S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility.

(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor’s firm is a person or firm ineligible to be awarded government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded EPA contracts or participate in EPA programs pursuant to Executive Order 12549. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded EPA contracts or participate in EPA programs pursuant to Executive Order 12549.

(iii) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U. S. C. 1001. Additionally, U. S. Criminal Code, Section 1010, Title 18, U. S. C., Federal Housing Administration transactions, provides in part “Whoever, for the purpose of . . . influencing in any way the action of such Administration . . . makes, utters or publishes any statement, knowing the same to be false . . . shall be fined not more than $5,000 or imprisoned not more than two years, or both”. 11. Complaints, Proceedings, or Testimony by Employees.

A. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer. B. Contract Work Hours and Safety Standards Act. The sponsor shall insert the following clauses set forth in paragraphs B.(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by item 3 above or 29 CFR 4.6. As used in the paragraph, the terms laborers and mechanics include watchmen and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph.

(3) Withholding for unpaid wages and liquidated damages. The sponsor, upon written request of the FDEP or an authorized representative of the Department of Labor, may withhold or cause to be withheld, from any moneys payable on

74

Page 78: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

account of work performed by the contractor or subcontractor under any such contract or any other federal contract with the same prime contract, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph.

(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph(1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tiersubcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor withthe clauses set forth in subparagraphs (1) through (4) of this paragraph.

C. Health and Safety(1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are

unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation.

(2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926(formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54.83 State 96).

(3) The contractor shall include the provisions of this Article in every subcontract so that such provisions will bebinding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions.

12. Guidance to Contractor for Compliance with Labor Standards Provisions

a) Contracts with Two Wage Decisions

If the contract includes two wage decisions, the contractor, and each subcontractor who works on the site, must submit either two separate payrolls (one for each wage decision) or one payroll which identifies each worker twice and the hours worked under each wage decision. One single payroll, reflecting each worker once, may be submitted provided the Contractor uses the higher rate in the wage decisions for each identical job classification. However, where a job classification is not listed in a wage decision and is needed for that portion of the work, the classification must be added to the wage decision. A worker may not be paid at the rate for a classification using the hourly rate for that same classification in another wage decision. After the additional classification is approved, the contractor may pay the higher of the two rates and submit one payroll, if desired.

b) Complying with Minimum Hourly Amounts

1) The minimum hourly amount due to a worker in each classification is the total of the amounts in the Rates andFringe Benefits (if any) columns of the applicable wage decision.

2) The contractor may satisfy this minimum hourly amount by any combination of cash and bona fide fringe benefits,regardless of the individual amounts reflected in the Rates and Fringe Benefits columns.

3) A contractor payment for a worker which is required by law is not a fringe benefit in meeting the minimum hourlyamount due under the applicable wage decision. For example, contractor payments for FICA or unemploymentinsurance are not a fringe benefit; however, contractor payments for health insurance or retirement are a fringe benefit.Generally, a fringe benefit is bona fide if (a) it is available to most workers and (b) involves payments to a third party.

4) The hourly value of the fringe benefit is calculated by dividing the contractor’s annual cost (excluding any amountcontributed by the worker) for the fringe benefit by 2080. Therefore, for workers with overtime, an additional paymentmay be required to meet the minimum hourly wages since generally fringe benefits have no value for any time workedover 40 hours weekly. (If a worker is paid more than the minimum rates required by the wage decision, this should notbe a problem. As long as the total wages received by a worker for straight time equals the hours worked times theminimum hourly rate in the wage decision, the requirement of the Davis-Bacon and Related Acts has been satisfied.)

c) Overtime

75

Page 79: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

For any project work over 40 hours weekly, a worker generally must be paid 150% of the actual hourly cash rate received, not the minimum required by the wage decision. (The Davis-Bacon and Related Acts only establishes minimum rates and does not address overtime. The Contract Work Hours Act contains the overtime requirement and uses basic rate of pay as the base for calculation, not the minimum rates established by the Davis-Bacon and Related Acts.)

d) Deductions

Workers who have deductions, not required by law, from their pay must authorize these deductions in writing. The authorization must identify the purpose of each deduction and the amount, which may be a specific dollar amount or a percentage. A copy of the authorization must be submitted with the first payroll containing the deduction. If deducted amounts increase, another authorization must be submitted. If deducted amounts decrease, no revision to the original authorization is needed. Court-ordered deductions, such as child support, may be identified by the responsible payroll person in a separate document. This document should identify the worker, the amount deducted and the purpose. A copy of the court order should be submitted.

e) Classifications Not Included in the Wage Decision

If a classification not in the wage decision is required, please advise the owner’s representative in writing and identify the job classification(s) required. In some instances, the state agency may allow the use of a similar classification in the wage decision.

Otherwise, the contractor and affected workers must agree on a minimum rate, which cannot be lower than the lowest rate for any trade in the wage decision. Laborers (including any subcategory of the laborer classification) and truck drivers are not considered a trade for this purpose. If the classification involves a power equipment operator, the minimum cannot be lower than the lowest rate for any power equipment operator in the wage decision. The owner will provide forms to document agreement on the minimum rate by the affected workers and contractor.

The U.S. Department of Labor (USDOL) must approve the proposed classification and rate. The contractor may pay the proposed rate until the USDOL makes a determination. Should the USDOL require a higher rate, the contractor must make wage restitution to the affected worker(s) for all hours worked under the proposed rate.

f) Supervisory Personnel

Foremen and other supervisory personnel who spend at least 80% of their time supervising workers are not covered by the Davis-Bacon and Related Acts. Therefore, a wage decision will not include such supervisory classifications and their wages are not subject to any minimums under the Davis-Bacon and Related Act or overtime payments under the Contract Work Hours and Safety Standards Act. However, foremen and other supervisory personnel who spend less than 80% of their time engaged in supervisory activities are considered workers/mechanics for the time spent engaged in manual labor and must be paid at least the minimum in the wage decision for the appropriate classification(s) based on the work performed.

g) Sole Proprietorships / Independent Contractors / Leased Workers

The nature of the relationship between a prime contractor and a worker does not affect the requirement to comply with the labor standards provisions of this contract. The applicability of the labor standards provisions is based on the nature of the work performed.

If the work performed is primarily manual in nature, the worker is subject to the labor standards provisions in this contract. For example, if John Smith is the owner of ABC Plumbing and performs all plumbing work himself, then Mr. Smith is subject to the labor standards provisions, including minimum wages and overtime. His status as owner is irrelevant for labor standards purposes.

If a worker meets the IRS standards for being an independent contractor, and is employed as such, this means that the worker must submit a separate payroll as a subcontractor rather than be included on some other payroll. The worker is still subject to the labor standards provisions in this contract, including minimum wages and overtime.

If a contractor or subcontractor leases its workers, they are subject to the labor standards provisions in this contract, including minimum wages and overtime. The leasing firm must submit payrolls and these payrolls must reflect information required to determine compliance with the labor standards provisions of this contract, including a classification for each worker based on the nature of the work performed, number of regular hours worked, and number of overtime hours worked.

76

Page 80: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

h) Apprentices / Helpers

A worker may be classified as an apprentice only if participating in a federal or state program. Documentation of participation must be submitted. Generally, the apprentice program specifies that the apprentice will be compensated at a percentage of journeyman rate. For Davis-Bacon Act purposes, the hourly rate cannot be lower than the percentage of the hourly rate for the classification in the applicable wage decision.

If the worker does not participate in a federal or state apprentice program, then the worker must be classified according to duties performed. This procedure may require classification in the trade depending on tools used, or as a laborer if specialized tools of the trade are not used. The contractor may want to consult with the Wage and Hour Division of the U.S. Department of Labor located in most large cities regarding the appropriate classification.

Presently, no worker may be classified as a helper. As with apprentices not participating in a formal apprentice program, the worker must be classified according to duties performed and tools used.

77

Page 81: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

APPENDIX D TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS

American Iron and Steel Requirement

The Contractor acknowledges to and for the benefit of the ____________________ (“Owner”) and the State of Florida (the “State”) that it understands that iron and steel products to be installed as a part of this contract must be in compliance with the requirements in H.R. 3547, “Consolidated Appropriations Act, 2014,” (Appropriations Act). H.R. 3547 includes the following language in Division G, Title IV, Sec. 436, under the heading, "Use of American Iron and Steel,":

(a) (1) None of the funds made available by a State water pollution control revolving fund as authorized by title VI ofthe Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j-12) shall be used for a project for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products used in the project are produced in the United States.

(2) In this section, the term "iron and steel products" means the following products made primarily of iron or steel:lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials.

(b) Subsection (a) shall not apply in any case or category of cases in which the Administrator of the EnvironmentalProtection Agency (in this section referred to as the "Administrator") finds that--

(1) applying subsection (a) would be inconsistent with the public interest;(2) iron and steel products are not produced in the United States in sufficient and reasonably available quantities

and of a satisfactory quality; or (3) inclusion of iron and steel products produced in the United States will increase the cost of the overall project

by more than 25 percent. (c) If the Administrator receives a request for a waiver under this section, the Administrator shall make available to the

public on an informal basis a copy of the request and information available to the Administrator concerning the request, and shall allow for informal public input on the request for at least 15 days prior to making a finding based on the request. The Administrator shall make the request and accompanying information available by electronic means, including on the official public Internet Web site of the Environmental Protection Agency.

(d) This section shall be applied in a manner consistent with United States obligations under international agreements.

Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney’s fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State.

For waivers to these requirements based on (2)(b) above, contact Sheryl Parsons at USEPA Region IV. She can be reached by phone at (404) 562-9337.

78

Page 82: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

79

Page 83: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Implementation

The Act states:

Sec. 436. (a)(1) None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j–12) shall be used for a project for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products used in the project are produced in the United States.

(2) In this section, the term ‘‘iron and steel products’’ means the followingproducts made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials.

(b) Subsection (a) shall not apply in any case or category of cases in which theAdministrator of the Environmental Protection Agency (in this section referred to as the ‘‘Administrator’’) finds that—

(1) applying subsection (a) would be inconsistent with the public interest;

(2) iron and steel products are not produced in the United States insufficient and reasonably available quantities and of a satisfactory quality; or

(3) inclusion of iron and steel products produced in the United States willincrease the cost of the overall project by more than 25 percent.

(c) If the Administrator receives a request for a waiver under this section, theAdministrator shall make available to the public on an informal basis a copy of the request and information available to the Administrator concerning the request, and shall allow for informal public input on the request for at least 15 days prior to making a finding based on the request. The Administrator shall make the request and accompanying information available by electronic means, including on the official public Internet Web site of the Environmental Protection Agency.

(d) This section shall be applied in a manner consistent with United Statesobligations under international agreements.

(e) The Administrator may retain up to 0.25 percent of the funds appropriatedin this Act for the Clean and Drinking Water State Revolving Funds for carrying out

80

Page 84: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

the provisions described in subsection (a)(1) for management and oversight of the requirements of this section.

(f) This section does not apply with respect to a project if a State agencyapproves the engineering plans and specifications for the project, in that agency’s capacity to approve such plans and specifications prior to a project requesting bids, prior to the date of the enactment of this Act.

The following questions and answers provide guidance for implementing and complying with the AIS requirements:

Project Coverage

1) What classes of projects are covered by the AIS requirement?

All treatment works projects funded by a CWSRF assistance agreement, and all public water system projects funded by a DWSRF assistance agreement, from the date of enactment through the end of Federal Fiscal Year 2014, are covered. The AIS requirements apply to the entirety of the project, no matter when construction begins or ends. Additionally, the AIS requirements apply to all parts of the project, no matter the source of funding.

2) Does the AIS requirement apply to nonpoint source projects or national estuaryprojects?

No. Congress did not include an AIS requirement for nonpoint source and national estuary projects unless the project can also be classified as a ‘treatment works’ as defined by section 212 of the Clean Water Act.

3) Are any projects for the construction, alteration, maintenance, or repair of apublic water system or treatment works excluded from the AIS requirement?

Any project, whether a treatment works project or a public water system project, for which engineering plans and specifications were approved by the responsible state agency prior to January 17, 2014, is excluded from the AIS requirements.

4) What if the project does not have approved engineering plans and specificationsbut has signed an assistance agreement with a CWSRF or DWSRF programprior to January 17, 2014?

The AIS requirements do not apply to any project for which an assistance agreement was signed prior to January 17, 2014.

81

Page 85: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

5) What if the project does not have approved engineering plans and specifications,but bids were advertised prior to January 17, 2014 and an assistance agreementwas signed after January 17, 2014?

If the project does not require approved engineering plans and specifications, the bid advertisement date will count in lieu of the approval date for purposes of the exemption in section 436(f).

6) What if the assistance agreement that was signed prior to January 17, 2014, onlyfunded a part of the overall project, where the remainder of the project will befunded later with another SRF loan?

If the original assistance agreement funded any construction of the project, the date of the original assistance agreement counts for purposes of the exemption. If the original assistance agreement was only for planning and design, the date of that assistance agreement will count for purposes of the exemption only if there is a written commitment or expectation on the part of the assistance recipient to fund the remainder of the project with SRF funds.

7) What if the assistance agreement that was signed prior to January 17, 2014,funded the first phase of a multi-phase project, where the remaining phases willbe funded by SRF assistance in the future?

In such a case, the phases of the project will be considered a single project if all construction necessary to complete the building or work, regardless of the number of contracts or assistance agreements involved, are closely related in purpose, time and place. However, there are many situations in which major construction activities are clearly undertaken in phases that are distinct in purpose, time, or place. In the case of distinct phases, projects with engineering plans and specifications approval or assistance agreements signed prior to January 17, 2014 would be excluded from AIS requirements while those approved/signed on January 17, 2014, or later would be covered by the AIS requirements.

8) What if a project has split funding from a non-SRF source?

Many States intend to fund projects with “split” funding, from the SRF program and from State or other programs. Based on the Act language in section 436, which requires that American iron and steel products be used in any project for the construction, alteration, maintenance, or repair of a public water system or treatment works receiving SRF funding between and including January 17, 2014 and September 30, 2014, any project that is funded in whole or in part with such funds must comply with the AIS requirement. A “project” consists of all construction necessary to complete the building or work regardless of the number of contracts or assistance agreements involved so long as all contracts and assistance agreements awarded are closely related in purpose, time and place. This precludes the intentional splitting of SRF projects into separate and smaller contracts or assistance agreements to avoid AIS coverage on some portion of a larger

82

Page 86: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

project, particularly where the activities are integrally and proximately related to the whole. However, there are many situations in which major construction activities are clearly undertaken in separate phases that are distinct in purpose, time, or place, in which case, separate contracts or assistance agreement for SRF and State or other funding would carry separate requirements.

9) What about refinancing?

If a project began construction, financed from a non-SRF source, prior to January 17, 2014, but is refinanced through an SRF assistance agreement executed on or after January 17, 2014 and prior to October 1, 2014, AIS requirements will apply to all construction that occurs on or after January 17, 2014, through completion of construction, unless, as is likely, engineering plans and specifications were approved by a responsible state agency prior to January 17, 2014. There is no retroactive application of the AIS requirements where a refinancing occurs for a project that has completed construction prior to January 17, 2014.

10) Do the AIS requirements apply to any other EPA programs, besides the SRFprogram, such as the Tribal Set-aside grants or grants to the Territories andDC?

No, the AIS requirement only applies to funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U.S.C. 300j–12)

Covered Iron and Steel Products

11) What is an iron or steel product?

For purposes of the CWSRF and DWSRF projects that must comply with the AIS requirement, an iron or steel product is one of the following made primarily of iron or steel that is permanently incorporated into the public water system or treatment works:

Lined or unlined pipes or fittings; Manhole Covers; Municipal Castings (defined in more detail below); Hydrants; Tanks; Flanges; Pipe clamps and restraints; Valves; Structural steel (defined in more detail below); Reinforced precast concrete; and Construction materials (defined in more detail below).

83

Page 87: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

12) What does the term ‘primarily iron or steel’ mean?

‘Primarily iron or steel’ places constraints on the list of products above. For one of the listed products to be considered subject to the AIS requirements, it must be made of greater than 50% iron or steel, measured by cost. The cost should be based on the material costs.

13) Can you provide an example of how to perform a cost determination?

For example, the iron portion of a fire hydrant would likely be the bonnet, body and shoe, and the cost then would include the pouring and casting to create those components. The other material costs would include non-iron and steel internal workings of the fire hydrant (i.e., stem, coupling, valve, seals, etc). However, the assembly of the internal workings into the hydrant body would not be included in this cost calculation. If one of the listed products is not made primarily of iron or steel, United States (US) provenance is not required. An exception to this definition is reinforced precast concrete, which is addressed in a later question.

14) If a product is composed of more than 50% iron or steel, but is not listed in theabove list of items, must the item be produced in the US? Alternatively, mustthe iron or steel in such a product be produced in the US?

The answer to both question is no. Only items on the above list must be produced in the US. Additionally, the iron or steel in a non-listed item can be sourced from outside the US.

15) What is the definition of steel?

Steel means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. Metallic elements such as chromium, nickel, molybdenum, manganese, and silicon may be added during the melting of steel for the purpose of enhancing properties such as corrosion resistance, hardness, or strength. The definition of steel covers carbon steel, alloy steel, stainless steel, tool steel and other specialty steels.

16) What does ‘produced in the United States’ mean?

Production in the United States of the iron or steel products used in the project requires that all manufacturing processes, including application of coatings, must take place in the United States, with the exception of metallurgical processes involving refinement of steel additives. All manufacturing processes includes processes such as melting, refining, forming, rolling, drawing, finishing, fabricating and coating. Further, if a domestic iron and steel product is taken out of the US for any part of the manufacturing process, it becomes foreign source material. However, raw materials such as iron ore, limestone and iron and steel scrap are not covered by the AIS requirement, and the

84

Page 88: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

material(s), if any, being applied as a coating are similarly not covered. Non-iron or steel components of an iron and steel product may come from non-US sources. For example, for products such as valves and hydrants, the individual non-iron and steel components do not have to be of domestic origin.

17) Are the raw materials used in the production of iron or steel required to comefrom US sources?

No. Raw materials, such as iron ore, limestone, scrap iron, and scrap steel, can come from non-US sources.

18) If an above listed item is primarily made of iron or steel, but is only at theconstruction site temporarily, must such an item be produced in the US?

No. Only the above listed products made primarily of iron or steel, permanently incorporated into the project must be produced in the US. For example trench boxes, scaffolding or equipment, which are removed from the project site upon completion of the project, are not required to be made of U.S. Iron or Steel.

19) What is the definition of ‘municipal castings’?

Municipal castings are cast iron or steel infrastructure products that are melted and cast. They typically provide access, protection, or housing for components incorporated into utility owned drinking water, storm water, wastewater, and surface infrastructure. They are typically made of grey or ductile iron, or steel. Examples of municipal castings are:

Access Hatches; Ballast Screen; Benches (Iron or Steel); Bollards; Cast Bases; Cast Iron Hinged Hatches, Square and Rectangular; Cast Iron Riser Rings; Catch Basin Inlet; Cleanout/Monument Boxes; Construction Covers and Frames; Curb and Corner Guards; Curb Openings; Detectable Warning Plates; Downspout Shoes (Boot, Inlet); Drainage Grates, Frames and Curb Inlets; Inlets; Junction Boxes; Lampposts; Manhole Covers, Rings and Frames, Risers;

85

Page 89: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Meter Boxes; Service Boxes; Steel Hinged Hatches, Square and Rectangular; Steel Riser Rings; Trash receptacles; Tree Grates; Tree Guards; Trench Grates; and Valve Boxes, Covers and Risers.

20) What is ‘structural steel’?

Structural steel is rolled flanged shapes, having at least one dimension of their cross-section three inches or greater, which are used in the construction of bridges, buildings, ships, railroad rolling stock, and for numerous other constructional purposes. Such shapes are designated as wide-flange shapes, standard I-beams, channels, angles, tees and zees. Other shapes include H-piles, sheet piling, tie plates, cross ties, and those for other special purposes.

21) What is a ‘construction material’ for purposes of the AIS requirement?

Construction materials are those articles, materials, or supplies made primarily of iron and steel, that are permanently incorporated into the project, not including mechanical and/or electrical components, equipment and systems. Some of these products may overlap with what is also considered “structural steel”. This includes, but is not limited to, the following products: wire rod, bar, angles, concrete reinforcing bar, wire, wire cloth, wire rope and cables, tubing, framing, joists, trusses, fasteners (i.e., nuts and bolts), welding rods, decking, grating, railings, stairs, access ramps, fire escapes, ladders, wall panels, dome structures, roofing, ductwork, surface drains, cable hanging systems, manhole steps, fencing and fence tubing, guardrails, doors, and stationary screens.

22) What is not considered a ‘construction material’ for purposes of the AISrequirement?

Mechanical and electrical components, equipment and systems are not considered construction materials. Mechanical equipment is typically that which has motorized parts and/or is powered by a motor. Electrical equipment is typically any machine powered by electricity and includes components that are part of the electrical distribution system.

The following examples (including their appurtenances necessary for their intended use and operation) are NOT considered construction materials: pumps, motors, gear reducers, drives (including variable frequency drives (VFDs)), electric/pneumatic/manual accessories used to operate valves (such as electric valve actuators), mixers, gates, motorized screens (such as traveling screens), blowers/aeration equipment, compressors, meters, sensors, controls and switches, supervisory control and

86

Page 90: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

data acquisition (SCADA), membrane bioreactor systems, membrane filtration systems, filters, clarifiers and clarifier mechanisms, rakes, grinders, disinfection systems, presses (including belt presses), conveyors, cranes, HVAC (excluding ductwork), water heaters, heat exchangers, generators, cabinetry and housings (such as electrical boxes/enclosures), lighting fixtures, electrical conduit, emergency life systems, metal office furniture, shelving, laboratory equipment, analytical instrumentation, and dewatering equipment.

23) If the iron or steel is produced in the US, may other steps in the manufacturingprocess take place outside of the US, such as assembly?

No. Production in the US of the iron or steel used in a listed product requires that all manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives.

24) What processes must occur in the US to be compliant with the AIS requirementfor reinforced precast concrete?

While reinforced precast concrete may not be at least 50% iron or steel, in this particular case, the reinforcing bar and wire must be produced in the US and meet the same standards as for any other iron or steel product. Additionally, the casting of the concrete product must take place in the US. The cement and other raw materials used in concrete production are not required to be of domestic origin.

If the reinforced concrete is cast at the construction site, the reinforcing bar and wire are considered to be a construction material and must be produced in the US.

Compliance

25) How should an assistance recipient document compliance with the AISrequirement?

In order to ensure compliance with the AIS requirement, specific AIS contract language must be included in each contract, starting with the assistance agreement, all the way down to the purchase agreements. Sample language for assistance agreements and contracts can be found in Appendix 3 and 4.

EPA recommends the use of a step certification process, similar to one used by the Federal Highway Administration. The step certification process is a method to ensure that producers adhere to the AIS requirement and assistance recipients can verify that products comply with the AIS requirement. The process also establishes accountability and better enables States to take enforcement actions against violators.

Step certification creates a paper trail which documents the location of the manufacturing process involved with the production of steel and iron materials. A step certification is a process under which each handler (supplier, fabricator, manufacturer,

87

Page 91: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

processor, etc) of the iron and steel products certifies that their step in the process was domestically performed. Each time a step in the manufacturing process takes place, the manufacturer delivers its work along with a certification of its origin. A certification can be quite simple. Typically, it includes the name of the manufacturer, the location of the manufacturing facility where the product or process took place (not its headquarters), a description of the product or item being delivered, and a signature by a manufacturer’s responsible party. Attached, as Appendix 5, are sample certifications. These certifications should be collected and maintained by assistance recipients.

Alternatively, the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a certification asserting that all manufacturing processes occurred in the US. While this type of certification may be acceptable, it may not provide the same degree of assurance. Additional documentation may be needed if the certification is lacking important information. Step certification is the best practice.

26) How should a State ensure assistance recipients are complying with the AISrequirement?

In order to ensure compliance with the AIS requirement, States SRF programs must include specific AIS contract language in the assistance agreement. Sample language for assistance agreements can be found in Appendix 3.

States should also, as a best practice, conduct site visits of projects during construction and review documentation demonstrating proof of compliance which the assistance recipient has gathered.

27) What happens if a State or EPA finds a non-compliant iron and/or steel productpermanently incorporated in the project?

If a potentially non-compliant product is identified, the State should notify the assistance recipient of the apparent unauthorized use of the non-domestic component, including a proposed corrective action, and should be given the opportunity to reply. If unauthorized use is confirmed, the State can take one or more of the following actions: request a waiver where appropriate; require the removal of the non-domestic item; or withhold payment for all or part of the project. Only EPA can issue waivers to authorize the use of a non-domestic item. EPA may use remedies available to it under the Clean Water Act, the Safe Drinking Water Act, and 40 CFR part 31 grant regulations, in the event of a violation of a grant term and condition.

It is recommended that the State work collaboratively with EPA to determine the appropriate corrective action, especially in cases where the State is the one who identifies the item in noncompliance or there is a disagreement with the assistance recipient.

If fraud, waste, abuse, or any violation of the law is suspected, the Office of Inspector General (OIG) should be contacted immediately. The OIG can be reached at 1-

88

Page 92: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

888-546-8740 or [email protected]. More information can be found at this website:http://www.epa.gov/oig/hotline.htm.

28) How do international trade agreements affect the implementation of the AISrequirements?

The AIS provision applies in a manner consistent with United States obligations under international agreements. Typically, these obligations only apply to direct procurement by the entities that are signatories to such agreements. In general, SRF assistance recipients are not signatories to such agreements, so these agreements have no impact on this AIS provision. In the few instances where such an agreement applies to a municipality, that municipality is under the obligation to determine its applicability and requirements and document the actions taken to comply for the State.

Waiver Process

The statute permits EPA to issue waivers for a case or category of cases where EPA finds (1) that applying these requirements would be inconsistent with the public interest; (2) iron and steel products are not produced in the US in sufficient and reasonably available quantities and of a satisfactory quality; or (3) inclusion of iron and steel products produced in the US will increase the cost of the overall project by more than 25 percent.

In order to implement the AIS requirements, EPA has developed an approach to allow for effective and efficient implementation of the waiver process to allow projects to proceed in a timely manner. The framework described below will allow States, on behalf of the assistance recipients, to apply for waivers of the AIS requirement directly to EPA Headquarters. Only waiver requests received from states will be considered. Pursuant to the Act, EPA has the responsibility to make findings as to the issuance of waivers to the AIS requirements.

Definitions

The following terms are critical to the interpretation and implementation of the AIS requirements and apply to the process described in this memorandum:

Reasonably Available Quantity: The quantity of iron or steel products is available or will be available at the time needed and place needed, and in the proper form or specification as specified in the project plans and design.

Satisfactory Quality: The quality of iron or steel products, as specified in the project plans and designs.

Assistance Recipient: A borrower or grantee that receives funding from a State CWSRF or DWSRF program.

89

Page 93: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Step-By-Step Waiver Process

Application by Assistance Recipient

Each local entity that receives SRF water infrastructure financial assistance is required by section 436 of the Act to use American made iron and steel products in the construction of its project. However, the recipient may request a waiver. Until a waiver is granted by EPA, the AIS requirement stands, except as noted above with respect to municipalities covered by international agreements.

The waiver process begins with the SRF assistance recipient. In order to fulfill the AIS requirement, the assistance recipient must in good faith design the project (where applicable) and solicit bids for construction with American made iron and steel products. It is essential that the assistance recipient include the AIS terms in any request for proposals or solicitations for bids, and in all contracts (see Appendix 3 for sample construction contract language). The assistance recipient may receive a waiver at any point before, during, or after the bid process, if one or more of three conditions is met:

1. Applying the American Iron and Steel requirements of the Act would beinconsistent with the public interest;

2. Iron and steel products are not produced in the United States in sufficientand reasonably available quantities and of a satisfactory quality; or

3. Inclusion of iron and steel products produced in the United States willincrease the cost of the overall project by more than 25 percent.

Proper and sufficient documentation must be provided by the assistance recipient. A checklist detailing the types of information required for a waiver to be processed is attached as Appendix 1.

Additionally, it is strongly encouraged that assistance recipients hold pre-bid conferences with potential bidders. A pre-bid conference can help to identify iron and steel products needed to complete the project as described in the plans and specifications that may not be available from domestic sources. It may also identify the need to seek a waiver prior to bid, and can help inform the recipient on compliance options.

In order to apply for a project waiver, the assistance recipient should email the request in the form of a Word document (.doc) to the State SRF program. It is strongly recommended that the State designate a single person for all AIS communications. The State SRF designee will review the application for the waiver and determine whether the necessary information has been included. Once the waiver application is complete, the State designee will forward the application to either of two email addresses. For CWSRF waiver requests, please send the application to: [email protected]. For DWSRF waiver requests, please send the application to: [email protected].

90

Page 94: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Evaluation by EPA

After receiving an application for waiver of the AIS requirements, EPA Headquarters will publish the request on its website for 15 days and receive informal comment. EPA Headquarters will then use the checklist in Appendix 2 to determine whether the application properly and adequately documents and justifies the statutory basis cited for the waiver – that it is quantitatively and qualitatively sufficient – and to determine whether or not to grant the waiver.

In the event that EPA finds that adequate documentation and justification has been submitted, the Administrator may grant a waiver to the assistance recipient. EPA will notify the State designee that a waiver request has been approved or denied as soon as such a decision has been made. Granting such a waiver is a three-step process:

1. Posting – After receiving an application for a waiver, EPA is required topublish the application and all material submitted with the application on EPA’swebsite for 15 days. During that period, the public will have the opportunity toreview the request and provide informal comment to EPA. The website can befound at: http://water.epa.gov/grants_funding/aisrequirement.cfm

2. Evaluation – After receiving an application for waiver of the AISrequirements, EPA Headquarters will use the checklist in Appendix 2 todetermine whether the application properly and adequately documents andjustifies the statutory basis cited for the waiver – that it is quantitatively andqualitatively sufficient – and to determine whether or not to grant the waiver.

3. Signature of waiver approval by the Administrator or another agency officialwith delegated authority – As soon as the waiver is signed and dated, EPA willnotify the State SRF program, and post the signed waiver on our website. Theassistance recipient should keep a copy of the signed waiver in its project files.

Public Interest Waivers

EPA has the authority to issue public interest waivers. Evaluation of a public interest waiver request may be more complicated than that of other waiver requests so they may take more time than other waiver requests for a decision to be made. An example of a public interest waiver that might be issued could be for a community that has standardized on a particular type or manufacturer of a valve because of its performance to meet their specifications. Switching to an alternative valve may require staff to be trained on the new equipment and additional spare parts would need to be purchased and stocked, existing valves may need to be unnecessarily replaced, and portions of the system may need to be redesigned. Therefore, requiring the community to install an alternative valve would be inconsistent with public interest.

EPA also has the authority to issue a public interest waiver that covers categories of products that might apply to all projects.

91

Page 95: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

EPA reserves the right to issue national waivers that may apply to particular classes of assistance recipients, particular classes of projects, or particular categories of iron or steel products. EPA may develop national or (US geographic) regional categorical waivers through the identification of similar circumstances in the detailed justifications presented to EPA in a waiver request or requests. EPA may issue a national waiver based on policy decisions regarding the public’s interest or a determination that a particular item is not produced domestically in reasonably available quantities or of a sufficient quality. In such cases, EPA may determine it is necessary to issue a national waiver.

If you have any questions concerning the contents of this memorandum, you may contact us, or have your staff contact Jordan Dorfman, Attorney-Advisor, State Revolving Fund Branch, Municipal Support Division, at [email protected] or (202) 564-0614 or Kiri Anderer, Environmental Engineer, Infrastructure Branch,Drinking Water Protection Division, at [email protected] or (202) 564-3134.

Attachments

92

Page 96: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Appendix 1: Information Checklist for Waiver Request

The purpose of this checklist is to help ensure that all appropriate and necessary information is submitted to EPA. EPA recommends that States review this checklist carefully and provide all appropriate information to EPA. This checklist is for informational purposes only and does not need to be included as part of a waiver application.

Items Notes

General • Waiver request includes the following information:

— Description of the foreign and domestic construction materials — Unit of measure — Quantity — Price — Time of delivery or availability — Location of the construction project — Name and address of the proposed supplier — A detailed justification for the use of foreign construction materials

• Waiver request was submitted according to the instructions in the memorandum• Assistance recipient made a good faith effort to solicit bids for domestic iron and steel products, as demonstrated by language in

requests for proposals, contracts, and communications with the prime contractorCost Waiver Requests

• Waiver request includes the following information:— Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and

steel products — Relevant excerpts from the bid documents used by the contractors to complete the comparison — Supporting documentation indicating that the contractor made a reasonable survey of the market, such as a description of the

process for identifying suppliers and a list of contacted suppliers Availability Waiver Requests

• Waiver request includes the following supporting documentation necessary to demonstrate the availability, quantity, and/or quality ofthe materials for which the waiver is requested:

— Supplier information or pricing information from a reasonable number of domestic suppliers indicating availability/delivery date for construction materials

— Documentation of the assistance recipient’s efforts to find available domestic sources, such as a description of the process for identifying suppliers and a list of contacted suppliers.

— Project schedule — Relevant excerpts from project plans, specifications, and permits indicating the required quantity and quality of construction

materials • Waiver request includes a statement from the prime contractor and/or supplier confirming the non-availability of the domestic

construction materials for which the waiver is sought• Has the State received other waiver requests for the materials described in this waiver request, for comparable projects?

93

Page 97: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Appendix 2: HQ Review Checklist for Waiver Request

Instructions: To be completed by EPA. Review all waiver requests using the questions in the checklist, and mark the appropriate box as Yes, No or N/A. Marks that fall inside the shaded boxes may be grounds for denying the waiver. If none of your review markings fall into a shaded box, the waiver is eligible for approval if it indicates that one or more of the following conditions applies to the domestic product for which the waiver is sought:

1. The iron and/or steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality.2. The inclusion of iron and/or steel products produced in the United States will increase the cost of the overall project by more than 25 percent.

Review Items Yes No N/A Comments

Cost Waiver Requests • Does the waiver request include the following information?

— Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron andsteel products

— Relevant excerpts from the bid documents used by the contractors to complete the comparison— A sufficient number of bid documents or pricing information from domestic sources to constitute a reasonable survey of

the market • Does the Total Domestic Project exceed the Total Foreign Project Cost by more than 25%?

Availability Waiver Requests • Does the waiver request include supporting documentation sufficient to show the availability, quantity, and/or quality of the

iron and/or steel product for which the waiver is requested?— Supplier information or other documentation indicating availability/delivery date for materials— Project schedule— Relevant excerpts from project plans, specifications, and permits indicating the required quantity and quality of materials

• Does supporting documentation provide sufficient evidence that the contractors made a reasonable effort to locate domesticsuppliers of materials, such as a description of the process for identifying suppliers and a list of contacted suppliers?

• Based on the materials delivery/availability date indicated in the supporting documentation, will the materials be unavailablewhen they are needed according to the project schedule? (By item, list schedule date and domestic delivery quote date or otherrelevant information)

• Is EPA aware of any other evidence indicating the non-availability of the materials for which the waiver is requested?Examples include:

— Multiple waiver requests for the materials described in this waiver request, for comparable projects in the same State — Multiple waiver requests for the materials described in this waiver request, for comparable projects in other States — Correspondence with construction trade associations indicating the non-availability of the materials

• Are the available domestic materials indicated in the bid documents of inadequate quality compared those required by theproject plans, specifications, and/or permits?

94

Page 98: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Appendix 3: Example Loan Agreement Language

ALL ASSISTANCE AGREEMENT MUST HAVE A CLAUSE REQUIRING COMPLIANCE WITH THE AIS REQUIREMENT. THIS IS AN EXAMPLE OF WHAT COULD BE INCLUDED IN SRF ASSISTANCE AGREEMENTS. EPA MAKES NO CLAIMS REGARDING THE LEGALITY OF THIS CLAUSE WITH RESPECT TO STATE LAW:

Comply with all federal requirements applicable to the Loan (including those imposed by the 2014 Appropriations Act and related SRF Policy Guidelines) which the Participant understands includes, among other, requirements that all of the iron and steel products used in the Project are to be produced in the United States (“American Iron and Steel Requirement”) unless (i) the Participant has requested and obtained a waiver from the Agency pertaining to the Project or (ii) the Finance Authority has otherwise advised the Participant in writing that the American Iron and Steel Requirement is not applicable to the Project.

Comply with all record keeping and reporting requirements under the Clean Water Act/Safe Drinking Water Act, including any reports required by a Federal agency or the Finance Authority such as performance indicators of program deliverables, information on costs and project progress. The Participant understands that (i) each contract and subcontract related to the Project is subject to audit by appropriate federal and state entities and (ii) failure to comply with the Clean Water Act/Safe Drinking Water Act and this Agreement may be a default hereunder that results in a repayment of the Loan in advance of the maturity of the Bonds and/or other remedial actions.

95

Page 99: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Appendix 4: Sample Construction Contract Language

ALL CONTRACTS MUST HAVE A CLAUSE REQUIRING COMPLIANCE WITH THE AIS REQUIREMENT. THIS IS AN EXAMPLE OF WHAT COULD BE INCLUDED IN ALL CONTRACTS IN PROJECTS THAT USE SRF FUNDS. EPA MAKES NO CLAIMS REGARDING THE LEGALITY OF THIS CLAUSE WITH RESPECT TO STATE OR LOCAL LAW:

The Contractor acknowledges to and for the benefit of the City of _____ (“Purchaser”) and the _____________ (the “State”) that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as “American Iron and Steel;” that requires all of the iron and steel products used in the project to be produced in the United States (“American Iron and Steel Requirement”) including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the State that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney’s fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State.

96

Page 100: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Appendix 5: Sample Certifications

The following information is provided as a sample letter of step certification for AIS compliance. Documentation must be provided on company letterhead.

Date

Company Name

Company Address

City, State Zip

Subject: American Iron and Steel Step Certification for Project (XXXXXXXXXX)

I, (company representative), certify that the (melting, bending, coating, galvanizing, cutting, etc.) process for (manufacturing or fabricating) the following products and/or materials shipped or provided for the subject project is in full compliance with the American Iron and Steel requirement as mandated in EPA’s State Revolving Fund Programs.

Item, Products and/or Materials:

1. Xxxx2. Xxxx3. Xxxx

Such process took place at the following location:

_____________

If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer.

Signed by company representative

97

Page 101: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

The following information is provided as a sample letter of certification for AIS compliance. Documentation must be provided on company letterhead.

Date

Company Name

Company Address

City, State Zip

Subject: American Iron and Steel Certification for Project (XXXXXXXXXX)

I, (company representative), certify that the following products and/or materials shipped/provided to the subject project are in full compliance with the American Iron and Steel requirement as mandated in EPA’s State Revolving Fund Programs.

Item, Products and/or Materials:

1. Xxxx2. Xxxx3. Xxxx

Such process took place at the following location:

_____________

If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer.

Signed by company representative

98

Page 102: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplemental Requirements Tech Specs_Front End

Section 8. Supplemental Requirements

DAVIS-BACON WAGE TABLE

The Contractor and the Contractor’s subcontractors shall adhere to the latest Davis-Bacon Wage Rates for the construction type and specified workers as listed herein. The Contractor is advised that the David-Bacon Wage Rates may change during the bidding and contract period.

General Decision Number: FL20200139 01/03/2020

Superseded General Decision Number: FL20190139

State: Florida

Construction Type: Heavy

Counties: Pasco and Pinellas Counties in Florida.

HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/03/2020

99

Page 103: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplemental Requirements Tech Specs_Front End

* ELEC0915-003 12/01/2019 Rates Fringes

ELECTRICIAN...................... $ 30.01 39%+0.35 ---------------------------------------------------------------- ENGI0925-010 06/01/2013

Rates Fringes

POWER EQUIPMENT OPERATOR: Crawler Cranes; Truck Cranes; Pile Driver Cranes; Rough Terrain Cranes; and Any Crane not otherwise described below... $ 29.61 11.50 Drill....................... $ 29.61 11.50 Hydraulic Cranes Rated 100 Tons or Above but Less Than 250 Tons; and Lattice Boom Cranes Less Than 150 Tons if not described below. $ 30.61 11.50 Lattice Boom Cranes Rated at 150 Tons or Above; Friction Cranes of Any Size; Mobile Tower Cranes or Luffing Boom Cranes of Any Size; Electric Tower Cranes; Hydraulic Cranes Rated at 250 Tons or Above; and Any Crane Equipped with 300 Foot or More of Any Boom Combination................. $ 31.61 11.50 Oiler....................... $ 22.91 11.50 ---------------------------------------------------------------- IRON0397-006 07/01/2019

Rates Fringes

IRONWORKER, STRUCTURAL........... $ 30.85 16.47 ---------------------------------------------------------------- LABO0517-002 05/01/2017

Rates Fringes

LABORER: Grade Checker.......... $ 19.20 7.85 ---------------------------------------------------------------- PAIN0088-008 08/01/2019

100

Page 104: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplemental Requirements Tech Specs_Front End

Rates Fringes

PAINTER: Brush, Roller and Spray............................ $ 20.21 11.28 ---------------------------------------------------------------- SUFL2009-178 06/24/2009

Rates Fringes

CARPENTER........................ $ 14.95 2.92

CEMENT MASON/CONCRETE FINISHER... $ 14.77 3.50

LABORER: Common or General...... $ 9.26 0.00

LABORER: Landscape.............. $ 7.25 0.00

LABORER: Pipelayer.............. $ 11.33 0.00

LABORER: Power Tool Operator (Hand Held Drills/Saws, Jackhammer and Power Saws Only)............................ $ 10.63 2.20

OPERATOR: Asphalt Paver......... $ 11.59 0.00

OPERATOR: Backhoe Loader Combo............................ $ 16.10 2.44

OPERATOR: Backhoe/Excavator..... $ 15.60 0.00

OPERATOR: Bulldozer............. $ 17.00 0.00

OPERATOR: Grader/Blade.......... $ 16.00 2.84

OPERATOR: Loader................ $ 14.75 0.00

OPERATOR: Mechanic.............. $ 14.32 0.00

OPERATOR: Roller................ $ 10.76 0.00

OPERATOR: Scraper............... $ 11.00 1.74

OPERATOR: Trackhoe.............. $ 20.92 5.50

OPERATOR: Tractor............... $ 10.54 0.00

TRUCK DRIVER, Includes Dump Truck............................ $ 11.00 0.00

TRUCK DRIVER: Lowboy Truck...... $ 12.73 0.00

101

Page 105: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplemental Requirements Tech Specs_Front End

TRUCK DRIVER: Off the Road Truck............................ $ 12.21 1.97 ----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average

102

Page 106: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplemental Requirements Tech Specs_Front End

rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

103

Page 107: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplemental Requirements Tech Specs_Front End

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

104

Page 108: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplemental Requirements Tech Specs_Front End

Other Federal Requirements

Contractor agrees and shall comply in all respects with all applicable standards, orders or regulations issued pursuant to the following laws and requirements, and further agrees that each of these provisions shall be included in any subcontracts so that such provisions will be binding on all subcontractors:

Reports, Information, Record Retention, and Audits

Contractor shall, and shall require by contract each of its subcontractors to, furnish to the City, at such times and in such forms as the City may require, any statements, records, reports, data, or information pertaining to matters covered by this Contract. All records pertaining to this Contract, including but not limited to financial, statistical, property and programmatic records, shall be retained for five (5) years from the ending date of the City’s fiscal year (October 1 through September 30) in which this Contract is paid in full, expired or terminated.

All records, however, that are subject to audit findings shall be retained for five (5) years in the manner prescribed above or until such audit findings have been resolved, whichever is later. Nothing herein shall be construed to allow destruction of records that may be required to be retained longer by Florida law. This paragraph shall survive the expiration or termination of the Contract to the extent necessary to enforce its terms.

The Contractor shall, at any time during normal business hours and as often as the City, or its designee may deem necessary, make available for examination records, books, documents, papers, data, and records with respect to all matters which are directly pertinent to this Contract for the purpose of making audit, examination, excerpts, and transcriptions.

Prohibition against Contracting with Scrutinized Companies (287.135 F.S.)

The Contractor certifies that it and any of its affiliates are not scrutinized companies as identified in Section 287.135, F.S. In addition, the Contractor agrees to observe the requirements of Section 287.135, F.S., for applicable sub-agreements entered into for the performance of work under this Agreement. Pursuant to Section 287.135, F.S., the City and/ or FDEP may immediately terminate this Agreement for cause if the Contractor, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on any applicable scrutinized companies list or engaged in prohibited contracting activity during the term of the agreement. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions then they shall become inoperative.

105

Page 109: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplemental Requirements Tech Specs_Front End

IN WITNESS WHEREOF the parties have executed the Agreement on the day and date first above written.

OWNER: The City of Gulfport

__________________________________________________ James E. O’Reilly, City Manager

ATTEST:

Lesley DeMuth, City Clerk

Reviewed for Legal Form and Content by:

__________________________________________________ Andrew Salzman, City Attorney

CONTRACTOR:

__________________________________________________

WITNESS:

__________________________________________________

106

Page 110: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Part B Tech Specs_Front End

Part B – Technical Specifications

(Page Intentionally Left Blank)

107

Page 111: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

Section 1. Special Provisions

1.1 General

This Section amends, enhances or otherwise revises the Technical Specifications.

1.2 Standard Specifications

The standard Specifications to be used for this work shall be the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, and all Supplemental Specifications thereto, in effect as of the bid date, hereinafter referred to as the Standard Specifications, except as amended under this Contract.

1.3 No Separate Payment for Special Provisions

No separate payment will be made for the Contractor to execute Special Provisions. All expenses borne by the Contractor shall be included in the individual unit prices for the particular pay item.

1.4 Construction Staking

All construction staking and survey work shall be completed prior to Clearing and Grubbing activities and shall be performed by a Registered Land Surveyor, unless otherwise approved.

1.5 Materials

a. Delivery Tickets: It will be necessary to submit a copy of all delivery tickets formaterials used on the project, regardless of the basis of payment.

b. Job Mix Formula for Asphaltic Concrete: Attention is directed to the requirementthat job mix formulas for asphaltic concrete, of the type specified, be submitted atleast 14 days before plant operations begin. The submitted formula should bederived, or approved, by the laboratory approved by the Owner to make test on theProject. Costs for such job mix formulation will be paid by the Contractor directly tothe assigned laboratory.

c. Job Mix Formula for Portland Cement Concrete: Attention is directed to therequirement that job mix design formulas for all Portland Cement Concrete, of thetype specified, be submitted at least 14 days prior to use on the project. Thesubmitted formulas shall be derived or approved by the Owner and/or its agents. Allconcrete mix designs shall meet FDOT Concrete Class mix guidelines, except asfollows: when approved, in writing by the Engineer, an Alternate Class I Concretemix design formula, for concrete curb and gutter to be placed by automated curb

108

Page 112: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

machines, may show, as a substitution for #57 aggregate, an amount of #89 aggregate not to exceed 33 percent, by weight, of the #57 aggregate.

1.6 Laboratory Testing

Cost of all required laboratory testing shall be borne by the Contractor, including the cost of all re-testing due to defective materials or construction. The testing laboratory shall be approved by the Owner.

Testing shall be in accordance with the applicable portions of Section 6 of the Standard Specifications and these specifications.

1.7 Measurement and Payment

a. All work completed under the terms of this contract shall be measured according toUnited States Standard Measures.

b. All measurements shall be taken horizontally or vertically unless specificallyprovided otherwise.

c. No payment will be made for construction over a greater area than authorized, norfor material moved from outside of stakes and data shown on the plans, exceptwhen such work is performed upon instructions of the Engineer.

d. The Contractor shall accept compensation provided under the terms of this contractas full payment for furnishing all materials and for performing all work contemplatedand embraced under this contract. Such compensation shall also be for any and allloss or damage arising out of the nature of the work or from the action of theelements, or from any unforeseen difficulties or obstructions encountered during thecontract period until final acceptance by the Owner.

e. Whenever any change, or combination of changes, on the plans results in anincrease or decrease in the original contract quantities, and the work added ordecreased/eliminated is of the same general character as that called for on theplans, the Contractor shall accept payment in full at the original contract unit pricesfor the actual quantity of work performed, with no allowance for any loss ofanticipated profits.

f. Any quantity item not indicated in the Bid Proposal List but shown on the Plans shallbe included as part of the lump sum quantity for Mobilization.

It is the Contractor's responsibility to perform a detailed quantity take-off from theplans to determine actual quantities for ordering and delivery purposes. The Ownerwill not be responsible for quantities ordered in excess of those installed andConstructed. The Contractor should be aware that some of the pay items may havecontingency quantities. Payment shall be made only for final in-place quantities. Nopayment shall be made for contingency quantities or additional work unlessotherwise directed and approved in writing by the Engineer.

g. Bid Schedule Completion - the blank spaces in the bid schedule shall be filled incorrectly where indicated for each and every item for which a description is given,

109

Page 113: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

as the bidder must state the unit prices for which he proposes to do each part of the work contemplated, and the total price for all the parts included in any or all of the combinations of the work. In case of a discrepancy, the written words for "unit price", where stated, shall be considered as being the unit price. If the bid schedule does not use the written words for the unit price, then the numerically correct "total price", shall be considered as being the total price.

1.8 Restoration

Payment for restoration shall be covered under the applicable restoration Pay Items as specified in the proposal. If a specific restoration Pay Item is not listed in the proposal, the cost of such work shall be included in the applicable Pay Item unless otherwise provided under separate restoration section or pay quantity of these Specifications.

1.9 Cooperation with Others

The Contractor shall cooperate with the owners of any underground or overhead utility lines in their removal and rearrangement operations, in order that these operations may progress in a reasonable manner and that service rendered by these parties will not be interrupted. The Owner shall not be responsible for costs associated with delays, disruptions and remobilizations attributed to utility agency scheduling.

1.10 Guarantee

All work shall be guaranteed for 12 months after completion and acceptance of the work unless otherwise specified. The guarantees are to be construed as being supplemental in nature and in addition to any and all other remedies available to the Owner under the laws of the State of Florida.

1.11 Priority

In any instance where there is an apparent conflict between these technical specifications special provisions and the corresponding terms of the "Standard Specifications", these special provisions followed by these technical specifications shall be controlling.

1.12 Site Investigation

The Contractor acknowledges that he has satisfied himself as to the nature and location of the work; the general and local conditions, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials; availability of labor, water, electric power, roads; and uncertainties of weather, water stages, tides or similar physical conditions 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,

110

Page 114: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

insofar as this information presented by the drawings and Specifications made a part of this contract.

The Engineer has relied upon the following subsurface utility engineering (SUE) information summarized in Attachment A:

Gulfport Force Main Extension Subsurface Utility Excavation Vacuum Test Hole Report Dated: February 18, 2020 By: OMNI Communications, LLC

The Contractor shall carefully review and adhere to conditions and recommendations made in the geotechnical reports. The Engineer has relied upon the following geotechnical information. The Contractor is advised that the reports are for general information purposes only.

Geotechnical Engineering Services Report – City of Gulfport Force Main Extension Dated: April 10, 2020 By: Tierra, Inc.

Report of the Geotechnical Investigation – Proposed 49th St Outfall Improvements Dated: January 12, 2009 By: Driggers Engineering Services, Inc.

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 Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the Owner. The Owner also assumes no responsibility for any understanding or representations made by its officers or agents during or prior to the execution of this Contract, unless (1) such understanding or interpretations are made in writing by the Engineer or are expressly stated in the Contract and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner.

1.13 Contractor/Subcontractor Work Experience and Qualifications

The Contractor or subcontractor shall have successfully completed a minimum of four (4) projects during the past five years of a similar type as the project being bid, andwhose project Superintendent has also successfully completed a minimum of threeprojects of a similar type during the past five years.

The Contractor shall assure that all superintendents, foremen and workmen are competent, careful and reliable. All workmen must have sufficient skill and experience to properly perform the work assigned them. All workmen engaged on special concrete bases, pavements or structures, or in any trade, shall have had sufficient experience in such work to perform it properly and satisfactorily and to operate the equipment involved, and shall make due and proper effort to execute the work in the manner prescribed in the Specifications, or the Engineer may take action as prescribed below.

111

Page 115: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

Whenever the Engineer has determined that any person is incompetent, unfaithful, intemperate, disorderly or insubordinate, such person shall upon notice, be discharged from the work and shall not again be employed on it except with the written consent of the Engineer. Should the Contractor fail to remove such person or persons the Engineer may withhold all estimates, which are or may become due, or may suspend the work until such orders are complied with.

Within ten days after the award of any subcontract, either by himself or a subcontractor, the Contractor shall deliver to the Engineer a statement setting forth the name and address of the subcontractor and a summary description of the work subcontracted.

The Contractor shall be as fully responsible to the Owner for acts and omissions of his subcontractor and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him.

1.14 Dewatering

No separate payment shall be made for dewatering and the cost of such work shall be included in the applicable pay item (i.e., unit cost of pipe, etc.), unless otherwise provided under separate section of these Specifications.

1.15 Sheeting and Bracing

No separate payment shall be made for sheeting and bracing and the cost of such work shall be included in the applicable pay item unless otherwise provided under separate section of these Specifications.

1.16 Maintenance of Traffic Plan

Where applicable, the Contractor shall prepare a Maintenance of Traffic and sidewalk plan and submit it to the Engineer and the Project Manager for review prior to implementation. It must comply with all FDOT safety criteria, FDOT Index 600 Series Indexes, and allow for traffic, both vehicular and pedestrian, to operate in daytime or nighttime. The Maintenance of Traffic plan will require the seal of a licensed professional engineer if it varies from the standards in the latest FDOT Index book. No road closures will be allowed without approval from the Owner.

1.17 Sidewalks to Remain Open

Existing sidewalks during construction shall remain open at all times unless otherwise approved by the Owner.

1.18 Dust Control

The Contractor shall control dust resulting from construction operations at all times. The locations and frequencies of applications shall be as directed by the Engineer. Dust control is required to be in accordance with the FDOT Standard Specifications Section

112

Page 116: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

102-5. Payment for Dust Control shall be made under Mobilization unless separate payitem for Dust Control is specified.

1.19 Underground Utility Locations

The Contractor shall field verify by means of subsurface locating or other approved method all existing utilities to remain and conditions as may be required for the work area. This shall include all areas of potential conflicts with proposed irrigation and other proposed lines. The Contractor shall locate all existing utilities to remain at potential conflict locations prior to construction activities and before ordering any proposed structures. The Contractor shall contact and coordinate with "Sunshine" as well the individual utilities prior to and during construction for utility locations, relocation and assistance while installing in potential conflict areas. All utility coordination and relocations shall be factored into the Contractor’s construction schedule at no additional cost to the Owner.

Company Name Phone

City of Gulfport Clay Lott 727-893-1085

Duke Energy – St. Petersburg Sharon Dear 407-942-9421

Frontier Raul Rivera 727 562-1130

TECO Peoples Gas – St. Petersburg Jasmin Grimard 727-423-7140

Pinellas County Utilities Jay Perkins 727-464-3536

Bright House Networks (Spectrum) Donald Anthony 727-224-5459

The cost of all labor, materials and incidentals required for the performance of any survey and utility location work shall be included under the pay item for Mobilization. A Florida registered land surveyor shall perform all survey work, as required.

1.20 Daily Clean-Up Requirements

The Contractor shall clean up the job site at the end of each workday. Clean up will include the elimination of rubble and waste material on public and private property. Driveways shall remain accessible. Each Friday, the Contractor shall prepare the road surface and barricades in an acceptable manner for weekend traffic use.

1.21 Utility Conflicts

It shall be the Contractor's responsibility to avoid conflicts with other utilities. The Owner will not be responsible for additional costs incurred by the Contractor for incorrect installations, relocations and breaks due to service conflicts.

1.22 Maintenance and Restoration of Job Site

The Contractor shall conduct his operations in such a manner as will result in a minimum of inconvenience to occupants of adjacent homes and business establishments and shall provide temporary access as directed or as may be required by the Project Manager. All

113

Page 117: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

final restoration must be performed to an equal or better condition than that which existed prior to construction.

Good housekeeping on this project is extremely important and the Contractor will be responsible for keeping the construction site neat and clean, with debris being removed daily as the work progresses or as otherwise directed by the Project Manager. Good housekeeping at the job site shall include: Removing all tools and temporary structures, dirt, rubbish, etc.; hauling all excess dirt, rock, etc., from excavations to a dump provided by the Contractor; and all clean up shall be accomplished to the satisfaction of the Project Manager. Dust will be controlled daily as may be required. Immediately after construction completion in an area or part thereof (including restoration), barricades, construction equipment and surplus and discarded materials shall be removed by the Contractor.

In the event that the timely clean up and restoration of the job site is not accomplished to the satisfaction of the Project Manager, the Project Manager shall make arrangements to affect the necessary clean up by others. The Contractor shall be charged for these costs through deductions in payment due the contractor. If such action becomes necessary on the part of and in the opinion of the Project Manager, the Owner shall not be responsible for the inadvertent removal from the work site of materials which the Contractor would not normally have disposed of had he affected the required clean up.

1.23 Notice and Service Thereof

All notices, which shall include demands, instructions, requests, approvals, and claims, shall be in writing. Any notice to or demand upon the Contractor shall be sufficiently given if delivered to the office of the Contractor specified in the bid (or to such other office as the Contractor may, from time to time, designate to the Owner in writing), or if deposited in the United States mail in a sealed, postage prepaid envelope, or delivered, with charges prepaid, sent via fax transmission, or to any telegraph company for transmission, in each case addressed to such office.

All notices required to be hand delivered to the Owner, unless otherwise specified in writing to the Contractor, shall be delivered to the Project Manager, and any notice to or demand upon the Owner shall be sufficiently given as delivered to the office of the Project Manager, or if deposited in the United States mailed in a sealed, postage prepaid envelope, sent via fax transmission, or delivered with charges prepaid to any telegraph company for transmission, in each case addressed to said Project Manager or to such other representative of the Owner or to such other address as the Owner may subsequently specify in writing to the Contractor for such purposes.

Any such notice or demand shall be deemed to have been given or made as of the time of actual delivery or (in the case of mailing) when the same should have been received in due course of post or in the case of a fax transmission or telegram at the time of actual receipt, as the case may be.

1.24 Requirements for Control of the Work

Prior to the start of the Work described in this contract, a pre-construction conference may be held by the Project Manager to be attended by the Contractor and representatives of the various utilities and others as required, for the purpose of establishing a schedule of

114

Page 118: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

operations which will coordinate the work to be done under this contract with all related work to be done by others within the limits of the project.

All items of work in this contract shall be coordinated so that progress of each related item will be continuous from week to week. The progress of the work will be reviewed by the Project Manager at the end of each week, and if the progress of any item of work during that week is found to be unsatisfactory, the Contractor shall be required to adjust the rate of progress on that item or other items as directed by the Project Manager without additional compensation. The Contractor will continuously control the work until completed.

1.25 Use of Private Property

All construction activities required to complete this project in accordance with the Contract Documents shall be confined to public right-of-way, easements of record or temporary construction easements, unless the Contractor makes specific arrangements with private property owners for his use of their property. Written authorization from the granting property owner shall be placed on file with the Project Manager prior to utilization of said private properties. The Owner assumes no responsibility for damage to private property in such instances. The Contractor is responsible for protection of private property abutting all work areas on this project. Adequate equipment storage and material storage shall also be accomplished outside the Owner’s right-of-way. Pipe and other materials shall not be strung out along the right-of-way, but will be delivered in quantities adequate for one day’s installation. The Owner will coordinate with the Contractor to identify possible storage sites.

1.26 Pre-Construction Photography

The Contractor shall do a pre-construction video recording on a DVD format on this project and provide two copies to the Owner. Payment for this item shall be included under the pay item for Mobilization.

1.27 Contractor to Execute NPDES “Notice of Intent”

Prior to proceeding with construction, the Contractor shall prepare and submit a “Notice of Intent to Use Generic Permit for Stormwater Discharge from Construction Activities that Disturb One or More Acres of Land” to the Florida Department of Environmental Protection (FDEP). The Contractor shall monitor the site at all times and take appropriate action to prevent erosion including the use of BMPs. No pumping of ground or surface water shall be performed without approval from the Water Management District. Following completion of construction, Contractor shall prepare and submit a “Notice of Termination of Generic Permit Coverage” to FDEP. Payment for this item shall be included under the pay item for Mobilization.

1.28 Minimum Requirements for Prospective Contractors

All Bidders are hereby advised that the City will only accept bids from qualified Contractors who have successfully completed a minimum of four (4) projects during the past five

115

Page 119: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

years of a similar type as the project being bid, and whose project Superintendent has also successfully completed a minimum of three projects of a similar type during the past five years. Failure to demonstrate compliance to the following qualification requirements will render the bid non-responsive.

1.29 Worksite Traffic Supervisor

a. Whenever the Contractor’s operations affect a roadway, the Contractor shall havea Worksite Traffic Supervisor who will be responsible for initiating, installing andmaintaining all traffic control devices as described in Section 102 of the FDOTStandard Specifications for Road and Bridge Construction and in the Plans. TheWorksite Traffic Supervisor shall have at least one year of experience directlyrelated to work site traffic control in a supervisory or responsible capacity and shallbe certified by the American Traffic Safety Services Association Worksite TrafficSupervisor Certification Program or an equal approved by FDOT. Approvedalternate Worksite Traffic Supervisors may be used when necessary.

b. The Worksite Traffic Supervisor shall be available on a 24-hour per day basis andshall review the project on a day-to-day basis as well as being involved in allchanges to traffic control. The Worksite Traffic Supervisor shall have access to allequipment and materials needed to maintain traffic control and handle traffic relatedsituations. The Worksite Traffic Supervisor shall ensure that routine deficienciesare corrected within a 24-hour period.

c. The Worksite Traffic Supervisor shall be available on the site within 45 minutes afternotification of an emergency situation, prepared to positively respond to repair thework zone traffic control or to provide alternate traffic arrangements.

d. Failure of the Worksite Traffic Supervisor to comply with the provisions of the Sub-article may be grounds for decertification or removal from the project or both.Failure to maintain a designated Worksite Traffic Supervisor or failure to complywith these provisions will result in temporary suspension of all activities excepttraffic and erosion control and such other activities deemed to be necessary forproject maintenance.

e. Payment for Worksite Traffic Supervisor shall be included under the pay item forMaintenance of Traffic.

1.30 Contractor’s Supervision

a. Prosecution of Work: The Contractor shall give the work the constant attentionnecessary to assure the scheduled progress. He shall cooperate fully with theEngineer and with other Contractors at work in the vicinity.

b. Contractor’s Superintendent: The Contractor shall at all times have on the work ashis agent, a competent superintendent capable of thoroughly interpreting the plansand specifications and thoroughly experienced in the type of work being performed,who shall receive the instructions from the Engineer or his authorizedrepresentatives. The superintendent shall have full authority to execute the ordersor directions of the Engineer and to supply promptly any materials, tools,

116

Page 120: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

equipment, labor and incidentals that may be required. Such superintendence shall be furnished regardless of the amount of work sublet.

c. The Contractor’s superintendent shall speak and understand English, and at leastone responsible person who speaks and understands English shall be on theproject during all working hours.

d. Supervision for Emergencies: The Contractor shall have a responsible personavailable at or reasonably near the work site on a 24-hour basis, 7 days a week, inorder that he may be contacted for emergencies and in cases where immediateaction must be taken to maintain traffic or to handle any other problem that mayarise. The Contractor’s responsible person for supervision for emergencies shallspeak and understand English. The Contractor shall submit, by certified mail,phone numbers and names of personnel designated to be contacted in cases ofemergencies along with a description of the project location to the Florida HighwayPatrol and all other local law enforcement agencies.

1.31 List of Emergency Contact Numbers & Utility Service Maintenance

The Contractor shall obtain and maintain a list of emergency contact phone numbers for all utilities during the course of the project. The Contractor shall maintain utility service during the project except for interruptions authorized by the utility owner. If interruptions are required, the Contractor shall notify the Owner 48 hours in advance.

1.32 Progress Schedule

A progress schedule acceptable to the Engineer and the Owner shall be submitted prior to the pre-construction conference and shall be updated on a monthly basis with the pay estimate submittal.

1.33 Existing Sidewalk

If the Contractor, in the process of performing his contract operations, breaks any of the existing sidewalk that is to remain in place, replacement of this sidewalk will be at the Contractor’s expense.

1.34 Record Drawings and Project Certification

The Contractor shall provide a post CCTV inspection video to the Engineer/Owner for review after completion of each pipe repair or rehabilitation. For open cut repairs, the CCTV inspection shall be conducted after back fill and compaction is complete.

In addition to the post CCTV inspection, the Contractor shall submit to the Engineer/Owner a summary of the work performed at each open cut site with a schematic, length of pipe installed, and any other accessories installed.

117

Page 121: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Special Provisions Tech Specs_Front End

1.35 Material Testing Table

Item TestTest

Identification

Test

Requirements

Vertical

Test

Frequency

Horizontal

Utility

Trench

Backfill

Maximum Density

Optimum Moisture

Field Density

AASHTO T-180

AASHTO T-180

N/A

One Per Lift

Per Soil

Classification/

Per Laboratory

One Per 200 LF

Subgrade

Unclear

New Curb

Maximum Density

Optimum Moisture

Field Density

AASHTO T-180

AASHTO T-180

N/A

One

Per Soil

Classification/

Per Laboratory

One Per 200 LF

Limerock/

Shell Base

Maximum Density

Optimum Moisture

Field Density

AASHTO T-180

AASHTO T-180

N/A

One Per Lift

Per Soil

Classification/

Per Laboratory

One Per 200 LF

Soil Cement

Base

Soil Cement

Placement/

Monitoring

Densities

Thickness

Determinations

AASHTO T-134

and

AASHTO T-135

One One Per 200 LF

Concrete Compressive

Strength (Three

Cylinders/Test)

Slump, Air Content

AASHTO T-23

and

AASHTO T-119

AASHTO T-22

and

AASHTO T-180

One Set/Day

for Pours

Between

10 & 50 CY

Additional Set

for Each 50 CY

Daily or 1 Per

50 CY Max

Asphalt Material Quality

Gradation, Stability

Bitumen Content

Florida D.O.T. Per Spec

Daily or 1 Per

50 CY Max

Recycled

Concrete

Base

Gradation Densities

Thickness

Determinations

AASHTO T-180 One Per Lift Per Soil

Classification/

Per Laboratory

One Per 200 LF

118

Page 122: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Pag

e 1

of 1

2/18

/202

0

AT

TA

CH

ME

NT

A

119

Page 123: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Supplementary Technical Specifications Tech Specs_Front End

Section 2. Supplementary Technical Specifications

(Page Intentionally Left Blank)

120

Page 124: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

CERTIFICATION PAGES

PROFESSIONAL ENGINEER’S CERTIFICATION FOR KELLY S. WEHNER, PE

PROJECT NAME: LIFT STATION 2 FORCE MAIN IMPROVEMENTS AND LIFT STATION IMPROVEMENTS

The following sections of the Technical Specifications for the above referenced project were prepared under my direction and supervision.

Kelly S. Wehner, PE Florida License No. 60273 Cardno 380 Park Place Blvd., Suite 300 Clearwater, FL 33759

Division 01 General Requirements

01025 Measurement and Payment 01045 Cutting and Patching 01152 Requests for Payment 01340 Shop Drawings, Project Data and Samples 01380 Construction Photographs 01410 Testing and Testing Laboratory Services 01600 Material and Equipment 01620 Storage and Protection 01700 Contract Closeout 01720 Project Record Documents 01740 Warranties and Bonds

Division 02 Sitework

02221 Trenching, Bedding, and Backfill for Pipe 02260 Finish Grading 02276 Temporary Erosion and Sedimentation Control 02485 Sodding 02513 Asphalt Concrete Paving 02575 Pavement Repair and Restoration 02580 Brick Pavement Restoration 02615 Ductile Iron Pipe and Fittings 02617 Installation and Testing of Pressure Pipe 02618 Pipeline Cleaning 02619 Horizontal Directional Drilling 02622 Polyvinyl Chloride (PVC) Pipe 02640 Valves and Appurtenances 02720 Sanitary Sewer Bypass Pumping

Division 11 Equipment

11311 Solids Handling Wastewater Pumps

121

Digitally signed by Kelly Wehner Date: 2020.06.26 09:34:50 -04'00'

Page 125: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

CERTIFICATION PAGES

PROFESSIONAL ENGINEER’S CERTIFICATION FOR DAVID S. MORRIS, PE

PROJECT NAME: LIFT STATION 2 FORCE MAIN IMPROVEMENTS AND LIFT STATION IMPROVEMENTS

The following sections of the Technical Specifications for the above referenced project were prepared under my direction and supervision.

David S. Morris, PE Florida License No. 74717 Wekiva Engineering, LLC 711 N. Orange Ave., Suite A Winter Park, FL 32789

Division 03 Concrete

03100 Concrete Formwork 03200 Concrete Reinforcement 03250 Concrete Joints and Joint Accessories 03300 Cast-In-Place Concrete 03350 Concrete Finishes 03600 Grout 03740 Modifications and Repair to Concrete

Division 05 Metals

05500 Miscellaneous Metal 05522 Aluminum Handrails and Railings 05532 Aluminum Grating 05536 Access Hatches

122

D

AV ID S. MORRIS

PR

OF

E

SS I O N A L E N G

I NE

ER

L I C E N S E

F L O R I D A

No. 74717

STATE OF

THIS DOCUMENT HAS BEEN DIGITALLYSIGNED AND SEALED. PRINTED COPIES OF

THIS DOCUMENT IS NOT CONSIDEREDSIGNED AND SEALED AND THE SHA

AUTHENTICATION CODE MUST BE VERIFIEDON ANY ELECTRONIC COPIES.

Digitally signed by David S. Morris Date: 2020.06.25 08:35:12 -04'00'

Page 126: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

CERTIFICATION PAGES

PROFESSIONAL ENGINEER’S CERTIFICATION FOR KEVIN RATLIFF, PE

PROJECT NAME: LIFT STATION 2 FORCE MAIN IMPROVEMENTS AND LIFT STATION IMPROVEMENTS

The following sections of the Technical Specifications for the above referenced project were prepared under my direction and supervision.

Kevin Ratliff, PE Florida License No. 45980 1814 Citrus Orchard Way Valrico, FL 33594

Division 16 Electrical

16050 Electrical - General Provisions 16110 Raceways and Fittings 16120 Wires and Cables 16217 Automatic Transfer Switch 16231 Engine Generator Systems 16370 Variable Frequency Drives 16450 Grounding System

123

Kevin R. Ratliff

Digitally signed by Kevin R. Ratliff Date: 2020.06.26 04:08:28 -04'00'

Page 127: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SUPPLEMENTARY TECHNICALSPECIFICATIONS

DIVISION 1 GENERAL REQUIREMENTS 125 SECTION 01025  MEASUREMENT AND PAYMENT 125 SECTION 01045  CUTTING AND PATCHING 136 SECTION 01152  REQUESTS FOR PAYMENT 138 SECTION 01340  SHOP DRAWINGS, PROJECT DATA AND SAMPLES 139 SECTION 01380  CONSTRUCTION PHOTOGRAPHS 144 SECTION 01410  TESTING AND TESTING LABORATORY SERVICES 146 SECTION 01600  MATERIAL AND EQUIPMENT 148 SECTION 01620  STORAGE AND PROTECTION 150 SECTION 01700  CONTRACT CLOSEOUT 152 SECTION 01720  PROJECT RECORD DOCUMENTS 155 SECTION 01740  WARRANTIES AND BONDS 159 DIVISION 2   SITE WORK 161 SECTION 02221  TRENCHING, BEDDING AND BACKFILL FOR PIPE 161 SECTION 02260  FINISH GRADING 166 SECTION 02276  TEMPORARY EROSION AND SEDIMENTATION CONTROL 168 SECTION 02485  SEEDING AND SODDING 170 SECTION 02513  ASPHALT CONCRETE PAVING 173 SECTION 02575  PAVEMENT REPAIR AND RESTORATION 183 SECTION 02580  BRICK PAVEMENT RESTORATION 186 SECTION 02615  DUCTILE IRON PIPE AND FITTINGS 188 SECTION 02617  INSTALLATION AND TESTING OF PRESSURE PIPE 190 SECTION 02618  PIPELINE CLEANING 193 SECTION 02619  HORIZONTAL DIRECTIONAL DRILLING 196 SECTION 02622  POLYVINYL CHLORIDE (PVC) PIPE 205 SECTION 02640  VALVES AND APPURTENANCES 215 SECTION 02720  SANITARY SEWER BYPASS PUMPING 225 DIVISION 3   CONCRETE 228 SECTION 03100  CONCRETE FORMWORK 228 SECTION 03200  CONCRETE REINFORCEMENT 234 SECTION 03300  CAST-IN-PLACE CONCRETE 241 SECTION 03350  CONCRETE FINISHES 246 SECTION 03600  GROUT 253 SECTION 03740  MODIFICATIONS AND REPAIR TO CONCRETE 261 DIVISION 5  METALS 270 SECTION 05500  MISCELLANEOUS METAL 270 DIVISION 11  EQUIPMENT 280 SECTION 11311  SOLIDS HANDLING WASTEWATER PUMPS 280 DIVISION 16  ELECTRICAL 291 SECTION 16050  ELECTRICAL – GENERAL PROVISIONS 291 SECTION 16110  RACEWAYS AND FITTINGS 298 SECTION 16120  WIRES AND CABLES 302 SECTION 16217  AUTOMATIC TRANSFER SWITCH 305 SECTION 16231  ENGINE GENERATOR SYSTEMS 310 SECTION 16370  VARIABLE FREQUENCY DRIVES 325 SECTION 16450  GROUNDING SYSTEM 331 

124

Page 128: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

DIVISION 1 GENERAL REQUIREMENTS

SECTION 01025 MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.01 EXPLANATION AND DEFINITIONS

A. The following explanation of the Measurement and Payment for the bid form items ismade for information and guidance. The omission of reference to any item in thisdescription shall not, however, alter the intent of the bid form or relieve the Contractorof the necessity of furnishing such as part of the Contract.

1.02 PAYMENT

A. Payment shall be made for the items listed on the Bid Form on the basis of the workactually performed and completed. Such work shall include, but is not limited to, thefurnishing of all necessary labor, materials, tools, equipment, transportation, clean up,and all other incidentals and appurtenances to complete the construction andinstallation of the work, to the configuration and extent as shown on the drawings, anddescribed in the specifications.

B. It is intended that all mobilization, insurance, bond, license and other miscellaneousadministrative costs, and all other costs to the Contractor not specifically identified inthe following item description be distributed among and included in the unit pricesstated. No additional payment shall be made for transportation, communications,office maintenance, project signs, and other incidental work or services, and no furtherpayment shall be made for remobilization unless all of the work is suspended by theEngineer for a period in excess of three months and through no fault of the Contractor.

C. All required manufacturer testing and certification should be included in the unit pricesshown in the Proposal and Contract.

D. Quantities are provided for establishing unit prices only. There is no guarantee thatthese quantities will be used. Payment will only be made for items authorized in writingby the City.

PART 2 MATERIALS (NOT USED)

PART 3 EXECUTION

3.01 MOBILIZATION/DEMOBILIZATION - BID ITEM NOS. 1.1, 2.1 AND 3.1

A. Work under this Contract Item includes the furnishing of labor, material, tools,equipment, and services to perform those operations necessary for the movement ofpersonnel, equipment, supplies and incidentals to and from the project site and for theestablishment and removal of temporary offices, buildings, safety equipment, sanitaryfacilities and first aid supplies as required by the specifications, and state and locallaws and regulations. The cost of required permits unless otherwise stated in the

125

Page 129: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Contract Documents, insurance, construction staking, erosion control, tree protection, maintenance of traffic, coordination, and scheduling as necessary to the start and completion of the work shall also be included under this Line Item. The cost of all other work as shown and specified that is not specifically included under other line items shall also be included under this line item. Mobilization/Demobilization shall be limited to a maximum of five percent (5) of the total Bid Price. Payment shall be made Lump Sum (LS) on an incremental basis.

B. The cost of bonds, indemnification, any other required insurance or general conditions,and any other pre-construction expenses necessary for the start of the Work, excludingthe cost of construction materials, shall also be included in this Pay item.

C. The Work specified under this Pay Item will be paid for at the Contract lump sum price,in accordance with the following schedule:

Percent of Original Allowable Percent Contract Amount of the Lump Sum

Earned Price for the Item 5 25

10 50 25 75 50 100

3.02 FURNISH AND INSTALL DEMOLITION OF LIFT STATION EQUIPMENT AND FLOOR SLAB - BID ITEM NOS. 1.2 AND 2.2

A. Description: The work consists of furnishing all labor, equipment and materials fordemolition of the identified existing Lift Station equipment, structural componentsand appurtenances.

B. Measurement and payment: The quantity to be paid for under this Item shall bemeasured as one lump sum quantity for each lift station.

C. Payment of the lump sum agreed on in the bid form shall be full compensation forfurnishing all labor, materials, equipment, permits, and incidentals required todemolish the items at each lift station as identified on the Drawings. Payment shallinclude, but not be limited to, full compensation for removal of portions of the liftstation floor slab, removal of existing catwalks, pumps, motors, piping, valves,emergency generator and fuel, equipment pads and pipe supports, electricalcontrols and appurtenances, conduit and other miscellaneous items andequipment within the lift station building; demolition of the building to includeinstallation of temporary pipe supports, saw cutting of concrete, complete removaland disposal of all materials, and all other work and appurtenances to completethe demolition. All items shall be removed and disposed of in accordance with Cityand State regulations. Contractor shall coordinate with City on items to besalvaged including but not limited to pump assemblies, motors, valves, catwalks,generators, electrical panels, and switchgears. Contractor shall coordinate with theCity on storage and delivery location of salvaged items.

126

Page 130: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.03 FURNISH AND INSTALL LIFT STATION BUILDING IMPROVEMENTS – BID ITEM NOS. 1.3 AND 2.3

A. Description: This bid item describes measurement and payment for furnishing alllabor, equipment and materials for improvements to the existing Lift Stationbuilding as shown in the Drawings.

B. Measurement: The quantity to be paid for under this item shall be measured asone lump sum for each lift station.

C. Payment: The lump sum bid price includes furnishing all labor, materials, equipment andincidentals required to complete the construction of the improvements to the existinglift station building complete as shown on the Drawings and specified in these TechnicalSpecifications, excluding those items for which measurement and payment areseparately specified. Payment shall include, but not be limited to, fullcompensation for support columns and beams, anchors, concrete equipment pads andpipe supports, concrete and grout patches, concrete slab repairs, 2-ton monorail system,removable steel cover plates, miscellaneous metals, building modifications, protection ofexisting structures and utilities; painting and coatings; and all other work andappurtenances required to complete the work and final restoration as shown on thePlans.

3.04 FURNISH AND INSTALL NON-CLOG CENTRIFUGAL PUMPS, MOTORS AND VARIABLE FREQUENCY DRIVES – BID ITEM NOS. 1.4 AND 2.4

A. Description: This bid item describes measurement and payment for furnishing andinstalling the new pumps, motors and variable frequency drives (VFDs), andassociated electrical appurtenances, complete, as specified and shown on theDrawings at each lift station.

B. Measurement: The quantity to be based upon the size pump and motor and paymentunder this item shall be measured as one lump sum per each lift station.

C. Payment: The pay quantities for the work specified under this item shall be the lumpsum price set out in the Proposal, which price and payment constitutes fullcompensation for all the work described herein. The lump sum bid price includesfurnishing all labor, materials, equipment and incidentals required to complete thework, as shown on the Drawings. The work includes, but is not limited to, the furnishingand installation of all pumps, VFDs, electrical appurtenances, testing, coordinationwith pump manufacturer; and all other work required for a full, operable, and completeinstallation as shown on the Drawings and as specified herein.

3.05 FURNISH AND INSTALL LIFT STATION DUCTILE IRON PIPING, FITTINGS AND VALVES – BID ITEM NOS. 1.5 AND 2.5

A. Description: This bid item describes measurement and payment for furnishing andinstalling of ductile iron piping, valves, fittings and adapters within the lift station asshown on the Drawings.

B. Measurement: The quantity to be paid for under this item shall be measured as onelump sum.

127

Page 131: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Payment: The pay quantities for the work specified under this item shall be the lumpsum price set out in the Proposal, which price and payment constitutes fullcompensation for all the work described herein. The lump sum bid price includesfurnishing and installation of all materials; piping, valves, restraints and fittings, plus alltools, equipment and incidentals required to complete the work, complete, in place,and accepted. The work includes, but is not limited to all materials above or belowground along the pipeline alignment; joints, and jointing materials; assembling;bracing, hydrostatic testing; all restoration and all incidentals necessary to completethe work except where such are shown to be paid for under a separate item. All ductileiron pipe and fittings shall have a factory applied ceramic epoxy lining with dry filmthickness of 40-mil.

3.06 FURNISH AND INSTALL 250 KW EMERGENCY GENERATOR WITH SUB-BASE FUEL TANK – BID ITEM NOS. 1.6 AND 2.6

A. Description: This bid item describes measurement and payment for furnishing andinstalling the 250 KW diesel-driven generator with 540 gallon sub-base fuel tank,switchgear, appurtenances, fuel, walk in sound proof enclosure and all appurtenances,complete, as specified and shown on the Drawings.

B. Measurement: The quantity to be paid for under this item shall be measured as one lumpsum per lift station.

C. Payment: Payment of the lump sum agreed on in the bid form shall be full compensationfor furnishing all labor, materials, power, equipment, fuel and incidentals required toinstall, put into operation, and field test the diesel engine driven generator unit withenclosure and appurtenances as indicated in the Drawings and specifications. The workincludes, but is not limited to, the furnishing and installation of new generator,appurtenances, sound proof enclosure, switchgear, coordination with generatormanufacturer and regulatory agencies, and all incidentals and appurtenances requiredfor a fully operable, and complete installation as shown on the Drawings and as specifiedherein.

3.07 FURNISH AND INSTALL EMERGENCY GENERATOR SLAB – BID ITEM NOS. 1.7 AND 2.7

A. Description: This bid item describes measurement and payment for furnishing andinstalling the concrete generator slab as specified and shown on the Drawings.

B. Measurement: The quantity to be paid for under this item shall be measured as one lumpsum per each lift station.

C. Payment: Payment of the lump sum agreed on in the bid form shall be full compensationfor furnishing all labor, materials, equipment, and incidentals required to furnish andinstall the concrete generator slab as indicated in the Drawings and specifications.

3.08 FURNISH AND INSTALL LIFT STATION ELECTRICAL MODIFICATIONS – BID ITEM NOS. 1.8 AND 2.8

A. Description: This bid item describes measurement and payment for furnishing andinstalling new controls, cabinets, conduits, wires, electrical service upgrades, air

128

Page 132: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

conditioning unit modifications, and all other electrical equipment and components, complete, as specified and shown on the Drawings.

B. Measurement: The quantity to be paid for under this item shall be measured as onelump sum per lift station.

C. Payment: The pay quantities for the work specified under this item shall be the lumpsum price set out in the Proposal, which price and payment constitutes fullcompensation for all the work described herein. The lump sum bid price includesfurnishing and installation of conduit, wiring, electrical connections, electrical panels andassociated electrical appurtenances, instrumentation, switches, sensors, testing, and allother work required for a fully operable, and complete installation as shown on theDrawings and as specified herein required to complete the work, in place, and accepted.

3.09 FURNISH AND INSTALL MISCELLANEOUS SCADA IMPROVEMENTS – BID ITEM NOS. 1.9 AND 2.9

A. Description: This bid item describes measurement and payment for SCADAimprovements at each lift station.

B. Measurement: The quantity to be paid for under this item shall be measured as onelump sum per lift station.

C. Payment: The pay quantities for the work specified under this item shall be the lumpsum price set out in the Proposal, which price and payment constitutes fullcompensation for all the work described herein. The unit bid price includesfurnishing and installing SCADA improvements to control the pumps at each stationand limit the combined flow from Lift Station 1 and Lift Station 2 to four (4) milliongallons per day (mgd), giving priority to the lift station with the higher wet well waterlevel.

3.10 FURNISH AND INSTALL BYPASS PUMPING – BID ITEM NOS. 1.10 AND 2.10

A. Description: This bid item describes measurement and payment for bypass pumpingduring construction of the lift station improvements.

B. Measurement: The quantity to be paid for under this item shall be measured as onelump sum per lift station.

C. Payment: The pay quantities for the work specified under this item shall be the lumpsum price set out in the Proposal, which price and payment constitutes fullcompensation for all the work described herein. The unit bid price includesfurnishing and installing all temporary piping, valves, fittings and materials above orbelow ground; joints, and jointing materials; thrust bracing, shoring, and sheeting;dewatering, clearing, grubbing, and stripping; trenching, bedding and backfill;connections; maintenance of flow, by-pass pumping, compaction, surface restorationand all other related and necessary materials, work and equipment required.

129

Page 133: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.11 FURNISH NON-CLOG CENTRIFUGAL SPARE PUMP (UNINSTALLED) – BID ITEM NOS. 1.11 AND 2.11

A. Description: This bid item describes measurement and payment for furnishing sparepumps and motors as specified and shown on the Drawings.

B. Measurement: The quantity to be paid for under this item shall be per each type andsize pump furnished.

C. Payment: The unit bid price includes furnishing all labor, materials, equipment andincidentals required to provide the spare pumps, as shown on the Drawings. The workincludes, but is not limited to, the furnishing of all pumps and motors, coordination withpump manufacturer; and all other work required for delivery of the spare pumps asspecified.

3.12 FURNISH AND INSTALL DR18 C900 RJ PVC PIPE BY HORIZONTAL DIRECTIONAL DRILL – BID ITEM NO. 3.2

A. This bid item describes measurement and payment for 12-inch DR18 C900 SplineRestrained Joint PVC pipe installed by horizontal directional drill (HDD). The quantityto be paid for under this item is the length of feet acceptably installed to the limitsshown on the drawings or where directed by the Engineer or Owner.

B. Measurement: Measurement will be horizontally above the centerline of the pipe andincludes the length of any valves or fittings.

C. Payment: The bid price includes furnishing all materials, including Spline RestrainedJoint PVC pipe, tracer wire, plus all the work, tools, equipment, wire line trackingsystem, materials, and incidentals required to construct the pipe by HDD, as shownon the plans and/or as described in the specifications, complete, in place, andaccepted. The work includes, but is not limited to assembling, supporting, pulling,testing, pigging, flushing, cleaning, test pits, excavation, backfill, sheeting, shoring,bracing, dewatering, protection of culverts and drainage facilities, protection andadjusting of existing above ground and underground utilities and service connections;erosion and sedimentation control, hydrostatic pressure and leakage testing, allsurface restoration including but not limited to sidewalks, curbs, asphalt, sod, etc; andall incidentals necessary to complete the work except where such items are shown tobe paid for under a separate item.

3.13 FURNISH AND INSTALL DR18 C900 RJ PVC PIPE BY OPEN CUT – BID ITEM NO. 3.3 AND 3.4

A. This bid item describes measurement and payment for open cut installation of PVCpipe for force mains. The quantity to be paid for under this item is the length of feetacceptably installed to the limits shown on the drawings or where directed by theEngineer or Owner.

B. Measurement for installing pipe by open cut shall be based on the horizontal distancein Linear Feet of pipe measured along the centerline of the installed and connectedpipe, in place, complete and acceptable to the Engineer. This length includes thelength of any valve or fitting.

130

Page 134: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. The unit bid price includes, but is not limited to, furnishing and installing all pipe;restraints, all equipment; shop drawing submittals; costs for qualified technicians; vinylidentification tape; metallic identification tape; locating wires; continuity testing;compliance with permits; record drawing and as-built requirements; materials aboveor below ground along pipeline alignment; joints and jointing materials; restraints;adapters; shoring and sheeting; dewatering; clearing; grubbing and stripping;trenching; exploratory excavations; bedding and backfill; compaction and densitytesting; disposal of soil; flushing; hydrostatic testing; cleaning, protection of existingutilities and drainage facilities; pigging; erosion control measures; all surfacerestoration including but not limited to sidewalks, curbs, asphalt, sod, etc; and all othernecessary materials, work and equipment required to construct a complete, operablepipeline.

3.14 FURNISH AND INSTALL RESILIENT SEATED GATE VALVE ASSEMBLY AND BOX – BID ITEM NO. 3.5 AND 3.6

A. This bid item describes measurement and payment for installing gate valve and valvebox assemblies.

B. The quantity to be paid for under this bid item is per each number and size of gatevalves and box assemblies acceptably installed as shown on the drawings or wheredirected by the Project Representative.

C. The unit bid price includes, but is not limited to, furnishing all materials; valve boxes;concrete valve pads; bronze identification disk; restraining devices; extensions; locatorwire stations; polywrap; bracing, shoring and sheeting; clearing, grubbing andstripping; trenching, bedding and backfill; compaction and density testing; disposal ofsoil; dewatering; hydrostatic testing; erosion control measures; all surface restorationincluding but not limited to sidewalks, curbs, asphalt, sod, etc; and all other relatedand necessary materials, Work and equipment required to construct a complete,operable valve.

3.15 FURNISH AND INSTALL 12-INCH LINE STOP ASSEMBLY - BID ITEM NO. 3.7

A. Description: This bid item describes measurement and payment for the installation ofa line stop assembly for temporary shutdown the existing force main as specified andshown on the Drawings.

B. Measurement: The quantity to be paid for under this item shall be measured per eachsize line stop assembly accepted and installed.

C. Payment: The unit price shall cover the cost for all materials, transportation, labor,equipment, excavation, trenching, dewatering, installation of the line stop assemblyincluding valve box, restraint devises, plug, fittings, removal of line stop assembly,backfilling, backfill material, disposal of unsuitable backfill materials, tamping, testing,densities, clean-up, all surface restoration including but not limited to sidewalks, curbs,asphalt, sod, etc; and all work necessary to install and place the line stop assemblyand removal of the line stop assembly once force main connections are complete.

131

Page 135: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.16 FURNISH AND INSTALL RESTRAINED DUCTILE IRON MECHANICAL JOINT FITTINGS – BID ITEM NO. 3.8

A. Description: This bid item describes measurement and payment for epoxy lined ductileiron restrained mechanical joint fittings.

B. Measurement: The quantity to be paid for under this item shall be the weight in tonsof restrained ductile iron mechanical joint fittings acceptably installed as shown on thedrawings or where directed by the Project Representative. This bid item includes, butis not limited to, wyes, tees, bends, crosses, sleeves, plugs and caps, and reducers.

C. Payment: Payment will be according to the weight of each restrained mechanical jointfitting as denoted in the manufacturers’ catalogs. The unit bid price includes furnishingand installing all fittings and materials above or below ground along the pipelinealignment; joints, and jointing materials; restraints; interior lining; shoring and sheeting;bracing; dewatering, clearing, grubbing, and stripping; trenching, bedding and backfill;compaction and density testing; adjusting of existing above ground and undergroundutilities and service connections; disposal of spoil; poly wrap; epoxy lining; hydrostatictesting; erosion control, all surface restoration including but not limited to sidewalks,curbs, asphalt, sod, etc; and all other related and necessary materials, work andequipment required to construct a complete and operable pipeline fitting.

3.17 FURNISH AND INSTALL MANUAL AIR RELEASE VALVE ASSEMBLY – BID ITEM NO. 3.9

A. This bid item describes measurement and payment for furnishing and installingmanual air release valve assemblies.

B. The quantity to be paid for under this bid item is per each number of manual air releasevalve assemblies complete, acceptably installed as shown on the drawings or wheredirected by the Engineer.

C. The unit bid price includes, but is not limited to, furnishing all materials; traffic bearingmeter box and cover; tapping saddle/connection or tee; restraining devices;corporation stops and valves; curb stops; polytubing and fittings; locator wire;extensions; bracing, shoring and sheeting; clearing, grubbing and stripping; trenching;bedding and backfill; compaction and density testing; disposal of soil; dewatering;erosion control measures; all surface restoration including but not limited to sidewalks,curbs, asphalt, sod, etc; and all other related and necessary materials, Work andequipment required to construct a complete, operable manual air release valve andbox. Payment under the unit bid price also includes furnishing and installing all itemsshown in the applicable details located in the Contract Documents.

3.18 FURNISH AND INSTALL 12-INCH MAGNETIC FLOW METER AND VAULT – BID ITEM NO. 3.10

A. Description: This bid item describes measurement and payment for the installation ofthe electromagnetic flow meter, associated concrete vault, access hatches, totalizer,controls, cabinets and chart recorder at Lift Station 1 complete as specified and shownon the Drawings.

B. Measurement: The quantity to be paid for under this item shall be measured per eachsize and type flow meter installed.

132

Page 136: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Payment: The unit bid price under this section shall include but not be limited to alllabor, materials, equipment, maintenance of traffic, excavation, dewatering,sedimentation and erosion control, sheeting, shoring and bracing, backfill, compaction,density testing; electromagnetic flow meter, piping, fittings, restraints, protection ofexisting structures and utilities; all utility coordination, concrete vault, coatings, traffic-bearing aluminum access hatches, totalizer, chart recorder, electrical panels, electricalwiring, conduit, electrical appurtenances, all surface restoration including but notlimited to sidewalks, curbs, asphalt, sod, etc; and all other work and equipmentrequired for a full, operable, and complete flow meter installation at Lift Station 1 asshown on the Drawings and as specified herein.

3.19 FURNISH AND INSTALL CONNECTION TO EXISTING FORCE MAIN – BID ITEM NOS. 3.11 AND 3.12

A. This bid item describes measurement and payment for connection to existing forcemains as shown on the plans and as described in the specifications.

B. The quantity shall be for each size connection to existing force mains accepted andinstalled as shown on the drawings or where directed by the Project Representative.

C. The unit bid price shall be for a complete utility connection as indicated on the plansand in the bid documents. This bid item includes, but is not limited to removal ofexisting pipe and appurtenances; installation of pipe, restraining existing pipe;adapters, operating nut extensions/reductions, tracer wire and splices; clearing,sheeting, shoring and bracing; dewatering, excavation, backfill and compaction;compaction and density testing; erosion and sedimentation control; protection ofexisting above ground and underground utilities and service connections; and removaland disposal of unsalvageable materials. The unit bid price includes furnishing andinstalling all items required for a complete connection except where such items areshown to be paid for under a separate item.

3.20 FURNISH AND INSTALL EMERGENCY BYPASS CONNECTION ASSEMBLY – BID ITEM NO. 3.13

A. This bid item describes measurement and payment for the force main emergencybypass connection assembly at Lift Station 1 as detailed in the Drawings.

B. The quantity shall be lump sum for each size emergency bypass connection assemblyaccepted and installed as shown in the Drawings

C. Payment will be for a complete bypass connection assembly as indicated on the plansand in the bid documents. This bid item includes, but is not limited to installation ofpipe, fittings, restraints, gate valve and box, concrete pad, pump out connection,operating nut extensions/reductions, tracer wire and splices; clearing, sheeting,shoring and bracing; dewatering, excavation, backfill and compaction; compaction anddensity testing; erosion and sedimentation control; protection of existing above groundand underground utilities and service connections; and removal and disposal ofunsalvageable materials. The unit bid price includes furnishing and installing all itemsrequired for a complete emergency bypass connection except where such items areshown to be paid for under a separate item.

133

Page 137: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.21 FURNISH AND INSTALL MAINTENANCE OF TRAFFIC – BID ITEM NO. 3.14

A. Description: The work specified in this Item consists of maintaining vehicle andpedestrian traffic within the limits of the project for the duration of the construction periodincluding any temporary suspensions of the work. It shall include the construction andmaintenance of any necessary detour facilities; the providing of necessary facilities foraccess to residences, businesses, etc. along the project; the furnishing, installing andmaintaining of traffic control and safety devices during construction, the control of dust,and any other special requirements for safe and expeditious movement of traffic as maybe called for on the plans. The term, Maintenance of Traffic, as used herein, shall includeall of such facilities, devices and operations as are required for the safety andconvenience of the public as well as for minimizing public nuisance, all as specified inthis Section.

B. Measurement: The quantity of Maintenance of Traffic to be paid for under this Item shallbe measured as one lump sum quantity. Partial payments will be pro-rated throughoutthe duration of construction of this Project.

C. Payment: The quantities, as determined above, shall be paid for at the contract lumpsum price set out in the Proposal, which price and payment constitutes full compensationfor all the work described herein.

3.22 FURNISH AND INSTALL CONCRETE RESTORATION – BID ITEM NO. 3.15

A. Description: This bid item describes measurement and payment for furnishing andinstalling concrete for restoration of driveways, sidewalks, curbs, etc.

B. Measurement: Measurement of concrete shall be in square yards of actual volume ofconcrete placed in the work and measured in place.

C. Payment: Payment shall include labor, equipment, and materials necessary to completethe installation of concrete placed in the work including driveways, sidewalk, curb andgutter, etc. Payment shall include mixing, placing, formwork, concrete, curing, expansionjoints, saw cutting joints, reinforcing, finishing to match existing concrete, and allincidentals required to install concrete restoration.

3.23 FURNISH AND INSTALL BRICK ROAD RESTORATION – BID ITEM NO. 3.16

A. Description: This bid item describes measurement and payment for installation ofexisting brick removed and installation of additional bricks to complete surfacerestoration.

B. Measurement: Measurement will be per square yard of brick restoration completed,measured in place within the designated lines and grades, and accepted.

C. Payment: Payment shall include labor, equipment, and materials necessary to completethe installation of brick restoration and includes excavation, stockpiling, brick cleaning,additional bricks, base course, bedding course, crushed concrete, sand joint filler,compaction, accessories, and all other materials and labor required for the brickrestoration. Payment will not be made for installation of brick where existing brick isdisturbed by the Contractor outside of the alignment of the pipe.

134

Page 138: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.24 UNSUITABLE MATERIAL REMOVAL – BID ITEM NO. 3.17

A. Description: The Contractor shall make any additional earth excavation which may beordered by the Engineer in writing to remove unsuitable material. The work includes allclearing, pavement, sidewalk, curb and curb and gutter removal, care of structures andadjacent property, placing, maintenance, and removal of shoring, sheeting, and bracing,dewatering, and disposal of surplus excavated material as directed.

B. Measurement: Measurement of unsuitable material removal shall be in cubic yards ofactual volume of unsuitable material excavated and removed as ordered and approvedby the Engineer in writing.

C. Payment: Payment shall include labor, equipment, and materials necessary to completethe excavation and removal of unsuitable material. Additional earth excavation forplacement of select fill material other than that for pipe bedding or to permit constructionof other types of pipeline foundations will be included for payment under this Item.Measurement and payment will not be made for unauthorized additional earthexcavation.

3.25 FURNISH AND INSTALL ADDITIONAL SELECT FILL MATERIAL – BID ITEM NO. 3.18

A. This bid item describes select fill materials from sources other than excavations made inthis Contract and not specifically included under other Items at locations indicated andordered by the Engineer in writing. The work includes all labor and equipment forfurnishing, transporting, installing, and compacting the select fill. Excavation forplacement of select fill will be paid for under other Bid Items. The work does not includetransporting, placing and compacting approved surplus fill from excavations made in thisContract. The Contractor shall use all such approved surplus fill available fromexcavations made in this Contract prior to supplying select fill from other sources.

B. Measurement: Measurement of additional select fill material shall be the compactedvolume in cubic yards installed as ordered and approved by the Engineer in writing.

C. Payment: Payment shall include labor, equipment, and materials necessary to completethe installation of additional select fill material, obtained from sources other thanexcavations in this Contract and placed within the limits established by the Engineer.Select fill used to fill voids resulting from unauthorized excavation, or where required fordewatering, will not be measured for payment even though their use is ordered by theEngineer. Select fill used for pipe bedding will not be measured for payment under thisItem. Such select fill is included in the various unit price Items for pipelines.

END OF SECTION

135

Page 139: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01045 CUTTING AND PATCHING

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. The Contractor shall be responsible for all cutting, fitting and patching, includingexcavation and backfill, required to complete the work or to:

1. Make its several parts fit together properly.2. Uncover portions of the work to provide for installation of ill-timed work.3. Remove and replace defective work.4. Remove and replace work not conforming to requirements of Contract

Documents.5. Provide penetrations of non-structural surfaces for installation of piping and

electrical conduit.

PART 2 PRODUCTS

2.01 MATERIALS

Comply with specifications and standards for each specific product involved.

PART 3 EXECUTION

3.01 INSPECTION

A. Inspect existing conditions of project, including elements subject to damage or tomovement during cutting and patching.

B. After uncovering work, inspect conditions affecting installation of products, orperformance of work.

C. Report unsatisfactory or questionable conditions to City. Do not proceed with workuntil City has provided further instructions.

3.02 PREPARATION

A. Provide adequate temporary support as necessary to assure structural value tointegrity of affected portion of work.

B. Provide devices and methods to protect other portions of project from damage.

C. Provide protection from elements for that portion of the project which may beexposed by cutting and patching work and maintain excavations free from water.

3.03 PERFORMANCE

A. Execute cutting and demolition by methods which will prevent damage to otherwork and will provide proper surfaces to receive installation of repairs.

136

Page 140: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Execute excavating and backfilling by methods which will prevent settlement ordamage to other work.

C. Fit and adjust products to provide a finished installation to comply with specifiedproducts, functions, tolerances and finishes.

D. Restore work which has been cut or removed; install new products to providecompleted work in accordance with the requirements of the Contract Documents.

E. Replace surfaces airtight to pipes, sleeves, ducts, conduit and other penetrationsthrough surfaces.

F. Refinish entire surfaces as necessary to provide an even finish to match adjacentfinishes.

END OF SECTION

137

Page 141: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01152 REQUESTS FOR PAYMENT

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

Submit Applications for Payment to the Project Manager or as directed at the preconstruction meeting, in accordance with the schedule established by Conditions of the Contract and Agreement between City and Contractor.

1.02 FORMAT AND DATA REQUIRED

A. Submit payment requests in the form provided by the City with itemized data typedin accordance with the Bid Form.

B. Provide construction photographs in accordance with Contract Documents.

1.03 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS

A. When the City requires substantiating data, Contractor shall submit suitableinformation with a cover letter.

B. Submit one copy of data and cover letter for each copy of application.

1.04 PREPARATION OF APPLICATION FOR FINAL PAYMENT

Fill in application form as specified for progress payments.

1.05 SUBMITTAL PROCEDURE

A. Submit applications for payment at the times stipulated in the Agreement.

B. Number: Three (3) copies of each application; all signed and certified by theContractor.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

138

Page 142: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01340 SHOP DRAWINGS, PROJECT DATA AND SAMPLES

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. The Contractor shall submit to the City for review and approval: working drawings,shop drawings, test reports and data on materials and equipment (hereinafter inthis section called data), and material samples (hereinafter in this section calledsamples) as are required for the proper control of work, including, but not limitedto those working drawings, shop drawings, data and samples for materials andequipment specified elsewhere in the Specifications and in the Contract Drawings.

B. The Contractor is to maintain an accurate updated submittal log and will bring thislog to each scheduled progress meeting with the City. This log should include thefollowing items:

1. Submittal description and number assigned.2. Date to City.3. Date returned to Contractor (from City).4. Status of Submittal (No exceptions taken, returned for confirmation or

resubmittal, rejected).5. Date of Resubmittal and Return (as applicable).6. Date material released (for fabrication).7. Projected date of fabrication.8. Projected date of delivery to site.9. Projected date and required lead time so that product installation does not

delay contact.10. Status of O&M manuals submitted.

1.03 CONTRACTOR’S RESPONSIBILITY

A. It is the duty of the Contractor to check all drawings, data and samples preparedby or for him before submitting them to the City for review. Each and every copyof the Drawings and data shall bear Contractor's stamp showing that they havebeen so checked. Shop drawings submitted to the City without the Contractor'sstamp will be returned to the Contractor for conformance with this requirement.Shop drawings shall indicate any deviations in the submittal from requirements ofthe contract Documents.

B. Determine and verify:

1. Field measurements.2. Field construction criteria.3. Catalog numbers and similar data.4. Conformance with Specifications and indicate all variances from the

Specifications.

C. The Contractor shall furnish the City a schedule of Shop Drawing submittals fixingthe respective dates for the submission of shop and working drawings, thebeginning of manufacture, testing and installation of materials, supplies and

139

Page 143: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

equipment. This schedule shall indicate those that are critical to the progress schedule.

D. The Contractor shall not begin any of the work covered by a drawing, data, or asample returned for correction until a revision or correction thereof has beenreviewed and returned to him, by the City, with No Exceptions Taken or ApprovedAs Noted.

E. The Contractor shall submit to the City all drawings and schedules sufficiently inadvance of construction requirements to provide no less than twenty-one (21)calendar days for checking and appropriate action from the time the City receivesthem.

F. All material & product submittals, other than samples, may be transmittedelectronically as a pdf file. All returns to the contractor will be as a pdf file onlyunless specifically requested otherwise.

G. The Contractor shall be responsible for and bear all cost of damages which mayresult from the ordering of any material or from proceeding with any part of workprior to the completion of the review by City of the necessary Shop Drawings.

1.04 REVIEW OF SHOP DRAWINGS AND WORKING DRAWINGS

A. The review of drawings, data and samples submitted by the Contractor shall coveronly general conformity to the Specifications, external connections and dimensionswhich affect the installation.

B. The review of drawings and schedules shall be general and shall not be construed:

1. As permitting any departure from the Contract requirements.2. As relieving the Contractor of responsibility for any errors, including details,

dimensions and materials.3. As approving departures from details furnished by the City, except as

otherwise provided herein.

C. If the drawings or schedules as submitted describe variations and show adeparture from the Contract requirements which the City finds to be in the interestof the City and to be so minor as not to involve a change in Contract Price or timefor performance, the City may return the reviewed drawings without noting anyexception.

D. When reviewed by the City, each of the Shop and Working Drawings shall beidentified as having received such review being so stamped and dated. ShopDrawings stamped "REJECTED" and with required corrections shown shall bereturned to the Contractor for correction and resubmittal.

E. Resubmittals will be handled in the same manner as first submittals. Onresubmittals, the Contractor shall direct specific attention, in writing or onresubmitted Shop Drawings, to revisions other than the corrections requested bythe City on previous submissions. The Contractor shall make any correctionsrequired by the City.

140

Page 144: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

F. If the Contractor considers any correction indicated on the drawings to constitutea change to the Contract Drawings or Specifications, the Contractor shall givewritten notice thereof to the City.

G. The City shall review a submittal/resubmittal a maximum of three (3) times afterwhich cost of review shall be borne by the Contractor. The cost of engineeringshall be equal to the City's actual payroll cost.

H. When the Shop and Working Drawings have been completed to the satisfaction ofthe City, the Contractor shall carry out the construction in accordance therewithand shall make no further changes therein except upon written instructions fromthe City.

I. No partial submittals shall be reviewed. Incomplete submittals shall be returnedto the Contractor and shall be considered not approved until resubmitted.

1.05 SHOP DRAWINGS

A. When used in the Contract Documents, the term "Shop Drawings" shall beconsidered to mean Contractor's plans for material and equipment which becomean integral part of the Project. These drawings shall be complete and detailed.Shop Drawings shall consist of fabrication, drawings, setting drawings, scheduledrawings, manufacturer's scale drawings and wiring and control diagrams. Cuts,catalogs, pamphlets, descriptive literature and performance and test data, shall beconsidered only as supportive to required Shop Drawings as defined above.

B. Drawings and schedules shall be checked and coordinated with the work of alltrades involved, before they are submitted for review by the City and shall bear theContractor's stamp of approval and original signature as evidence of suchchecking and coordination. Drawings or schedules submitted without this stampof approval and original signature shall be returned to the Contractor forresubmission.

C. Each Shop Drawing shall have a blank area 3-1/2 inches by 3-1/2 inches, locatedadjacent to the title block. The title block shall display the following:

1. Number and title of the drawing.2. Date of Drawing or revision.3. Name of project building or facility.4. Name of contractor and subcontractor submitting drawing.5. Clear identification of contents and location of the work.6. Specification title and number.

D. If drawings show variations from Contract requirements because of standard shoppractice or for other reasons, the Contractor shall describe such variations in hisletter of transmittal. If acceptable, proper adjustment in the contract shall beimplemented where appropriate. If the Contractor fails to describe such variations,he shall not be relieved of the responsibility of executing the work in accordancewith the Contract, even though such drawings have been reviewed.

E. Data on materials and equipment shall include, without limitation, materials andequipment lists, catalog sheets, cuts, performance curves, diagrams, materials of

141

Page 145: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

construction and similar descriptive material. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data.

F. For all mechanical and electrical equipment furnished, the Contractor shall providea list including the equipment name and address and telephone number of themanufacturer's representative and service company so that service and/or spareparts can be readily obtained.

G. All manufacturers or equipment suppliers who proposed to furnish equipment orproducts shall submit an installation list to the City along with the required shopdrawings. The installation list shall include at least five installations where identicalequipment has been installed and have been in operation for a period of at leastone (1) year.

1.06 WORKING DRAWINGS

A. When used in the Contract Documents, the term "working drawings" shall beconsidered to mean the Contractor's fabrication and erection drawings forstructures such as roof trusses, steelwork, precast concrete elements, bulkheads,support of open cut excavation, support of utilities, groundwater control systems,forming and false work; underpinning; and for such other work as may be requiredfor construction of the project.

B. Copies of working drawings as noted above, shall be submitted to the City whererequired by the Contract Documents or requested by the City and shall besubmitted at least thirty (30) days (unless otherwise specified by the City) inadvance of their being required for work.

C. Working drawings shall be signed by a registered Professional Engineer, currentlylicensed to practice in the State of Florida and shall convey, or be accompaniedby, calculation or other sufficient information to completely explain the structure,machine, or system described and its intended manner of use. Prior tocommencing such work, working drawings must have been reviewed withoutspecific exceptions by the City, which review will be for general conformance andwill not relieve the Contractor in any way from his responsibility with regard to thefulfillment of the terms of the Contract. All risks of error are assumed by theContractor; the City and Engineer shall not have responsibility therefor.

1.07 SAMPLES

A. The Contractor shall furnish, for the review of the City, samples required by theContract Documents or requested by the City. Samples shall be delivered to theCity as specified or directed. The Contractor shall prepay all shipping charges onsamples. Materials or equipment for which samples are required shall not be usedin work until reviewed by the City.

B. Samples shall be of sufficient size and quantity to clearly illustrate:

1. Functional characteristics of the product, with integrally related parts andattachment devices.

2. Full range of color, texture and pattern.

142

Page 146: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3. A minimum of two samples of each item shall be submitted.

C. Each sample shall have a label indicating:

1. Name of product.2. Name of Contractor and Subcontractor.3. Material or equipment represented.4. Place of origin.5. Name of Producer and Brand (if any).6. Location in project.

(Samples of finished materials shall have additional markings that willidentify them under the finished schedules.)

7. Reference specification paragraph.

D. The Contractor shall prepare a transmittal letter in triplicate for each shipment ofsamples containing the information required above. He shall enclose a copy ofthis letter with the shipment and send a copy of this letter to the City. Review of asample shall be only for the characteristics or use named in such and shall not beconstrued to change or modify any Contract requirements.

E. Reviewed samples not destroyed in testing shall be sent to the City or stored atthe site of the work. Reviewed samples of the hardware in good condition will bemarked for identification and may be used in the work. Materials and equipmentincorporated in work shall match the reviewed samples. If requested at the timeof submission, samples which failed testing or were rejected shall be returned tothe Contractor at his expense.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

143

Page 147: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01380 CONSTRUCTION PHOTOGRAPHS

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. The Contractor shall employ a competent photographer to take construction recordphotographs or perform video, recording including furnishing all labor, materials,equipment and incidentals necessary to obtain photographs and/or videorecordings of all construction areas.

B. Preconstruction record information shall consist of video recordings on digital videodisks (DVD).

C. Construction progress information shall consist of photographs and digitalphotographs on a recordable compact disc (CD-R).

1.02 QUALIFICATIONS

A. All photography shall be done by a competent camera operator who is fullyexperienced and qualified with the specified equipment.

B. For the video recording, the audio portion should be done by a person qualifiedand knowledgeable in the specifics of the Contract, who shall speak with clarityand diction so as to be easily understood.

1.03 PROJECT PHOTOGRAPHS

A. Provide one print of each photograph with each pay application.

B. Provide one recordable compact disc with digital photographs with each payapplication.

C. Negatives:

1. All negatives shall remain the property of photographer.2. The Contractor shall require that photographer maintain negatives or

protected digital files for a period of two years from date of substantialcompletion of the project.

3. Photographer shall agree to furnish additional prints to City at commercialrates applicable at time of purchase. Photographer shall also agree toparticipate as required in any litigation requiring the photographer as anexpert witness.

D. The Contractor shall pay all costs associated with the required photography andprints. Any parties requiring additional photography or prints shall pay thephotographer directly.

E. All project photographs shall be a single weight, color image. All finishes shall besmooth surface and glossy and all prints shall be 8 inches x 10 inches.

144

Page 148: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

F. Each print shall have clearly marked on the back, the name of the project, the orientation of view, the date and time of exposure, name and address of the photographer and the photographers numbered identification of exposure.

G. All project photographs shall be taken from locations to adequately illustrate

conditions prior to construction, or conditions of construction and state of progress. The Contractor shall consult with the City at each period of photography for instructions concerning views required.

1.04 VIDEO RECORDINGS

A. Video, recording shall be done along all routes that are scheduled for construction. Video, recording shall include full, recording of both sides of all streets and the entire width of easements plus 10 feet on each side on which construction is to be performed. All video recording shall be in full color.

B. A complete view, in sufficient detail with audio description of the exact location

shall be provided.

C. The engineering plans shall be used as a reference for stationing in the audio portion of the recordings for easy location identification.

D. Two complete sets of video recordings shall be delivered to the City on digital video

disks (DVD) for the permanent and exclusive use of the City prior to the start of any construction on the project.

E. All video recordings shall contain the name of the project, the date and time of the

video, recording, the name and address of the photographer and any other identifying information required.

F. Construction shall not start until preconstruction video recordings are completed,

submitted and accepted by the City. In addition, no progress payments shall be made until the preconstruction video recordings are accepted by the City.

PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED)

END OF SECTION

145

Page 149: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01410 TESTING AND TESTING LABORATORY SERVICES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED

A. The Contractor shall employ and pay for the services of an independent testing laboratory to perform testing specifically indicated on the Contract Documents or called out in the Specifications including retesting due to defective materials or construction. The City may elect to have materials and equipment tested for conformity with the Contract Documents at any time.

1. The testing laboratory shall be approved by the City. 2. Contractor shall cooperate fully with the laboratory to facilitate the

execution of its required services. 3. Employment of the laboratory shall in no way relieve the Contractor's

obligations to perform the work of the Contract. 1.02 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY

A. Laboratory is not authorized to:

1. Release, revoke, alter or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of the Work. 3. Perform any duties of the Contractor.

1.03 CONTRACTOR'S RESPONSIBILITIES

A. Cooperate with laboratory personnel; provide access to Work and/or to Manufacturer's operations.

B. Secure and deliver to the laboratory adequate quantities of representational

samples of materials proposed to be used and which require testing.

C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, and other material mixes which require control by the testing laboratory.

D. Materials and equipment used in the performance of work under this Contract are

subject to inspection and testing at the point of manufacture or fabrication. Standard specifications for quality and workmanship are indicated in the Contract Documents. The City may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. All costs of this testing and providing statements and certificates shall be a subsidiary obligation of the Contractor and no extra charge to the City shall be allowed on account of such testing and certification.

E. Furnish incidental labor and facilities:

1. To provide access to work to be tested.

146

Page 150: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. To obtain and handle samples at the project site or at the source of the product to be tested.

3. To facilitate inspections and tests. 4. For storage and curing of test samples.

F. Notify laboratory sufficiently in advance of operations to allow for laboratory

assignment of personnel and scheduling of tests.

G. Employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perform additional inspections, sampling and testing required for the Contractor's convenience and as approved by the City.

PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED)

END OF SECTION

147

Page 151: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED

A. Material and equipment incorporated into the work:

1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically

approved in writing by the City. 3. Manufactured and Fabricated Products:

a. Design, fabricate and assemble in accordance with the best engineering and shop practices.

b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable.

c. Two or more items of the same kind shall be identical and manufactured by the same manufacturer.

d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified

shall be adhered to unless variations are specifically approved in writing.

4. Do not use material or equipment for any purpose other than that for which it is specified.

5. All material and equipment incorporated into the project shall be new. 1.02 MANUFACTURER'S INSTRUCTIONS

A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to City. Maintain one set of complete instructions at the job site during installation and until completion.

B. Handle, install, connect, clean, condition and adjust products in strict accordance

with such instructions and in conformity with specified requirements. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with City prior to proceeding. Do not proceed with work without clear instructions.

1.03 TRANSPORTATION AND HANDLING

A. Arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site.

1. Deliver products in undamaged condition, in manufacturer's original

containers or packaging, with identifying labels intact and legible. 2. Immediately on delivery, inspect shipments to assure compliance with

requirements of Contract Documents and approved submittals and that products are properly protected and undamaged.

148

Page 152: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging.

1.04 SUBSTITUTIONS AND PRODUCT OPTIONS

Contractor's Options:

1. For products specified only by reference standard, select any product meeting that standard.

2. For products specified by naming one or more products or manufacturers and "or equal", Contractor must submit a request for substitutions of any product or manufacturer not specifically named in a timely manner so as not to adversely affect the construction schedule.

PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED)

END OF SECTION

149

Page 153: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01620 STORAGE AND PROTECTION PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED

Provide secure storage and protection for products to be incorporated into the work and maintenance and protection for products after installation and until completion of Work.

1.02 STORAGE

A. Store products immediately on delivery and protect until installed in the Work, in accord with manufacturer's instructions, with seals and labels intact and legible.

B. Exterior Storage

1. Provide substantial platform, blocking or skids to support fabricated

products above ground to prevent soiling or staining. a. Cover products, subject to discoloration or deterioration from

exposure to the elements, with impervious sheet coverings. Provide adequate ventilation to avoid condensation.

b. Prevent mixing of refuse or chemically injurious materials or liquids.

A. Arrange storage in manner to provide easy access for inspection. 1.03 MAINTENANCE OF STORAGE

A. Maintain periodic system of inspection of stored products on scheduled basis to assure that:

1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. Any

weathering of products, coatings and finishes is not acceptable under requirements of these Contract Documents.

B. Mechanical and electrical equipment which requires servicing during long term

storage shall have complete manufacturer's instructions for servicing accompanying each item, with notice of enclosed instructions shown on exterior of package.

1. Equipment shall not be shipped until approved by the City. The intent of

this requirement is to reduce on-site storage time prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the City.

2. All equipment having moving parts such as gears, electric motors, etc. and/or instruments shall be stored in a temperature and humidity controlled building approved by the City until such time as the equipment is to be installed.

150

Page 154: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3. All equipment shall be stored fully lubricated with oil, grease, etc. unless otherwise instructed by the manufacturer.

4. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to insure that the equipment does not deteriorate from lack of use.

5. Lubricants shall be changed upon completion of installation and as frequently as required, thereafter during the period between installation and acceptance.

6. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense.

1.04 PROTECTION AFTER INSTALLATION

A. Provide protection of installed products to prevent damage from subsequent operations. Remove when no longer needed, prior to completion of work.

B. Control traffic to prevent damage to equipment and surfaces.

C. Provide coverings to protect finished surfaces from damage.

PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED)

END OF SECTION

151

Page 155: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED

Comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the work.

1.02 SUBSTANTIAL COMPLETION

A. The Contractor shall submit the following items when the Contractor considers the work to be substantially complete:

1. A written notice that the work, or designated portion thereof, is substantially

complete. 2. A list of items to be completed or corrected.

B. Within a reasonable time after receipt of such notice, the City shall make an

inspection to determine the status of completion. C. Project record documents and operations and maintenance manuals must be

submitted before the project shall be considered substantially complete. D. If the City determines that the work is not substantially complete:

1. The City shall notify the Contractor in writing, stating the reasons. 2. The Contractor shall remedy the deficiencies in the work and send a

second written notice of substantial completion to the City. 3. The City shall reinspect the work.

E. When the City finds that the work is substantially complete:

1. The Engineer shall prepare and deliver to the City a tentative Certificate of Substantial Completion with a tentative list of the items to be completed or corrected before final payment.

2. The Engineer shall consider any objections made by the City as provided in Conditions of the Contract. When the Engineer considers the work substantially complete, he will execute and deliver to the City a definite Certificate of Substantial Completion with a revised tentative list of items to be completed or corrected.

1.03 FINAL INSPECTION

A. When the Contractor considered the work to be complete, he shall submit written certification stating that:

1. The Contract Documents have been reviewed. 2. The work has been inspected for compliance with Contract Documents. 3. The work has been completed in accordance with Contract Documents. 4. The equipment and systems have been tested in the presence of the City’s

representative and are operational.

152

Page 156: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

5. The work is completed and ready for final inspection.

B. The City shall make an inspection to verify the status of completion after receipt of such certification.

C. If the City determines that the work is incomplete or defective:

1. The City shall promptly notify the Contractor in writing, listing the incomplete or defective work.

2. The Contractor shall take immediate steps to remedy the stated deficiencies and send a second written certification to City that the work is complete.

3. The City shall reinspect the work.

D. Upon finding the work to be acceptable under the Contract Documents, the City shall request the Contractor to make closeout submittals.

E. For each additional inspection beyond a total of three (3) inspections for substantial

and final completion due to the incompleteness of the work, the Contractor shall reimburse the City’s fees.

1.04 CONTRACTOR’S CLOSEOUT SUBMITTALS

A. Project Record Documents (prior to substantial completion). B. Operation and maintenance manuals (prior to substantial completion). C. Warranties and Bonds. D. Evidence of Payment and Release of Liens: In accordance with requirements of

General and Supplementary Conditions. E. Certification letter from Florida Department of Transportation and City, as

applicable. F. Certificate of Insurance for Products and Completed Operations. G. Final Reconciliation, Warranty Period Declaration, and Contractor’s Affidavit.

1.05 FINAL ADJUSTMENT OF ACCOUNTS

A. Submit a final statement of accounting to the City. B. Statement shall reflect all adjustments to the Contract Sum:

1. The original Contract Sum. 2. Additions and deductions resulting from:

a. Previous Change Orders b. Unit Prices c. Penalties and Bonuses d. Deductions for Liquidated Damages e. Other Adjustments

153

Page 157: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due.

C. Project Management shall prepare a final Change Order, reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders.

1.06 FINAL APPLICATION FOR PAYMENT

Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract.

PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED)

END OF SECTION

154

Page 158: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01720 PROJECT RECORD DOCUMENTS

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Contractor shall maintain at the site for the City one record copy of:

1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. City's field orders or written instructions. 6. Approved shop drawings, working drawings and samples. 7. Field test records. 8. Construction photographs.

1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES

A. Store documents and samples in Contractor's field office apart from documents

used for construction.

1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples.

B. File documents and samples in accordance with CSI format. C. Maintain documents in a clean, dry, legible, condition and in good order. Do not

use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the City.

1.03 MARKING DEVICES

A. Provide felt tip marking pens for recording information in the color code designated by the City.

1.04 RECORDING

A. Label each document "PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. C. Do not conceal any work until required information is recorded. D. Drawings; Legibly mark to record actual construction:

1. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. Locations of drainage ditches, swales, water lines and force mains shall be shown every 200 feet (measured along

155

Page 159: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

the centerline) or alternate lot lines, whichever is closer. Dimensions at these locations shall indicate distance from centerline of right-of-way to the facility.

2. Field changes of dimension and detail. 3. Changes made by Field Order or by Change Order. 4. Details not on original contract drawings. 5. Equipment and piping relocations. 6. Locations of all valves, fire hydrants, manholes, water and sewer services,

water and force main fittings, underdrain cleanouts, catch basins, junction boxes and any other structures located in the right-of-way or easement, shall be located by elevation and by station and offset based on intersection P.I.'s and centerline of right-of-way. For facilities located on private roads, the dimensioning shall be from centerline of paving or another readily visible baseline.

7. Elevations shall be provided for all manhole rim and inverts; junction box rim and inverts; catch basin rim and inverts; and baffle, weir and invert elevations in control structures. Elevations shall also be provided at the PVI's and at every other lot line or 200 feet, whichever is less, of drainage swales and ditches. Bench marks and elevation datum shall be indicated.

8. Slopes for pipes and ditches shall be recalculated, based on actual field measured distances, elevations, pipe sizes, and type shown. Cross section of drainage ditches and swales shall be verified.

9. Centerline of roads shall be tied to right-of-way lines. Elevation of roadway centerline shall be given at PVI's and at all intersections.

10. Record drawings shall show bearings and distances for all right-of-way and easement lines, and property corners.

11. Sidewalks, fences and walls, if installed at the time of initial record drawing submittal, shall be located every 200 feet or alternate lot lines, whichever is closer. Dimensions shall include distance from the right-of-way line and the back of curb and lot line or easement line.

12. Sanitary sewer mainline wyes shall be located from the downstream manhole. These dimensions shall be provided by on-site inspections or televiewing of the sewer following installation.

13. Elevations shall be provided on the top of operating nuts for all water and force main valves.

14. Allowable tolerance shall be ± 6.0 inches for horizontal dimensions. Vertical dimensions such as the difference in elevations between manhole inverts shall have an allowable tolerance of ± 1/8 inch per 50 feet (or part thereof) of horizontal distance up to a maximum tolerance of ± 2 inch.

15. Properly prepared record drawings on mylar, together with two copies, shall be certified by a design professional (Engineer and/or Surveyor registered in the State of Florida), employed by the Contractor, and submitted to the City.

E. Specifications and Addenda; Legibly mark each Section to record:

1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed.

2. Changes made by field order or by change order.

156

Page 160: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

F. Shop Drawings (after final review and approval):

1. Five sets of record drawings for each process equipment, piping, electrical system and instrumentation system.

1.05 SUBMITTAL

A. Prior to substantial completion and prior to starting the bacteria testing of water

lines, deliver signed and sealed Record Documents and Record Drawings to the City. These will be reviewed and verified by the inspector. If there are any required changes or additions, these shall be completed and the entire signed and sealed set resubmitted prior to final pay application.

B. The Contractor shall employ a Professional Engineer or Surveyor registered in the

State of Florida to verify survey data and properly prepare record drawings. Record drawings shall be certified by the professional(s) (Engineer or Surveyor licensed in Florida), as stipulated by the Land Development Ordinance and submitted on signed and sealed paper drawings, signed and dated mylar drawings together with an AutoCAD version on a recordable compact disk (CD).

C. The CD shall contain media in AutoCad Version 2004 or later, or in any other CAD

program compatible with AutoCad in DWG or DXF form. All fonts, line types, shape files or other pertinent information used in the drawing and not normally included in AutoCad shall be included on the media with a text file or attached noted as to its relevance and use.

D. Accompany submittal with transmittal letter, containing:

1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative.

Note: The data required to properly prepare these record drawings shall be obtained at the site, at no cost to the City by the responsible design professional or his/her duly appointed representative. The appointed representative shall be a qualified employee of the responsible design professional or a qualified inspector retained by the responsible design professional on a project-by-project basis.

PART 2 STANDARDS 2.01 MINIMUM RECORD DRAWING STANDARDS FOR ALL RECORD DRAWINGS

SUBMITTED TO CITY

A. Record drawings shall be submitted to at least the level of detail in the contract documents. It is anticipated that the original contract documents shall serve as at least a background for all record information. Original drawings in CAD format may be requested of the City.

B. Drawings shall meet the criteria of paragraph 1.04 D above.

157

Page 161: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

PART 3 EXECUTION (NOT USED)

END OF SECTION

158

Page 162: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 01740 WARRANTIES AND BONDS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED

A. Compile specified warranties and bonds.

B. Compile specified service and maintenance contracts.

C. Co-execute submittals when so specified.

D. Review submittals to verify compliance with Contract Documents.

E. Submit to City for review and transmittal. 1.02 SUBMITTAL REQUIREMENTS

A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers and subcontractors.

B. Number of original signed copies required: Two each.

C. Table of Contents: Neatly typed, in orderly sequence. Provide complete

information for each item.

1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for City's personnel:

a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond.

7. Contractor, name of responsible principal, address and telephone number. 1.03 FORM OF SUBMITTALS

A. Prepare in duplicate packets.

B. Format:

1. Size 8-1/2 inch x 11 inch punched sheets for standard 3-ring binder. Fold larger sheets to fit into binders.

2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor.

C. Binders: Commercial quality, three-ring, with durable and cleanable plastic covers.

159

Page 163: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

1.04 TIME OF SUBMITTALS

A. Make submittals within ten days after date of substantial completion and prior to final request for payment.

B. For items of work, where acceptance is delayed materially beyond date of

substantial completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period.

1.05 SUBMITTALS REQUIRED

A. Submit warranties, bonds, service and maintenance contracts as specified in respective sections of Specifications.

B. Approval by the City of all documents required under this section is a pre-requisite

to requesting a final inspection and final payment PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED)

END OF SECTION

160

Page 164: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

DIVISION 2 SITE WORK

SECTION 02221 TRENCHING, BEDDING AND BACKFILL FOR PIPE PART 1 GENERAL 1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials, equipment and incidentals necessary to perform all excavation, backfill, fill, grading, trench protection or other related work required to complete the piping work shown on the Drawings and specified herein. The work shall include, but not be limited to: vaults; duct conduit; pipe; roadways and paving; backfilling; required fill or borrow operations; grading; disposal of surplus and unsuitable materials; and all related work such as sheeting, bracing and dewatering.

B. Prior to commencing work, the Contractor shall examine the site and review test

borings if available, or undertake his own subsurface investigations and take into consideration all conditions that may affect his work.

C. The Contractor is responsible for the protection of every tree which is scheduled

to remain in the project area. This includes trees which may or may not be shown on the plans. Every tree shall be adequately protected in place at no additional cost to the City. This includes, but is not limited to protecting the root systems and adjusting grades as necessary for tree/root protection.

1.02 PROTECTION

A. Sheeting and Bracing in Excavations:

1. In connection with construction of underground structures, the Contractor shall properly construct and maintain cofferdams. These shall consist of: sheeting and bracing as required to support the sides of excavations, to prevent any movement which could in any way diminish the width of the excavation below that necessary for proper construction and to protect adjacent structures, existing yard pipe and/or foundation material from disturbance, undermining, or other damage. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed.

2. Trench sheeting for pipes: no sheeting is to be withdrawn if driven below, mid-diameter of any pipe and no wood sheeting shall be cut off at a level lower than one foot above the top of any pipe unless otherwise directed by the City. During the progress of the work, the City may direct the Contractor in writing to leave additional wood sheeting in place. If steel sheeting is used for trench sheeting, removal shall be as specified above, unless written approval is given for an alternate method of removal.

3. All sheeting and bracing not left in place shall be carefully removed in such a manner as not to endanger the construction or other structures, utilities, existing piping, or property. Unless otherwise approved or indicated on the Drawings or in the Specification, all sheeting and bracing shall be removed after completion of the piping or structure, care being taken not to disturb or otherwise injure the pipeline or finished masonry. All voids left or caused

161

Page 165: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

by withdrawal of sheeting shall be immediately refilled with sand by ramming with tools specifically made for that purpose, by watering, or as may otherwise be directed.

4. The Contractor shall construct, to the extent he deems it desirable for his method of operation, the cofferdams and sheeting outside the neat lines of the pipeline trench or foundation unless otherwise indicated on the Drawings or directed by the City. Sheeting shall be plumb and securely braced and tied in position. Sheeting, bracing and cofferdams shall be adequate to withstand all pressures to which the pipeline or structure will be subjected. Pumping, bracing and other work within the cofferdam shall be done in a manner to avoid disturbing any construction of the pipeline or the enclosed masonry. Any movement or bulging which may occur shall be corrected by the Contractor at his own expense so as to provide the necessary clearances and dimensions.

5. Drawings of the cofferdams and design computations shall be submitted to the City and approved prior to any construction. However, approval of these drawings shall not relieve the Contractor of the responsibility for the cofferdams. The drawings and computations shall be prepared and stamped by a Registered Professional Engineer in the State of Florida and shall be in sufficient detail to disclose the method of operation for each of the various stages of construction, if required, for the completion of the pipeline and substructures.

B. Dewatering, Drainage and Flotation

1. The Contractor shall construct and place all pipelines, concrete work,

structural fill, bedding rock and limerock base course, in-the-dry. In addition, the Contractor shall make the final 24" of excavation for this work in-the-dry and not until the water level is a minimum of 6" below proposed bottom of excavation.

2. The Contractor shall, at all times during construction, provide and maintain proper equipment and facilities to remove promptly and dispose of properly all water entering excavation and keep such excavations dry so as to obtain a satisfactory undisturbed subgrade foundation condition until the fill, structure, or pipes to be built thereon have been completed to such extent that they will not be floated or otherwise damaged by allowing water levels to return to natural elevations.

3. Dewatering shall at all times be conducted in such a manner as to preserve the natural undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation.

4. Wellpoints may be required for dewatering the soil prior to final excavation for deeper in-ground structures or piping and for maintaining the lowered groundwater level until construction has been completed to avoid the structure, pipeline, or fill from becoming floated or otherwise damaged. Wellpoints shall be surrounded by suitable filter sand and no fines shall be removed by pumping. Pumping from wellpoints shall be continuous and standby pumps shall be provided.

5. The Contractor shall furnish all materials and equipment to perform all work required to install and maintain the proposed drainage systems for handling groundwater and surface water encountered during construction of structures, pipelines and compacted fills.

162

Page 166: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

6. Where required, the Contractor shall provide a minimum of two operating groundwater observation wells at each structure to determine the water level during construction of the pipeline or structure. Locations of the observation wells shall be at structures and along pipelines as approved by the City prior to their installation. The observation wells shall be extended to 6 inches above finished grade, capped with screw-on caps protected by 24" x 24" wide concrete base and left in place at the completion of this Project.

7. Prior to excavation, the Contractor shall submit his proposed method of dewatering and maintaining dry conditions to the City for approval. Such approval shall not relieve the Contractor of the responsibility for the satisfactory performance of the system. The Contractor shall be responsible for correcting any disturbance of natural bearing soils for damage to pipeline or structures caused by an inadequate dewatering system or by interruption of the continuous operation of the system as specified.

8. As part of his request for approval of a dewatering system, the Contractor shall demonstrate the adequacy of the proposed system and wellpoint filter sand by means of a test installation. Discharge water shall be clear, with no visible soil particles in a one quart sample. Discharge water shall not flow directly into wetlands or Waters of the State as defined by FDEP and SWFWMD.

9. During backfilling and construction, water levels shall be measured in observation wells located as directed by the City.

10. Continuous pumping will be required as long as water levels are required to be below natural levels.

PART 2 PRODUCTS 2.01 MATERIALS

A. General

1. Materials for use as fill and backfill shall be described below. For each material, the Contractor shall notify the City of the source of the material and shall furnish the City, for approval, a representative sample weighing approximately 50 pounds, at least ten calendar days prior to the date of anticipated use of such material.

2. Additional materials shall be furnished as required from off-site sources and hauled to the site.

B. Structural Fill

1. Structural fill in trenches shall be used below spread footing foundations,

slab-on-grade floors and other structures as backfill within three feet of the below grade portions of structures.

2. Structural fill material shall be a minimum of 60 percent clean sand, free of organic, deleterious and/or compressible material. Minimum acceptable density shall be 98 percent of the maximum density as determined by AASHTO T-180. Rock in excess of 2-1/2" in diameter shall not be used in the fill material. If the moisture content is improper for attaining the

163

Page 167: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

specified density, either water shall be added or material shall be permitted to dry until the proper moisture content for compaction is reached.

C. Common Fill

1. Common fill material shall be free from organic matter, muck or marl and

rock exceeding 2-1/2" in diameter. Common fill shall not contain broken concrete, masonry, rubble or other similar materials. Existing soil may be used to adjust grades over the site with the exception of the construction area.

2. Material falling within the above specification, encountered during the excavation, may be stored in segregated stockpiles for reuse. All material which, in the opinion of the City, is not suitable for reuse shall be spoiled as specified herein for disposal of unsuitable materials by the Contractor.

D. Crushed Stone

1. Crushed stone may be used for pipe bedding, manhole bases, as a

drainage layer below structures with underdrains and at other locations indicated on the Drawings.

2. Crushed stone shall be size No. 57 with gradation as noted in Table 1 of Section 901 of Florida Department of Transportation, Construction of Roads and Bridges.

E. Flowable Fill

1. Excavatable flowable fill may be used as an alternative to compacted soil within open cut trenches as indicated in the Drawings.

2. Excavatable flowable fill shall meet the mix design and requirements of Section 121 of Florida Department of Transportation, Construction of Roads and Bridges.

3. The 28-day compressive strength shall be a maximum of 100 psi. PART 3 EXECUTION 3.01 TRENCH EXCAVATION AND BACKFILLING

A. Excavation for all trenches required for the installation of pipes and electrical ducts shall be made to the depths indicated on the Drawings and in such manner and to such widths as will give suitable room for laying the pipe or installing the ducts within the trenches.

B. Rock shall be removed to a minimum 6" clearance around the bottom and sides of

all the pipe or ducts being laid.

C. Where pipes or ducts are to be laid in limerock bedding or encased in concrete, the trench may be excavated by machinery to or just below the designated subgrade provided that the material remaining in the bottom of the trench is no more than slightly disturbed.

D. Where the pipes or ducts are to be laid directly on the trench bottom, the lower part

of the trenches shall not be excavated to grade by machinery. The last of the

164

Page 168: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

material being excavated manually, shall be done in such a manner that will give a flat bottom true to grade so that pipe or duct can be evenly supported on undisturbed material. Bell holes shall be made as required.

E. Backfilling over pipes shall begin as soon as practicable after the pipe has been

laid, jointed and inspected and the trench filled with suitable compacted material to the mid-diameter of the pipe.

F. Backfilling over ducts shall begin not less than three days after placing concrete

encasement.

G. All backfilling shall be prosecuted expeditiously and as detailed on the Drawings.

H. Any space remaining between the pipe and sides of the trench shall be packed full by hand shovel with selected earth, free from stones having a diameter greater than 2" and thoroughly compacted with a tamper as fast as placed, up to a level of one foot above the top of the pipe.

I. The filling shall be carried up evenly on both sides with at least one man tamping

for each man shoveling material into the trench.

J. The remainder of the trench above the compacted backfill, as just described above, shall be filled and thoroughly compacted by rolling, ramming, or puddling, as the City may direct, sufficiently to prevent subsequent settling.

END OF SECTION

165

Page 169: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02260 FINISH GRADING PART 1 GENERAL 1.01 WORK INCLUDED

A. The Contractor shall finish grade sub-soil. B. The Contractor shall cut out areas to receive stabilizing base course materials for

paving and sidewalks. C. The Contractor shall place, finish grade and compact top soil.

1.02 PROTECTION

The Contractor shall prevent damage to existing fencing, trees, landscaping, natural features, bench marks, pavement and utility lines. Damage shall be corrected at no cost to the City.

PART 2 PRODUCTS

A. Topsoil: Shall be friable loam free from subsoil, roots, grass, excessive amount of weeds or other organics, stones, and foreign matter; acidity range (pH) of 5.5 to 7.5; containing a minimum of 4 percent and a maximum of 25 percent organic matter. The Contractor may use topsoil stockpiles on site if they conform to these requirements.

PART 3 EXECUTION 3.01 SUB-SOIL PREPARATION

A. The Contractor shall rough grade sub-soil systematically to allow for a maximum amount of natural settlement and compaction. Uneven areas and low spots shall be eliminated. Debris, roots, branches or other organics, stones, and sub-soil shall be removed by the Contractor and disposed of in a manner consistent with City, County and State Standards as well as any affected regulatory agency. Should contaminated soil be found, the Contractor shall notify the City.

B. The Contractor shall cut out areas to sub-grade elevation to stabilize base material

for paving and sidewalks. C. The Contractor shall bring sub-soil to required profiles and contour graces

gradually; and blend slopes into level areas. D. The Contractor shall slope the structure grade a minimum of two (2) inches in ten

(10) feet unless indicated otherwise on the Drawings. E. The Contractor shall cultivate sub-grade to a depth of 3 inches where the topsoil

is to be placed. He shall repeat cultivation in areas where equipment use has compacted sub-soil.

166

Page 170: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

F. The Contractor shall not make grade changes which causes water to flow onto adjacent lands.

3.02 PLACING TOPSOIL

A. The Contractor shall place topsoil in areas where seeding, sodding and planting is to be performed. He shall place from the following minimum depths, up to finished grade elevations:

1. 6 inches for seeded areas 2. 4-1/2 inches for sodded areas 3. 24 inches for shrub beds 4. 18 inches for flower beds

B. The Contractor shall use topsoil in a dry state as determined by the City. He shall

place the material during dry weather. C. The Contractor shall use fine grade topsoil eliminating rough and low areas to

ensure positive drainage. He shall maintain levels, profiles and contours of the sub-grades.

D. The Contractor shall remove stone, roots, grass, weeds, debris, and other organics

or foreign material while spreading the material. E. The Contractor shall manually spread topsoil around trees, plants and structures

to prevent damage which may be caused by grading equipment. F. The Contractor shall lightly compact and place the topsoil.

3.03 SURPLUS MATERIAL

A. The Contractor shall remove surplus sub-soil and topsoil from site at his expense. B. The Contractor shall leave stockpile areas and entire job site clean and raked,

ready for landscaping operations.

END OF SECTION

167

Page 171: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02276 TEMPORARY EROSION AND SEDIMENTATION CONTROL PART 1 GENERAL 1.01 DESCRIPTION

A. The work specified in this Section consists of the design, provision, maintenance and removal of temporary erosion and sedimentation controls as necessary.

B. Temporary erosion controls include, but are not limited to: grassing, mulching,

netting, watering, and the reseeding of on-site surfaces and spoil and borrow area surfaces, interceptor ditches at ends of berms and other such work at those locations which will ensure that erosion during construction will be either eliminated or maintained within acceptable limits as established by the City.

C. Temporary sedimentation controls include, but are not limited to: silt dams, traps,

barriers, and appurtenances at the foot of sloped surfaces which shall ensure that sedimentation pollution will be either eliminated or maintained within acceptable limits as established by federal and local regulations.

D. The Contractor is responsible for providing effective temporary erosion and

sediment control measures during construction or until final controls become effective.

1.02 REFERENCE DOCUMENTS

A. Florida Building Code.

B. FDEP/COE Dredge and Fill Regulations and/or Permit as applicable.

C. SWFWMD Permit Regulations and/or Permit as applicable.

D. Florida Stormwater, Erosion and Sedimentation Control Inspector’s Manual. PART 2 PRODUCTS 2.01 EROSION CONTROL

A. Netting - fabricated of material acceptable to the City.

B. Seed and sod.

2.02 SEDIMENTATION CONTROL

A. Bales - clean, seed free cereal hay type.

B. Netting - fabricated of material acceptable to the City.

C. Filter stone - crushed stone conforming to Florida Dept of Transportation specifications.

D. Concrete block - hollow, non-load-bearing type.

168

Page 172: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

E. Concrete - exterior grade not less than one inch thick.

PART 3 EXECUTION 3.01 EROSION CONTROL

A. Minimum procedures for grassing shall be:

1. Scarify slopes to a depth of not less than six inches and remove large clods, rock, stumps, roots larger than 1/2 inch in diameter and debris.

2. Sow seed within twenty-four (24) hours after the ground is scarified with either mechanical seed drills or rotary hand seeders.

3. Apply mulch loosely and to a thickness of between 3/4-inch and 1-1/2 inches.

4. Apply netting over mulched areas on sloped surfaces. 5. Roll and water seeded areas in a manner which will encourage sprouting

of seeds and growing of grass. Reseed areas which exhibit unsatisfactory growth. Backfill and seed eroded areas.

3.02 SEDIMENTATION CONTROL

A. The Contractor shall install and maintain silt dams, traps, barriers, and appurtenances as shown on the approved descriptions and working drawings. Deteriorated hay bales and dislodged filter stone shall be replaced by the Contractor at his expense.

3.03 PERFORMANCE

A. The Contractor, at his own expense, shall immediately take whatever steps are necessary to correct any deficiencies of the temporary erosion and sediment control measures employed if they fail to produce results or do not comply with the requirements of the State of Florida or any other federal, governmental or regulatory agency.

END OF SECTION

169

Page 173: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02485 SEEDING AND SODDING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials and equipment necessary to returnall construction areas to their original conditions or better.

B. Work shall include furnishing and placing seed or sod, fertilizing, planting, wateringand maintenance until acceptance by City.

1.02 RELATED WORK NOT INCLUDED

Excavation, filling and grading required to establish elevation shown on theDrawings are included under other sections of these Specifications.

1.03 QUALITY ASSURANCE

A. It is the intent of this Specification that the Contractor is obliged to deliver asatisfactory stand of grass as specified. If necessary, the Contractor shall repeatany or all of the work, including grading, fertilizing, watering and seeding or soddingat no additional cost to the City until a satisfactory stand is obtained. For purposesof grassing, a satisfactory stand of grass is herein defined as a full lawn cover overareas to be sodded or seeded, with grass free of weeds, alive and growing, leavingno bare spots larger than 3/4 square yard within a radius of 8 feet.

B. All previously grassed areas where pipelines are laid shall be sodded. All soddingand grassing shall be installed in accordance with these Specifications or asdirected by the City.

PART 2 PRODUCTS

2.01 MATERIALS

A. Fertilizer: The fertilizer shall be of the slow-release type meeting the followingminimum requirements: 12 percent nitrogen, 8 percent phosphorus, 8 percentpotassium; 40 percent other available materials derived from organic sources. Atleast 50 percent of the phosphoric acid shall be from normal super phosphate oran equivalent source which will provide a minimum of two units of sulfur. Theamount of sulfur shall be indicated on the quantitive analysis card attached to eachbag or other container. Fertilizer shall be uniform in composition, dry and freeflowing delivered to sites in original unopened containers bearing manufacturer'sstatement or guarantee.

B. Seeding/Grassing: The Contractor shall grass all unpaved areas disturbed duringconstruction which do not require sod. All grassing shall be completed inconformance with FDOT Specifications, Sections 570 and 981. The grassed areasshall be mulched and fertilized in accordance with FDOT Specifications, exceptthat no additional payment will be made for mulching, fertilizing and/or watering.

170

Page 174: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Sodding: Sod shall be provided as required on the construction drawings or at locations as directed by the City in accordance with Florida Department of Transportation, Specifications Section 575 and 981. The Contractor shall furnish bahia grass sod or match existing sod. Placement and watering requirements shall be in accordance with FDOT Specifications Section 575, except that no additional payment will be made for placement and/or watering. This cost shall be included in the Contract price bid for sodding.

D. Topsoil: Topsoil stockpiled during excavation may be used as necessary. If

additional topsoil is required to replace topsoil removed during construction, it shall be obtained off site at no additional cost to the City. Topsoil shall be fertile, natural surface soil, capable of producing all trees, plants and grassing specified herein.

E. Water: It is the Contractor's responsibility to supply all water to the site, as required

during seeding and sodding operations and through the maintenance period and until the work is accepted. The Contractor shall make whatever arrangements that may be necessary to ensure an adequate supply of water to meet the needs for his work. He shall also furnish all necessary hose, equipment, attachments and accessories for the adequate irrigation of lawns and planted areas as may be required. Water shall be suitable for irrigation and free from ingredients harmful to plant life.

PART 3 EXECUTION 3.01 INSTALLATION

A. When the trench backfill has stabilized sufficiently, the Contractor shall commence work on lawns and grassed areas, including fine grading as necessary and as directed by the City.

B. Finish Grading: Areas to be seeded or sodded shall be finish graded, raked, and

debris removed. Soft spots and uneven grades shall be eliminated. The City shall approve the finish grade of all areas to be seeded or sodded prior to seed or sod application.

C. Protection: Seeded and sodded areas shall be protected against traffic or other

use by placing warning signs or erecting barricades as necessary. Any areas damaged prior to acceptance by the City shall be repaired by the Contractor as directed by the City.

3.02 CLEANUP

Soil or similar materials spilled onto paved areas shall be removed promptly, keeping those areas as clean as possible at all times. Upon completion of seeding and sodding operations, all excess soil, stones and debris remaining shall be removed from the construction areas.

3.03 LANDSCAPE MAINTENANCE

A. Any existing landscape items damaged or altered during construction by the Contractor shall be restored or replaced as directed by the Cityy.

171

Page 175: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Maintain landscape work for a period of 90 days immediately following complete installation of work or until City accepts project. Watering, weeding, cultivating, restoration of grade, mowing and trimming, protection from insects and diseases, fertilizing and similar operations as needed to ensure normal growth and good health for live plant material shall be included at no additional cost to the City.

3.04 REPAIRS TO LAWN AREAS DISTURBED BY Contractor'S OPERATORS

Lawn areas planted under this Contract and all lawn areas damaged by the Contractor's operation shall be repaired at once by proper soil preparation, fertilizing and sodding, in accordance with these Specifications.

END OF SECTION

172

Page 176: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02513 ASPHALT CONCRETE PAVING PART 1 GENERAL 1.01 SCOPE OF WORK

The Contractor shall furnish all labor, materials and equipment necessary to complete asphalt concrete paving (including restoration of driveways) as called out on the Contract Documents.

1.02 QUALITY ASSURANCE

A. Qualifications of Asphalt Concrete Producer: The only materials permitted shall be furnished by a bulk asphalt concrete producer exclusively engaged in the production of hot-mix, hot-laid asphalt concrete.

B. Qualification of Testing Agency: The City may employ a commercial testing

laboratory to conduct tests and evaluations of asphalt concrete materials and design. The Contractor shall:

1. Provide asphalt concrete testing and inspection service acceptable to City. 2. Include sampling and testing asphalt concrete materials proposed, and

tests and calculations for asphalt concrete mixtures. 3. Provide field testing facilities for quality control testing during paving

operations.

C. Requirements of Regulatory Agencies: The Contractor shall comply with the applicable requirements of:

1. City of Gulfport Public Works Department 2. Pinellas County Right-of-Way 3. State of Florida Dept. of Transportation

1.03 PAVING QUALITY REQUIREMENTS

A. General: In addition to other specified conditions, the Contractor shall comply with the following minimum requirements:

1. In-place asphalt concrete course shall be tested for compliance with

requirements for density, thickness and surface smoothness. 2. Final surface shall be provided of uniform texture, conforming to required

grades and cross sections. 3. A minimum of four inch diameter pavement specimens for each completed

course shall be taken from locations as directed by the City. 4. Holes from test specimens shall be repaved as specified for patching

defective work.

B. Density:

1. When subjected to 50 blows of standard Marshall hammer on each side of an in place material specimen, densities shall be comparable to a laboratory specimen of same asphalt concrete mixture.

173

Page 177: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. The minimum acceptable density of in-place course material shall be 98% of the recorded laboratory specimen density.

C. Thickness: In-place compacted thicknesses shall not be acceptable if less than

the minimum thicknesses shown on the Drawings.

D. Surface Smoothness:

1. Finished surface of each asphalt concrete course shall be tested for smoothness, using a 10 ft. straightedge applied parallel to and at right angles to centerline of paved areas.

2. Surface areas shall be checked at intervals directed by City. 3. Surfaces shall not be acceptable if they exceed the following:

a. Base Course: 1/4 in. in 10 ft. b. Surface Course: 3/16 in. in 10 ft. c. Crowned Surfaces:

(1) Test crowned surfaces with a crown template, centered and at right angles to the crown.

(2) Surfaces will not be acceptable if varying more than 1/4 in. from the template.

1.04 SUBMITTALS

A. Samples: The Contractor may be required to provide samples of materials for laboratory testing and job-mix design.

B. Test Reports: The Contractor shall submit laboratory reports for following

materials tests:

1. Coarse and fine aggregates from each material source and each required grading: a. Sieve Analysis: ASTM C 136 (AASHO T 27). b. Unit Weight of Slag: ASTM C29 (AASHO T 19). c. Soundness: ASTM C 88 (AASHO T 104) for surface course

aggregates only. d. Sand Equivalent: ASTM D 2419 (AASHO T 176). e. Abrasion of Coarse Aggregate: ASTM C131 (AASHO T 96),for

surface course aggregates only. 2. Asphalt cement for each penetration grade:

a. Penetration: ASTM D5 (AASHO T49). b. Viscosity (Kinematic): ASTM D2170 (AASHO T 201). c. Flash Point: ASTM D92 (AASHO T 48). d. Ductility: ASTM D 113 (AASHO T 51). e. Solubility: ASTM D 4 (AASHO T 44). f. Specific Gravity: ASTM D 70 (AASHO T 43).

3. Job-mix design mixtures for each material or grade: a. Bulk Specific Gravity for Coarse Aggregate: ASTM C 117(AASHO

T 85). b. Bulk Specific Gravity for Fine Aggregate: ASTM C 128(AASHO T

84). 4. Uncompacted asphalt concrete mix: Maximum Specific Gravity: ASTM D

2041 (AASHO T 209).

174

Page 178: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

5. Compacted asphalt concrete mix: a. Bulk Density: ASTM D 1188 (AASHO T 166). b. Marshall Stability and Flow: ASTM D 1559.

6. Density and voids analysis: a. Provide each series of asphalt concrete mixture text specimens, in

accordance with A.I. MS-2 "Mix Design Methods for Asphalt Concrete".

b. Use Marshall method of mix design unless otherwise directed or acceptable to the City.

c. Report the quantity of absorbed asphalt cement in pounds of dry aggregate, percent air voids, and percent voids in mineral aggregate.

7. Sampling and testing of asphalt concrete mixtures for quality control during paving operations: a. Uncompacted asphalt concrete mix.

(1) Asphalt Cement Content: ASTM D 2172 (AASHO T 164). (2) Penetration of Recovered Asphalt Cement: ASTM D

5(AASHO T 49). (3) Ductibility of Recovered Asphalt Cement: ASTM D

113(AASHO T 51). b. Compacted asphalt concrete mix:

(1) Bulk Density: ASTM D 1188 (AASHO T 166). Marshall Stability and Flow: ASTM D1559).

c. Perform at least one test for each day's paving. 8. Asphalt plant inspection: ASTM D 290. 9. Additional testing:

a. Retesting shall be required if previous tests indicate insufficient values, or if directed by the City.

b. Testing shall continue until specified values have been attained. 10. Asphalt concrete materials which do not comply with specified

requirements shall not be permitted in the work. 1.05 JOB CONDITIONS

A. Weather Limitations:

1. Apply bituminous prime and tack coats only when the ambient temperature in the shade is 50 degrees F. and when the temperature has not been below 35 degrees F. for 12 hours immediately prior to application.

2. Do not apply when the base surface is wet or contains an excess of moisture which would prevent uniform distribution and the required penetration.

3. Construct asphalt concrete surface course only when atmospheric temperature is above 40 degrees F., when the underlying base is dry, and when weather is not rainy.

4. Base course may be placed when air temperature is not below 30 degrees F. and rising, when acceptable to the City.

B. Grade Control: Establish and maintain the required lines and grades, including

crown and cross-slope, for each course during construction operations.

175

Page 179: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Traffic Control: Maintain vehicular and pedestrian traffic during paving operations, as required for other construction activities.

PART 2 PRODUCTS 2.01 MATERIALS

A. Soil Cement or Shell Base Course: as specified in FDOT Section 270, "Material for Base and Stabilized Base", and as called for in the Contract Documents.

B. Aggregate for Asphalt Concrete, General:

1. Sound, angular crushed stone, crushed gravel, or crushed slag: ASTM D 692.

2. Sand, stone, or slag screening: ASTM D 1073. 3. Provide aggregate in gradations for various courses to comply with local

highway standards.

C. Surface Course Aggregates:

1. Provide natural sand, unless sand prepared from stone, slag, or gravel or combinations are required to suit local conditions.

D. Asphalt Cement: Comply with ASTM D 946 for 85-100 penetration grade.

E. Prime Coat:

1. Cut-back liquid asphalt. 2. Medium-Curing type: ASTM D 2027, Grade MC-70.

2.02 ASPHALT-AGGREGATE MIXTURES

A. Job-mix criteria:

1. Provide job-mix formulas for each required asphalt-aggregate mixture. 2. Establish a single percentage of aggregate passing each required sieve

size, a single percentage of asphalt cement to be added to aggregate, and a single temperature at which asphalt concrete is to be produced.

3. Comply with the mix requirements of local governing highway standards. 4. Maintain material quantities within allowable tolerances of the governing

standards. 2.03 TRAFFIC AND PARKING MARKING MATERIALS

A. Traffic lane marking paint with chlorinated rubber base.

B. Factory mixed, quick drying and non bleeding, FS TT-P-115C, Type III.

C. Color: Driving Lane Dividers - White No Parking Zone - Yellow Parking Dividers - White

176

Page 180: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

PART 3 EXECUTION 3.01 SURFACE PREPARATION

A. Subbase Preparation:

1. The Contractor shall remove from the area all organic substance encountered to a depth of six or eight inches (6" or 8"), or to such depth and width as directed by the City. The entire area shall be plowed and dragged prior to placing a stabilizing additive, if required to meet minimum bearing value.

2. Subbase shall be compacted to a minimum density of 98 percent of the maximum as determined by the Modified Proctor Density AASHTO T180, and shall have a minimum bearing value of 40 pounds per square inch as determined by the Florida Bearing Test.

B. Base Course:

1. Check subgrade for conformity with elevations and section immediately

before placing base material. 2. Place base material in compacted layers not more than 6 inches thick, unless

continuing tests indicate the required results are being obtained with thicker layers.

3. In no case will more than 8-inches of compacted base be placed in one lift. 4. Spread, shape, and compact all base material deposited on the subgrade

during the same day. 5. Compact base course material to be not less than 95% of maximum density:

ASTM D 1557, Method D (98 percent maximum density: AASHTO T-180). 6. Test density of compacted base course: ASTM D 2167. 7 Conduct one test for each 250 sq. yds. of in-place material, but in no case

not less than one daily for each layer.

C. Loose and Foreign Material: 1. Remove loose and foreign material from compacted subbase surface

immediately before application of paving. 2. Use power brooms or blowers, and brooming as required. 3. Do not displace subbase material.

D. Prime Coat: 1. Uniformly apply at rate of 0.20 to 0.5 gal. per sq. yd. over compacted and

cleaned subbase surface. 2. Apply enough material to penetrate and seal, but not flood the surface. 3. Allow to cure and dry as long as required to attain penetration and

evaporation of volatile, and in no case less than 24 hours unless otherwise acceptable to the City.

4. Blot excess asphalt with just enough sand to prevent pick-up under traffic. 5. Remove loose sand before paving.

177

Page 181: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

E. Tack Coat: 1. Dilute material with equal parts of water and apply to contact surfaces of

previously constructed asphalt concrete or portland cement concrete and similar surfaces.

2. Apply at rate of 0.05 to 0.15 gal. per sq. yd. of surface. 3. Apply tack coat by brush to contact surfaces of structures projecting into or

abutting asphalt concrete pavement. 4. Allow surfaces to dry until material is at condition of tackiness to receive

pavement.

3.02 MANHOLE FRAME / VALVE BOX ADJUSTMENTS (IF APPLICABLE)

A. Placing Manhole frames:

1. Surround manhole frames set to elevation with a ring of compacted asphalt concrete base prior to paving.

2. Place asphalt concrete mixture up to 1 in. below top of frame, slope to grade, and compact by hand tamping.

B. Adjust manhole frames to proper position to meet paving.

C. If permanent covers are not in place, provide temporary covers over openings until

completion of rolling operations.

D. Set cover manhole frames to grade, flush with surface of adjacent pavement. 3.03 PREPARING THE MIXTURE

A. Comply with ASTM D 995 for material storage, control, and mixing, and for plant equipment and operation.

B. Stockpiles:

1. Keep each component of the various-sized combined aggregates in

separate stockpiles. 2. Maintain stockpiles so that separate aggregate sizes shall not be

intermixed.

C. Heating:

1. Heat the asphalt cement at the mixing plant to viscosity at which it can be uniformly distributed throughout mixture

2. Use lowest possible temperature to suit temperature-viscosity characteristics of asphalt.

3. Do not exceed 350 degrees F. (176.6 degrees C.).

D. Aggregate:

1. Heat-dry aggregates to reduce moisture content to not more than 2.0%.

178

Page 182: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. Deliver dry aggregate to mixer at recommended temperature to suit penetration grade and viscosity characteristics of asphalt cement, ambient temperature, and workability of mixture.

3. Accurately weigh or measure dry aggregates and weigh or meter asphalt

cement to comply with job-mix formula requirements.

E. Mix aggregate and asphalt cement to achieve 90-95% of coated particles for base mixtures and 85-90% of coated particles for surface mixture, when tested in accordance with ASTM D 2489.

F. Transporting:

1. Transport asphalt concrete mixtures from mixing site in trucks having tight,

clean compartments. 2. Coat hauling compartments with a lime-water mixture to prevent asphalt

concrete mixture from sticking. 3. Elevate and drain compartment of excess solution before loading mix. 4. Provide covers over asphalt concrete mixture when transporting to protect

from weather and to prevent loss of heat. 5. During periods of cold weather or for long-distance deliveries, provide

insulation around entire truck bed surfaces. 3.04 EQUIPMENT

A. Provide size and quantity of equipment to complete the work specified within project time schedule.

B. Bituminous Pavers: Self-propelled that spread hot asphalt concrete mixtures

without tearing, shoving or gouging surfaces, and control pavement edges to true lines without use of stationary forms.

C. Rolling Equipment:

1. Self-propelled, steel-wheeled and pneumatic-tired rollers that can reverse

direction without backlash. 2. Other type rollers may be used if acceptable to the City.

D. Hand Tools: Provide rakes, lutes, shovels, tampers, smoothing irons, pavement

cutters, portable heaters, and other miscellaneous small tools to complete the work specified.

3.05 PLACING THE MIX

A. Place asphalt concrete mixture on prepared surface, spread and strike-off using paving machine.

B. Spread mixture at a minimum temperature of 225 degrees F. (107.2 degrees C.). C. Inaccessible and small areas may be placed by hand.

D. Place each course at thickness so that when compacted, it will conform to the

indicated grade, cross-section, finish thickness, and density indicated.

179

Page 183: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

E. Paver Placing:

1. Unless otherwise directed, begin placing along centerline of areas to be

paved on crowned section, and at high side of sections on one-way slope, and in direction of traffic flow.

2. After first strip has been placed and rolled, place succeeding strips and extend rolling to overlap previous strips.

3. Complete base courses for a section before placing surface courses. 4. Place mixture in continuous operation as practicable.

F. Hand Placing:

1. Spread, tamp, and finish mixture using hand tools in areas where machine

spreading is not possible, as acceptable to City. 2. Place mixture at a rate that will insure handling and compaction before

mixture becomes cooler than acceptable working temperature.

G. Joints:

1. Carefully make joints between old and new pavements, or between successive days' work, to ensure a continuous bond between adjoining work.

2. Construct joints to have same texture, density and smoothness as adjacent sections of asphalt concrete course.

3. Clean contact surfaces free of sand, dirt, or other objectionable material and apply tack coat.

4. Offset transverse joints in succeeding courses not less than 24 inches. 5. Cut back edge of previously placed course to expose an even, vertical

surface for full course thickness. 6. Offset longitudinal joints in succeeding courses not less than 6 inches. 7. When the edges of longitudinal joints are irregular, honeycombed, or

inadequately compacted, cut back unsatisfactory sections to expose an even, vertical surface for full course thickness.

3.06 COMPACTING THE MIX

A. Provide sufficient rollers to obtain the required pavement density.

B. Begin rolling operations as soon after placing when the mixture will bear weight of roller without excessive displacement.

C. Do not permit heavy equipment, including rollers to stand on finished surface

before it has thoroughly cooled or set.

D. Compact mixture with hot hand tampers or vibrating plate compactors in areas inaccessible to rollers.

E. Start rolling longitudinally at extreme lower side of sections and proceed toward

center of pavement. Roll to slightly different lengths on alternate roller runs.

F. Do not roll centers of sections first under any circumstances.

180

Page 184: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

G. Breakdown Rolling:

1. Accomplish breakdown or initial rolling immediately following rolling oftransverse and longitudinal joints and outside edge.

2. Operate rollers as close as possible to paver without causing pavementdisplacement.

3. Check crown, grade, and smoothness after breakdown rolling.4. Repair displaced areas by loosening at once with lutes or rakes and filling,

if required, with hot loose material before continuing rolling.

H. Second Rolling:

1. Follow breakdown rolling as soon as possible, while mixture is hot and incondition for compaction.

2. Continue second rolling until mixture has been thoroughly compacted.

I. Finish Rolling:

1. Perform finish rolling while mixture is still warm enough for removal of rollermarks.

2. Continue rolling until roller marks are eliminated and course has attainedspecified density.

J. Patching:

1. Remove and replace defective areas.2. Cut-out and fill with fresh, hot asphalt concrete.3. Compact by rolling to specified surface density and smoothness.4. Remove deficient areas for full depth of course.5. Cut sides perpendicular and parallel to direction of traffic with edges

vertical.6. Apply tack coat to exposed surfaces before placing new asphalt concrete

mixture.

3.07 MARKING ASPHALT CONCRETE PAVEMENT

A. Cleaning:

1. Sweep surface with power broom supplemented by hand brooms toremove loose material and dirt.

2. Do not begin marking asphalt concrete pavement until acceptable to theCity.

B. Apply paint with mechanical equipment.

1. Provide uniform straight edges.2. Not less than two separate coats in accordance with manufacturer's

recommended rates.

3.08 CLEANING AND PROTECTION

181

Page 185: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

A. Cleaning: After completion of paving operations, clean surfaces of excess orspilled asphalt materials to the satisfaction of the City.

B. Protection:

1. After final rolling, do not permit vehicular traffic on asphalt concretepavement until it has cooled and hardened, and in no case sooner than 6hours.

2. Provide barricades and warning devices as required to protect pavement.3. Cover openings of structures in the area of paving until permanent

coverings are placed (if applicable).

END OF SECTION

182

Page 186: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02575 PAVEMENT REPAIR AND RESTORATION PART 1 GENERAL 1.01 SCOPE OF WORK

The Contractor shall furnish all labor, materials, equipment, obtain City, County or State right-of-way permits and incidentals required to remove and replace pavements over trenches excavated for installation of sewer lines and appurtenances as shown on the Contract Drawings.

1.02 GENERAL

A. The Contractor shall take before and after photographs.

B. The Contractor shall repair in a manner satisfactory to the City, County or State, all damage done to existing structures, pavement, driveways, paved areas, curbs and gutters, sidewalks, shrubbery, grass, trees, utility poles, utility pipe lines, conduits, drains, catch basin, flagstones, or stabilized areas or driveways and including all obstructions not specifically named herein, which results from this Project.

C. The Contractor shall keep the surface of the backfilled area of excavation in a safe traffic bearing condition and firm and level with the remaining pavement until the pavement is restored in the manner specified herein. All surface irregularities that are dangerous or obstructive to traffic are to be removed. The repair shall conform to applicable requirements for pavement repair as indicated in the Drawings and as described herein, including all base, subbase and asphalt replacement.

D. All materials and workmanship shall meet or exceed the requirements as called

for in the Contract Documents and nothing herein shall be construed as to relieve the Contractor from this responsibility.

E. All street, road and highway repair shall be made in accordance with the FDOT

and Pinellas County standards and in accordance with the applicable requirements and approval of affected City, County and State agencies.

PART 2 PRODUCTS 2.01 PAVEMENT SECTION

A. Asphaltic concrete shall consist of asphalt cement, coarse aggregate, fine aggregate and mineral filler conforming to FDOT Superpave SP 9.5. Pavement replacement thickness shall match that removed but in no case shall be less than 1-1/2” compacted thickness. All asphalt concrete pavement shall be furnished, installed and tested in accordance with FDOT Specifications for Road and Bridge Construction, latest edition.

B. Asphalt or crushed concrete or approved equal base material shall be furnished

and installed under all pavement sections restored under this Contract. Asphalt base shall have a minimum 6” compacted thickness, meet requirements for FDOT ABC III (Minimum Marshall Stability of 1000) and be furnished, installed and tested

183

Page 187: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

in accordance with the requirements of the FDOT Standards. Crushed concrete base shall be 12” minimum compacted thickness. Crushed concrete aggregate material shall have a minimum LBR of 140 compacted to 98% T-180 AASHTO density. Asphalt base and crushed concrete base are acceptable. Other bases shall be submitted for approval.

C. Prime and tack will be required and applied in accordance with Section 300 - FDOTSpecifications: Prime and Tack Coat for Base Courses.

PART 3 EXECUTION

3.01 CUTTING PAVEMENT

A. The Contractor shall saw cut in straight lines and remove pavement as necessaryto install the new pipelines and appurtenances and for making connections toexisting pipelines.

B. Prior to pavement removal, the Contractor shall mark the pavement for cuts nearlyparalleling pipe lines and existing street lines. Asphalt pavement shall be cut alongthe markings with a rotary saw or other suitable tool. Concrete pavement shall bescored to a depth of approximately two (2) inches below the surface of the concretealong the marked cuts. Scoring shall be done by use of a rotary saw, after whichthe pavement may be broken below the scoring with a jackhammer or othersuitable equipment.

C. The Contractor shall not machine pull the pavement until it is completely brokenand separated along the marked cuts.

D. The pavement adjacent to pipe line trenches shall neither be disturbed nordamaged. If the adjacent pavement is disturbed or damaged, irrespective ofcause, the Contractor shall remove and replace the pavement. In addition, thebase and sub-base shall be restored in accordance with these Specifications,Florida Dept. of Transportation Standard Specifications and as directed by the City.

3.02 PAVEMENT REPAIR AND REPLACEMENT

A. The Contractor shall repair, to meet or exceed original surface material, all existingconcrete or asphaltic pavement, driveways, or sidewalks cut or damaged byconstruction under this Contract. He shall match the original grade unlessotherwise specified or shown on the Drawings. Materials and constructionprocedures for base course and pavement repair shall conform to those of theFDOT.

B. The Contractor’s repair shall include the preparation of the subbase and base,place and maintain the roadway surface, any special requirements whetherspecifically called for or implied and all work necessary for a satisfactorycompletion of this work. Stabilized roads and drives shall be finished to match theexisting grade. Dirt roads and drives shall have the required depth of backfillmaterial as shown on the Contract Drawings.

C. The asphaltic concrete repairs shall extend the full width and length of theexcavation or to the limits of any damaged section. The edge of the pavement to

184

Page 188: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

be left in place shall be cut to a true edge with a saw or other approved method so as to provide a clean edge to abut the repair. The line of the repair shall be reasonably uniform with no unnecessary irregularities. The existing asphalt beyond the excavation or damaged section shall be milled 25’ back from the saw cut. Final overlay shall match existing with no discernable “bump” at joint.

3.03 MISCELLANEOUS RESTORATION

Sidewalks or driveways cut or damaged by construction shall be restored in full sections or blocks to a minimum thickness of four inches. Concrete curb or curb and gutter shall be restored to the existing height and cross section in full sections or lengths between joints. RCP pipe shall be repaired or installed in accordance with manufacturer’s specifications. Grassed yards, shoulders and parkways shall be restored to match the existing sections with grass sod of a type matching the existing grass.

3.04 SPECIAL REQUIREMENTS

The restoration of all surfaces, as described herein, disturbed by the installation of pipelines shall be completed as soon as is reasonable and practical. The complete and final restoration of both paved and shell stabilized roads within a reasonable time frame is of paramount importance. To this end, the Contractor shall, as part of his work schedule, complete the restoration of any area of road within five weeks after removing the original surface. Successful leak testing shall be performed prior to restoring any area of road. All restoration and replacement or repairs are the responsibility of the Contractor.

3.05 CLEANUP

After all repair and restoration or paving has been completed, all excess asphalt, dirt and other debris shall be removed from the roadways. All existing storm sewers and inlets shall be checked and cleaned of any construction debris.

3.06 MAINTENANCE OR REPAIR

All wearing surfaces shall be maintained by the Contractor in good order suitable for traffic prior to completion and acceptance of the work.

END OF SECTION

185

Page 189: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02580 BRICK PAVEMENT RESTORATION PART 1 GENERAL 1.01 SCOPE OF WORK

A. The work specified under this Section consists of the installation of 8-inch thick crushed concrete base, 1-inch thick fine crushed concrete bedding course, compaction, and sand joint filler to match the existing abutting grades and shall include all the labor to place the bricks. To the greatest extent possible, brick removed from the existing brick pavement shall be reused for the restoration.

PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION

A. BRICK PAVEMENT INSTALLATION

1. The roadway base shall be constructed using crushed concrete compacted in accordance with the Pavement Repair and Restoration section of these specifications.

2. A fine crushed concrete bedding course shall be constructed on all completed bases

for brick pavement. Brick pavement shall be laid in a running bond pattern on a completed base with a fine crushed concrete bedding course and only clean, whole, sound brick shall be used. The brick shall be laid in close contact and the joints of each course shall be uniformly staggered with respect to the adjacent course. Whole brick shall be used except in starting and finishing a course and fitting pavement around manhole tops or other structures. Proper crown, slope and grade must be maintained.

3. Bricks shall be clean and free from foreign materials before installation. Installation

should start from a corner or straight edge and proceed forward over the undisturbed fine crushed concrete bedding course.

4. Bricks shall be plumb, level, and true to line grade; shall be installed properly, and

shall coincide and align with adjacent work and elevations. 5. Brick should be installed hand tight on the undisturbed fine crushed concrete bedding

course. String lines should be used to hold pattern lines true. 6. Gaps between the edges of the brick surface shall be filled with standard bricks or with

bricks cut to fit. Cut bricks should be no smaller than one-third the size of full bricks. Care should be taken when establishing the laying pattern to insure that less than one-third bricks are minimized.

7. Bricks are set into the fine crushed concrete bedding course by roller or plate vibrator

capable of 3,000 to 5,000 compaction force. Vibration shall be conducted in crossing paths until the pavement surface is smooth and required elevation is achieved. Gaps between bricks at this point should be filled to about two-thirds of the brick’s full height. Gaps between edges should be no more than 3/16-inches wide after vibration. Gaps

186

Page 190: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

greater than 3/16 inch suggest that less than satisfactory interlock will be achieved. Bricks within three feet of unrestrained edges must not be compacted.

8. Once bricks are vibrated into place, clean, dry sand shall be broomed over the

pavement surface and vibrated once or into the remaining unfilled gaps between bricks to the height of the joint level. Surplus sand should be swept from the pavement surface and disposed of.

9. The completed brick pavement installation should be washed down and cleaned to

provide a clean finished workmanlike installation. 10. The work specified under this Section shall also include furnishing and preparing the

fine crushed concrete bedding course, excavation, backfilling and compaction of the sub-base, installation of base course material and the edge restraint system called for in the Drawings.

B. MOCK UPS

1. The Contractor shall install a 4-foot by 4-foot brick pavement area as described in this Section. This area will be used to determine acceptability of the surcharge of the fine crushed concrete bedding course, joint size, lines, laying pattern(s), color(s) and texture of the job. This area will be protected and maintained by the Contractor’s project manager until final acceptance of the scope of the work covered in this Section has been granted. This area shall be the standard from which the work will be judged.

C. FINE CRUSHED CONCRETE BEDDING COURSE

1. Fine crushed concrete bedding course shall be clean, non-plastic, and free of deleterious or foreign matter.

2. The Contractor shall not deposit fine crushed concrete bedding course upon any

portion of the aggregate base course until the base course has been approved by the Engineer.

3. The Contractor shall spread the fine crushed concrete bedding course evenly over

the area to be paved. 4. The Contractor shall screed the sand to a level that will produce a 1-inch thickness

when the bricks have been placed and vibrated. Adjust the sand level to insure that the final pavement elevation will be 1/4 to 3/8 inches higher than adjacent edge restraints (curb, gutter, etc.) to allow for proper surface drainage.

END OF SECTION

187

Page 191: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02615 DUCTILE IRON PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials, equipment and incidentals required to install ductile iron pipe and restrained joint ductile iron pipe and cast iron or ductile iron restrained joint fittings, complete, as shown on the Drawings and specified in these Standards.

B. Fittings are noted on the drawings for the Contractor's convenience and do not

relieve him from laying and jointing different or additional items where required. C. The Contractor shall furnish all labor, materials, equipment and incidentals

required to install push-on joint or restrained joint ductile iron pipe, complete as shown on the Drawings and Specifications.

D. Newly installed pipe shall be kept clean and free of all foreign matter. All DI pipe

installed underground shall be poly wrapped unless noted otherwise on the plans. 1.02 SUBMITTALS

A. The Contractor shall submit to the City, within ten days after receipt of Notice to Proceed, a list of materials to be furnished, the names of the suppliers and the appropriate shop drawings for all ductile iron pipe and fittings.

B. The Contractor shall submit the pipe manufacturer's certification of compliance

with the applicable sections of the Specifications. PART 2 PRODUCTS 2.01 MATERIALS

A. Ductile iron pipe shall conform to ANSI/AWWA C150/A21.50 and ANSI/AWWA C151/A21.51. Thickness of pipe shall be Class 50 or pressure Class 350. All pipe not buried shall be Class 53. All ductile iron pipe shall be clearly marked on the outside of the barrel to readily identify it from cast iron.

B. Unrestrained joint pipe shall be supplied in lengths not to exceed 21 feet. Unless

otherwise called for in the Contract Documents, unrestrained joint pipe shall be either the rubber-ring type push-on joint or standard mechanical joint pipe as manufactured by the American Cast Iron Pipe Company, U.S. Pipe and Foundry Company, or approved equal.

C. All mechanical joint fittings shall be pressure rated for 350 psi and meet the

requirement of AWWA C110 or AWWA C153 except flanged fittings shall be rated for 250 psi. Rubber gaskets shall conform to AWWA C111 for mechanical and push-on type joints and shall be EPDM (Ethylene-Propylene Diene Monomer) rubber for potable water and reclaimed water pipelines. Standard gaskets shall be Fastite as manufactured by American Cast Iron Pipe Company, or an approved equal.

188

Page 192: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

D. Wastewater Main Coatings: All ductile iron pipe and fittings used in wastewater

sewer systems shall have a factory applied dry film thickness 40-mil ceramic epoxy lining on the inside. The interior lining application is to be based on the manufacturer's recommendation for long-term exposure to raw sewage. To ensure a holiday-free lining, documentation must be provided, prior to shipment, showing each section of lined pipe has passed holiday testing at the time of production per ASTM G62. The lining shall have a minimum ten year warranty covering failure of the lining and bond failure between liner and pipe. Exterior coatings for ductile iron pipe and fittings used in wastewater systems shall be either an asphaltic coating per AWWA C151 or a factory-applied epoxy coating per AWWA C550.

E. Restrained joints shall be provided at all horizontal and vertical bends and fittings,

at casings under roads and railroads and at other locations shown on the Contract Drawings. Restrained joint pipe fittings shall be designed and rated for the following pressures: 350 psi for pipe sizes up to and including 24" diameter; 250 psi for pipe sizes 30" diameter and above.

2.02 IDENTIFICATION

A. Each length of pipe and each fitting shall be marked with the name of the

manufacturer, size and class and shall be clearly identified as ductile iron pipe. All gaskets shall be marked with the name of the manufacturer, size and proper insertion direction.

B. Pipe shall be polyethylene-wrapped blue for water mains, purple (Pantone 522

C) for reclaimed water mains and green for sewer mains, per AWWA C105. Pipe need not be entirely polyethylene wrapped if soil testing, which is performed by the Engineer of Record or the Contractor in accordance with AWWA C105, indicates that the soil at the site is not corrosive. If soil testing indicates that the soil at the site is not corrosive, pipe may be spiral wrapped with color coded polyethylene at a six-inch minimum spacing, or the ductile iron pipe (DIP) may be painted with a minimum 1-inch wide color coded stripe on the top and both sides of the DIP.

C. All above ground potable water mains and appurtenances shall be painted safety

blue.

END OF SECTION

189

Page 193: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02617 INSTALLATION AND TESTING OF PRESSURE PIPE

PART 1 GENERAL 1.01 INSTALLING PIPE AND FITTINGS

A. The Contractor shall install all pipe in accordance with the recommendations of the pipe manufacturer and as specified herein.

B. The Contractor shall take care in handling, storage and installation of pipe and

fittings to prevent injury to the pipe or coatings. All pipe and fittings shall be examined before installation and pipe which is deemed to be defective by the City shall not be installed.

C. The Contractor shall thoroughly clean and keep thoroughly clean, all pipe and

fittings prior to during and after installation. D. The Contractor shall lay the pipe to the lines and grades shown on the Contract

Drawings with bedding and backfill as shown on the Drawings or called out in the Contract Documents. Blocking under the pipe shall not be permitted except through casing sleeves.

E. The Contractor shall keep the open ends of all pipe closed with a tightly fitting plug

when installation is not in progress or the potential exists for dirt or debris to enter the pipe.

F. The pipe or accessories shall not be dropped into the trench under any

circumstances. G. The Contractor shall construct all water mains pursuant to the provisions of

"Recommended Standards for Water Works", Part 8, incorporated by reference in Rule 17-555.330(3), F.A.C.

H. As a marker for the Surveyor, a PVC pipe marker or 2” x 4” marker shall be inserted

by the Contractor on the top of pipe for potable water mains, reclaimed water mains and sanitary force mains at intervals no greater than 200 feet apart and at locations where there is a substantial grade change. The pipe markers shall indicate the pipe diameter and shall be labeled PWM in “safety” blue, RWM in purple, and FM in green, for potable water mains, reclaimed water mains and sanitary force mains, respectively. As a marker for the Surveyor, a PVC pipe marker or 2” x 4” marker shall be inserted by the Contractor on the top of all pipe fittings (other than sanitary sewer service wyes, potable water saddles and reclaimed water saddles). The markers for fittings shall indicate the type of fitting and shall be labeled PWF in “safety” blue, RWF in purple, and FMF in green, for potable water fittings, reclaimed water fittings, and sanitary force main fittings, respectively. The Contractor is responsible for making the aforementioned markers available to the Surveyor. The Contractor shall field locate the mains and fittings when markers are not made available to the Surveyor.

I. A PVC pipe marker or 2” x 4” marker shall be inserted by the Contractor at the

beginning and end of each horizontal directional drill (HDD). The HDD Contractor

190

Page 194: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

shall provide a certified report and bore log indicating the horizontal and vertical location every 25 linear feet or less along the pipe.

J. A 2” PVC pipe marker with a painted end cap shall be inserted by the Contractor

at the ROW line indicating each individual new service location or stub out. The marker shall be a 6 foot length of PVC pipe inserted 2 feet into the ground and shall be painted “safety” blue for potable water, purple for reclaimed water, and green for sewer.

K. Should water or sewer lines be damaged during the bore pipe line installation, the

cost of any repairs and retesting will be paid for by the Contractor.

1.02 PROCEDURE FOR TESTING WATER LINES, FORCE MAINS AND

RECLAIMED WATER LINES

A. A 48-hour notice is needed prior to testing. A letter stating the reasons testing should be scheduled ahead of other jobs must accompany all emergency testing requests.

B. City and Contractor must be present for all testing, except for testing tapping valves

and sleeves. C. All pressure pipe lines shall remain undisturbed for 24 hours to develop complete

strength at all joints. All pipe lines shall be subjected to a hydrostatic pressure test for two (2) hours at full working pressure, but not less than 180 psi for water/reclaimed (150 psi for force main). Maximum length of pipe to be tested at one time is 2,600 feet. If line is longer than 2,600 feet and cannot be sectioned in 2,600 feet (max.) lengths, the allowable leakage will be figured at 2,600 feet.

D. Allowable leakage shall be determined by AWWA C600 table for hydrostatic tests.

Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof; to maintain the test pressure after the air in the pipe line has been expelled and the pipe has been filled with water.

E. All digging on the job site in the right-of-way must be completed before any testing

of water or sewer. Any digging or boring across water or sewer lines after they have been tested may result in a retest of the lines at the City's request.

F. If any revisions or changes are made after initial testing, lines will be re-tested at

the City's request. G. Disconnect water supply during test. H. All force mains will be tested from the valves in the valve vault at the lift station to

the point of connection whether it be against a valve on another force main or into a manhole.

I. All services to be aboveground during test. The services should be the correct

length so they will be one (1) foot inside right-of-way line. J. All fire hydrant gate valves to be open during test.

191

Page 195: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

K. All visible leaks are to be repaired, regardless of the amount of leakage. L. Check gauge pressure periodically during test. If test pressure drops to 175 psi

for water/reclaimed lines or to 145 psi for force mains during test, the line must be repumped back to 180 psi for water/reclaimed (150 psi force mains) and the amount of leakage measured. The test will continue on with the remaining time left. At the end of the test, the line must be repumped again back to 180 psi (150 psi for force main) and the amount of leakage measured and added to any previous leakage determined earlier in the test.

M. After the line passes the test, the pressure will be blown off from the opposite end

of line from the gauge location. Fire hydrants, services and end-of-line blow offs will be opened to demonstrate they were on line during the test.

N. At end of test, the test gauge must return to zero. The pressure gauge must read

0 psi to a maximum of 300 psi in 5 psi increments. O. The section of line being tested must be identified on the charge sheet. The length

and size of pipe, the exact area being tested and the valves being tested against, must be identified. Use Station numbers if available.

P. A punch list must be made at the end of all tests. Q. A copy of the charge sheet will be given to the City and the Contractor at the end

of the test. 1.04 DETECTION

A. Direct buried pipe shall have 3" detectable metallic tape of the proper color placed directly above the pipe and 12" below finished grade or 6" detectable tape between 12" and 24" below finished grade.

B. Direct buried or horizontal directional drilled non-metalic pipe shall also have tracer

wire installed along the pipe alignment. The tracer wire to be used shall be a solid, 10 gauge, high strength, copper clad steel wire with a polyethylene jacket of appropriate color Copperhead Industries or approved equal.

END OF SECTION

192

Page 196: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02618 PIPELINE CLEANING PART 1 GENERAL 1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials, equipment and incidentals required to clean all new lines 4” and larger, and existing pipelines as specified in this specification and as indicated on the Drawings.

B. This work shall include the furnishing and installation of all pig launching and

retrieval devices and the appropriate pigs for the cleaning procedure, and all necessary excavations, shutdowns, fittings and valves required.

1.02 RELATED WORK

A. The contractor is responsible for all necessary supply water. B. The contractor is responsible for all necessary bypass pumping. C. The contractor is responsible for the proper disposal of any materials removed

from the pipelines as a result of the cleaning procedure. 1.03 SUBMITTALS

A. The Contractor shall submit prior to construction, a cleaning plan, Shop Drawings, and layout diagram for approval to the City.

B. The Contractor shall submit to the City a list of materials to be furnished, and the

names of suppliers. 1.04 QUALIFICATIONS

A. The Contractor performing this work shall be fully qualified, experienced and equipped to complete this work expeditiously and in a satisfactory manner.

B. The Contractor shall also be capable of providing crews as needed to complete

this work without undue delay. C. The City reserves the right to approve or disapprove the Contractor, based on the

submitted qualifications. PART 2 PRODUCTS 2.01 GENERAL

A. The contractor shall be responsible for furnishing pigs in sufficient numbers and sizes, of appropriate densities, coatings and configurations to properly clean the piping systems.

B. All pigs used for the cleaning of sewer or reclaimed water lines shall not be used

in the cleaning of potable water lines.

193

Page 197: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.02 MATERIALS

A. The pig launching and retrieval equipment shall be of the latest design andconstruction and shall include the means to maintain constant monitoring of the in-line flows and pressures of the system being cleaned and the constant location ofthe cleaning pigs in the system. Launching and retrieval systems shall befabricated, designed and manufactured according to ANSI standards and capableof withstanding working pressures of 150 psi. Launching and receiving devicesshall be sized one diameter larger than the system to which it will be attached witha minimum length of 2.5 times the diameter.

B. The contractor shall have available for immediate use an electronic pig detectorfor use in the system being cleaned to provide a means of tracking the passage ofthe pig in the system to locate areas of potential or suspected blockage and otherdisparities in the system.

C. The pig shall be constructed of elastomer polyurethane with an open cellconstruction and a density equal to or suitable for use in the piping system beingcleaned. Pig configuration shall consist of a parabolic nose with a concave baseand coated with a resilient surface material that will maintain a peripheral seal andwill effectively clean the piping system without over abrading the interior pipe wall.Pig characteristics shall include the ability to navigate through 90 degree bends,180 degree turns, bi-directional fittings, full port valves, reduce its cross sectionalarea and return to its original design configuration and be propelled by hydraulicpressure.

PART 3 EXECUTION

3.01 PIPELINE CLEANING

A. The cleaning of the pipe line shall be done by the controlled and pressurizedpassage of a polyurethane pig of varying dimensions, coatings and densities asdetermined by the City through the piping system.

B. A series of pigs shall be entered into the system at a point as near to the beginningas is logistically and mechanically feasible.

C. A launching assembly shall be used as the entrance point for the pig. Thisassembly shall allow for the following:

1. The entering of pigs into the system by providing the means to induce flowfrom an external source, independent of the flows and pressuresimmediately available from the system, on the back of the pig to developsufficient pressure to force the pig through the system.

2. A means to control and regulate the flow.3. A means to monitor the flows and pressures.4. A means to connect and disconnect from the system without any disruption

to the operation of the system.

D. The pig shall be removed or discharged from the system at a point as near to theend as is logistically and mechanically feasible.

194

Page 198: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

E. The contractor shall be responsible for the retrieval of the pig at the discharge point. This may include setting a trap that will not disrupt normal flow and operations but will capture the pig and any debris. A retrieval assembly may also be used but said assembly shall be able to connect and disconnect from the system without any disruption to the operation of the system.

F. Alternative launching and retrieval methods shall be done with the prior approval

of the City. G. Any pig that cannot progress through the piping system shall be located by the

contractor and removed by excavation of the pipe in order to remove the blockage. All pipe repairs shall be the responsibility of the contractor and shall be performed with as little disruption to the system as possible.

H. Any increase in pressure that cannot be accounted for, i.e. fittings or valves or

additional cleaning runs, shall be investigated, per the Engineers’ approval, by locating the pig at the beginning of the increased pressure and excavating to determine the cause of the pressure increase. All pipe repairs shall be the responsibility of the contractor and shall be performed with as little disruption to the system as possible.

I. Final flushing of the cleansed lines shall be performed after the last successful run

of the pig as determined by the City. The contractor shall be responsible for all applicable flushing and disinfection requirements for potable water lines.

3.02 ACCEPTANCE

A. The contractor shall maintain and provide a report at the end of the cleaning procedure containing the following:

1. The pressures in the pipe during the pigging procedure. 2. Any inline problems encountered during the procedure including all

excavations with detailed locations, reason for the excavation and any corrective measures taken to the pipeline.

3. A record of the pigs used, their sizes, styles and other pertinent information regarding what materials were used during the cleaning.

4. An analysis of the condition of the pipeline before and after the cleaning procedure.

END OF SECTION

195

Page 199: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02619 HORIZONTAL DIRECTIONAL DRILLING

STANDARD SMALL DIAMETER INSTALLATIONS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The Work specified in this section consists of furnishing and installing undergroundutilities using the horizontal directional drilling (HDD) method of installation, alsocommonly referred to as directional boring or guided horizontal boring. This Workshall include all services, equipment, materials, and labor for the complete andproper installation, testing, restoration of underground utilities and environmentalprotection and restoration.

B. Small Diameter Installation shall be defined as a HDD that the nominal diameterof the product pipe is 12 inches or less.

1.02 SUBMITTALS

A. Prior to beginning work, the Contractor shall submit to the Engineer a Work Plandetailing the procedure and schedule to be used to execute the Project. The WorkPlan should include a description of all equipment to be used, down-hole tools, alist of personnel and their qualifications and experience (including back-uppersonnel in the event that an individual is unavailable), list of subcontractors, aschedule of work activity, a safety plan (including MSDS of any potentiallyhazardous substances to be used), traffic control plan (if applicable), anenvironmental protection plan and contingency plans for possible problems. TheWork Plan should be comprehensive, realistic and based on actual workingconditions for this particular Project. The Plan should document the thoughtfulplanning required to successfully complete the Project.

B. All drilling fluids and loose cuttings shall be contained. No fluids shall be allowedto enter any unapproved areas or natural waterways. Upon completion of thedirectional drill project, all excess drilling fluid and material shall be removed by theContractor.

C. A Frac-out and Surface Spill Contingency Plan shall be prepared for the installationof pipelines using HDD. This plan shall be submitted to the Engineer prior toconstruction. The Contractor shall submit a letter of intent signed by an authorizedrepresentative of the Contractor, confirming that the plan will be followed. Thecontingency plan for inadvertent returns/hydrofracture shall address all potentialpathways for release of drilling fluid, and shall address containment, cleanup, andmitigation measures as well as reporting procedures and points of contact forregulatory and permitting agencies, The Plan shall address releases to the groundsurface and to waterways. Stand-by equipment shall be provided by the Contractorto recover fluids from the waterway via truck. Floating turbidity barriers shall bepart of the standby equipment to minimize dispersion in the event that drilling fluidsreach the waterway. The Frac-out and Surface Spill Contingency Plan shall alsoaddress the following items:

196

Page 200: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

1. Rapid response procedures – The Contractor shall designate qualified personnel and equipment on the site during directional drilling operations responsible for monitoring drilling fluid pressure, and watching surface conditions for visual signs of frac-out. Contractor shall provide immediate response and initiate containment procedures in the event of an occurrence of a spill. In the event of a spill or frac-out all drilling activities shall be stopped.

2. Containment procedures – sediment control systems such as silt fence or

earth berms on uplands, and floating silt barriers or other aquatic barriers in water, and other means necessary to prevent the spread of bentonite spill shall be installed immediately.

3. Timely clean up – remediation of the lost bentonite shall begin immediately.

Clean up shall include removal of the material from the site by an approved method, and disposal of the material by an approved method in an appropriate location as directed by the City representative.

D. Contractor shall submit Specifications on directional drilling equipment to be used

to ensure that the equipment will be adequate to complete the Project. Equipment shall include but not be limited to: drilling rig, mud system, mud motors (if applicable), down-hole tools, guidance system and rig safety systems. Calibration records for guidance equipment shall be included. Specifications for any drilling fluid additives that Contractor intends to use or might use will be submitted.

E. Specifications on material to be used shall be submitted to Engineer and material shall include the pipe, fittings, drilling mud, drilling additives and any other item which is to be an installed component of the Project or used during construction.

1.03 QUALITY ASSURANCE A. The Contractor shall have at least three (3) years of demonstrated successful

experience installing pipelines using the horizontal directional drilling process on at least three (3) projects with similar diameters, installation lengths, and ground and groundwater conditions. The Contractor shall furnish evidence of successful use of wireline and Tru-Tracker guidance and tracking system on at least two (2) projects. The Contractor shall furnish evidence of successful experience with downhole pressure and load monitoring devices on at least one project. The Contractor shall furnish evidence of successful experience by including project owner, project name, location, diameter, length, depth, ground conditions, any problems encountered and how resolved, and any claims and how resolved. Owner’s representative with address and telephone number or email address shall be provided.

B. Daily logs and records shall be maintained by the Contractor and shall include

drilling lengths, location of drill head, drilling fluid pressures, and flow rates, drilling losses, inadvertent returns, drilling times required for each pipe joint, any instances of retraction and re-drilling of the pilot bore or segments thereof, and any other relevant observations, including any observed settlement, heave, frac-outs or surface pills. The drilling fluid pressures shall be measured at the entry point and at the drill head and recorded at least twice per drill pipe length. These records shall be maintained and provided daily to the Engineer. The position of the drill head shall be continuously tracked and recorded by a downhole wireline tracking

197

Page 201: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

locator system, and shall be supplemented by a “Tru-Tracker” or equivalent tracking system installed that completely encompasses the area between the entry and exit point. The x, y, z coordinates of the surface wire grid system shall be surveyed and recorded. A plot of actual locations of the bore path shall be maintained and updated daily, or more frequently, as directed by the Engineer.

C. The Contractor shall provide at least 72 hours advance written notice to the

Engineer of the planned inception of major drilling activities, including pilot bore launch, pre-reaming, reaming, and product pipe pullback. The Contractor shall immediately notify the Engineer when any significant problems are encountered or if ground conditions are considered by the Contractor to be materially and significantly different than those represented in the Contract Documents. The Contractor shall perform the pilot bore in the presence of the Engineer, unless Engineer grants prior written approval to perform such work in Engineer’s absence.

D. All surveying equipment used for downhole wireline surveying and tracking of the

bore path and drill head and layout of the surface wire grid system for the “Tru-Tracker” or equivalent tracking system shall be inspected and calibrated by the equipment manufacturer prior to use. Proof of this inspection and calibration shall be provided to the Engineer prior to the commencement of drilling operations.

PART 2 PRODUCTS

2.01 GENERAL

A. Directional drilling equipment shall consist of a directional drilling rig of sufficient

capacity to perform the bore and pullback the pipe, a drilling fluid mixing, delivery system of sufficient capacity to successfully complete the crossing, a guidance system to accurately guide boring operations and trained competent personnel to operate the system. All equipment shall be in good, safe operating condition with sufficient supplies, materials and spare parts on hand to maintain the system in good working order for the duration of the Project.

2.02 PRODUCT PIPE, JOINTS, AND FITTINGS

A. PIPE

1. All product pipe to be installed by the HDD operation shall be C900

Restrained Joint Spline PVC Pressure Pipe.

2. Refer to material specifications for material requirements.

3. Refer to piping section of this specification for pipe handling requirements. B. FITTINGS

1. Refer to material specifications for fitting requirements.

198

Page 202: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. DRILLING FLUID (MUD) SYSTEM

1. Drilling fluid shall be composed of a carrier fluid (Water) and drilling fluid additives (bentonite and / or polymers). Bentonite is a naturally occurring clay mineral (montmorillinite) that forms a mud when mixed with water.

2. The Composition of the drill fluid is determined by the results of geological

investigation executed in line with the framework of the project planned before construction.

3. The principal functions of drilling fluids used in HDD are:

a. Transporting drill cuttings to the surface by suspending and carrying them in the fluid stream flowing in the annulus between the borehole wall and the drill pipe/product.

b. Cleaning build-up on drill bits or reamer cutters by directing fluid

streams at the cutters. c. Cooling the downhole tools and electronic equipment d. Lubricating to reduce the friction between the drill pipe/product pipe

and the borehole wall. e. Stabilizing the borehole, especially in loose or soft soils by building

a low permeability filter cake, and exerting a positive hydrostatic pressure against the borehole wall. The filter cake along with positive hydrostatic pressure reduces collapses of the borehole and prevents formation fluids (i.e. groundwater) from flowing into the borehole or drilling fluids from exiting the borehole into the formation (loss of circulation).

f. The Contractor shall provide hydraulic power to the borehole with a

downhole mud motor. g. The following fluid properties are to be tested and considered to

assure compatibility between the drilling fluid mixture and the native soil after proper identification and characterization. These fluid properties are density, viscosity, pH – value, circulation, volume, ad solid content.

h. The drilling fluid pressures and flow rates shall be continuously

monitored and recorded by the Contractor at the pump and within the annular space within 30 feet of the drilling head.

2.03 DRILLING SYSTEM A. The directional drilling machine shall consist of a hydraulically powered system to

rotate, push and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill (bore) head. The machine shall be anchored to the ground to withstand the pulling, pushing and rotating pressure required to complete the crossing. The hydraulic power system shall be

199

Page 203: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

self-contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pullback pressure during pullback operations. The rig shall be grounded during drilling and pullback operations. There shall be a system to detect electrical current from the drill string and an audible alarm which automatically sounds when an electrical current is detected.

B. The drill head shall be steerable by changing its rotation and shall provide the

necessary cutting surfaces and drilling fluid jets. C. The drill pipe shall be constructed of high quality 4130 seamless tubing, grade D

or better with thread. 2.04 GUIDANCE SYSTEM

A. The method of guidance utilized in locating and steering the pilot string from entry to exit shall be state of the art. Readings shall be recorded after the advancement of each successive drill pipe and readings plotted. Access to all recorded readings and plan and profile information shall be made available to the Engineer, or his representative at all times.

2.05 DRILLING FLUID (MUD) SYSTEM

A. A self-contained, closed, drilling fluid mixing system shall be of sufficient size to

mix and deliver drilling fluid composed of bentonite clay, potable water and appropriate additives. Mixing system shall be able to molecularly shear individual bentonite particles from the dry powder to avoid clumping and ensure thorough mixing. The drilling fluid reservoir tank shall be a minimum of 500 gallons. Mixing system shall continually agitate the drilling fluid during drilling operations.

B. Drilling fluid shall be composed of clean water and bentonite clay. Water shall be

from an authorized source with pH of 8.5 – 10. Water of a lower pH or with excessive calcium shall be treated with the appropriate amount of sodium carbonate or equal. The water and bentonite clay shall be mixed thoroughly and be free of any clumps or clods. No additional material may be used in drilling fluid without prior approval from Engineer. Contractor is responsible for provisions to obtain clean water for the fluid.

The Bentonite mixture used shall have the minimum viscosities as measured by a March Funnel:

Rock, Clay – 60 sec. Hard Clay – 40 sec. Soft Clay – 45 sec. Sandy Clay – 90 sec. Stable Sand – 80 sec. Loose Sand – 110 sec. Wet Sand – 110 sec. These viscosities may be varied to best fit the soil conditions encountered, as approved by the Engineer.

200

Page 204: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Additives to drilling fluid suck as drill soap, polymers, etc. shall be environmentallysafe and be approved for such usage. No diesel fuel will be used.

D. The mud pumping system shall have a minimum capacity of 50 gpm and becapable of delivering the drilling fluid at a constant minimum pressure of 1000 psi.The delivery system shall have filters in-line to prevent solids from being pumpedinto the drill pipe. Connections between the pump and drill pipe shall be leak-free.Used drilling fluid and drilling fluid spilled during drilling operations shall becontained and properly disposed of. A berm, or equivalent, shall be maintainedaround drill rigs, drilling fluid mixing system, entry and exit pits and drilling fluidrecycling system to prevent spills into the surrounding environment. Pumps and/orvacuum trucks of sufficient size shall be in place to convey excess drilling fluid fromcontainment areas to storage and facilities.

2.06 OTHER EQUIPMENT

A. Pipe rollers shall be of sufficient size to fully support the weight of the pipe whilebeing hydro-tested and during pullback operations. Sufficient number of rollersshall be used to prevent excess sagging of pipe. Rollers shall be used asnecessary to assist in pull back operations and in layout/fusing of material.

B. Hydraulic or pneumatic pipe rammers may only be used if necessary and with theauthorization of Engineer.

C. Other devices or utility placement systems for providing horizontal thrust other thanthose previously defined in the preceding sections shall not be used unlessapproved by the Engineer prior to commencement of the Work. Consideration forapproval will be made on an individual basis for each specified location. Theproposed device or system will be evaluated prior to approval or rejection on itspotential ability to complete the utility placement satisfactorily without unduestoppage and to maintain line and grade within the tolerances prescribed by theparticular conditions of the Project.

PART 3 EXECUTION

3.01 GENERAL

A. Contractor to contact the City at least 48 hours before each of the followingactivities: 1) the setup of a drilling pit, 2) the start of drilling operation, 3) theinstallation of service pipe. Upon completion of the pilot hole phase of theoperation, a complete set of as-built records shall be submitted in duplicate to theEngineer. These records shall include copies of the plan and profile drawing, aswell as directional readings recorded during the drilling operation.

B. The drawings show existing utilities that are believed to be near the directional drillalignment. There is no guarantee that these utilities are located as shown or thatother utilities may not be present. The Contractor is to field locate existing utilitiesin advance of the work so as not to delay work and avoid conflict or disruption ofutility services.

201

Page 205: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.02 PERSONNEL REQUIREMENTS A. All personnel shall be fully trained in their respective duties as part of the directional

drilling crew and in safety. Each person must have at least two years directional drilling experience. A competent and experienced supervisor representing the Contractor and Drilling Subcontractor shall be present at all times during the actual drilling operations. A responsible representative who is thoroughly familiar with the equipment and type of work to be performed, must be in direct charge and control of the operation at all times. In all cases the supervisor must be continually present at the job site during the actual directional bore operation. The Contractor and Subcontractor shall have a sufficient number of competent workers on the job at all times to insure the directional bore is made in a timely manner and satisfactory manner.

Personnel who are unqualified, incompetent, or otherwise not suitable for the

performance of the Project shall be removed from the jobsite and replaced with a suitable person.

B. The Contractor shall furnish evidence of successful use of wire line and “Tru-

Tracker” guidance and tracking systems on at least two similar projects.

3.03 DRILLING PROCEDURE

A. Work site as indicated on drawings, within right-of-way, shall be graded or filled to provide a level working area. No alterations beyond what is required for operations are to be made. Contractor shall confine all activities to designated work areas.

B. Entire drill path shall be accurately surveyed with entry and exit stakes placed in

the appropriate locations within the areas indicated on the Drawings. If Contractor is using a magnetic guidance system, drill path will be surveyed for any surface geomagnetic variations or anomalies.

C. Contractor shall place silt fence between all drilling operations and any drainage,

wetland, waterway or other area designated for such protection by contract documents, state, federal and local regulations. Additional environmental protection necessary to contain hydraulic or drilling fluid spill shall be put in place, including berms, liners, turbidity curtains and other measures. Contractor shall adhere to all applicable environmental regulations. Fuel or oil may not be stored in bulk containers within 200 feet of any waterbody or wetland.

D. Contractor shall adhere to all applicable state, federal, and local safety regulations

and all operations shall be conducted at least weekly with a written record of attendance and topic submitted to Engineer.

E. Pipe shall be connected together in one length, if space permits. Pipe will be placed

on pipe rollers before pulling into bore hole with rollers spaced close enough to prevent excessive sagging of pipe.

F. Pilot hole shall be drilled on bore path with no deviations greater than five percent

of depth over a length of 100 feet. In the event that pilot does deviate from bore path more than 5 percent of depth in 100 feet, Contractor shall notify Engineer and

202

Page 206: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Engineer may require Contractor to pullback and re-drill from the location along bore path before deviation.

G. At all times during the pilot bore the Contractor shall provide and maintain a bore

tracking system that is capable of accurately locating the position of the drill head in the x, y, and z axes. The Contractor shall record these data at least twice per drill pipe length or every fifteen (15) feet, whichever is more frequent. Contractor shall monitor and record x, y, and z coordinates relative to an established surface survey benchmark, from downhole survey data using downhole wireline system. “Tru-Tracker” energized surface grid, or equivalent, shall be installed and used to supplement the wireline system. The “Tru-Tracker” grid shall encompass the entire area of the bore including underwater across the water. Alternatively, the Contractor may propose fixed “TruTracker” grids on land outside the waterway, supplemented by moveable grids on floating templates that can be temporarily anchored and surveyed while drilling the pilot hole. The moveable template should be sufficiently large to encompass the active drilling area for a two hour drilling period, and should be at least as wide as the maximum depth of the bore. The grids shall be surveyed to establish horizontal and vertical position to 0.1 feet accuracy. The data shall be continuously monitored and recorded at least twice per drill pipe length or every fifteen (15) feet, whichever is most frequent.

H. In the event that a drilling fluid fracture, inadvertent returns or returns loss occurs

during pilot hole drilling operations, Contractor shall cease operations and shall discuss corrective options with the Engineer, work shall then proceed accordingly.

I. Upon approval of the pilot hole location by the Engineer, the hole enlargening or

back reaming phase of the installation shall begin. The borehole diameter shall be increased to accommodate the pullback operation of the required size of the pipe. The type of back reamer utilized in this phase shall be determined by the types of subsurface soil conditions that have been encountered during the pilot hole drilling operation. The reamer type shall be at the Contractor’s discretion with the final hole diameter being a maximum of 20 percent larger than the outside diameter of the product pipe being installed in the borehole.

J. The open borehole may be stabilized by means of bentonite drilling slurry pumped

through the inside diameter of the drill pipe and through openings in the reamer. The slurry will also serve as an agent to carry the loose cuttings to the surface through the annulus of the borehole. These cuttings and bentonite slurry are to be contained at the exit hole or entry side of the directional bore in pits or holding tanks. The slurry may be recycled at this time for reuse in the hole opening operation or it shall be hauled by the Contractor to an approved disposal site. A complete list of all drilling fluid additives and mixtures to be used in the directional operation will be submitted to the Engineer along with their respective material safety data sheets.

K. In the event that pipe becomes stuck, Contractor shall notify Engineer. Engineer,

Contractor, and/or the maintaining agency shall discuss options and then work will proceed accordingly.

L. Excess pipe shall be removed and the bore hole associated with this excess pipe

shall be filled with flowable fill or grout, unless the area of the excess pipe is excavated and backfilled as part of the tie-in operations.

203

Page 207: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.04 PIPE TESTING

A. Following successful pullback of pipe, Contractor shall test pipe as required per the City requirements.

3.05 SITE RESTORATION

A. Following drilling operations, Contractor will demobilize equipment and restore the work-site to original condition. Any noticeable surface defects due to the drilling operation shall be repaired by the Contractor.

3.06 RECORD KEEPING

A. Contractor shall maintain a daily project log of drilling operations and a guidance

system log with a copy given to Engineer at completion of boring. As-built drawings shall be certified as to accuracy by Contractor as required in the specifications.

B. Contractor shall provide locate stations as monuments on either side of Bishop

Creek as shown on the plans. Monuments shall include locate box and cover, concrete collar, and bronze identification disk. Concrete collar shall be enclosed in meter box. Identification disk shall indicate the distance to the top of the 12” water main.

END OF SECTION

204

Page 208: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02622 POLYVINYL CHLORIDE (PVC) PIPE PART 1 GENERAL 1.01 SCOPE OF WORK

A. This specification shall be applicable for all force main work shown on the Drawings.

B. The Contractor shall supply all labor, equipment, materials and incidentals

necessary to install and test all force mains, pipe restraints, and appurtenances as shown on the Drawings and as specified herein.

C. All pipe, fittings, valves, and appurtenances used for wastewater piping shall be

NSF-61 certified for continuous contact with wastewater. D. Valves and appurtenances shall be as specified in Section 15100.

1.02 SUBMITTALS A. Submit shop drawings to the Engineer for review in accordance with the General

Conditions for all pipe, fittings, restrained joints and appurtenances. B. The pipe manufacturer shall inspect all pipe joints for out-of-roundness and pipe

ends for squareness. The manufacturer shall furnish to the Engineer a notarized affidavit stating all pipe meets the requirements of ASTM, ASCE, ANSI, etc., these Specifications, and the joint design with respect to square ends and out-of-round joint surfaces.

F. Furnish in duplicate to the Engineer sworn certificates that all tests and inspections

required by the Specifications under which the pipe is manufactured have been satisfied.

G. Submit to the Engineer for approval prior to beginning work the following:

1. Dewatering Plan 2. Pigging and Flushing Plan 3. Pressure testing Plan 4. Disinfection Plan 5. Existing Force Main Abandonment Plan

a. The force main abandonment plan shall show the locations where

the contractor intends on cutting the pipe to pump the grout and intermediate cuts in the pipe as specified herein.

b. The force main abandonment plan shall include the estimated quantity of grout in cubic yards that the Contractor estimates will be required to be pumped into each section of pipe. (i.e. show how much grout is to be pump for each section of pipe that is to be abandoned).

205

Page 209: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

H. Submit as-builts of the force main to the Engineer so that Record Drawings can be prepared by the Engineer to request clearance from the FDEP to place the force main piping into operation.

1.03 CONNECTION TO EXISTING LINES A. The following work shall be performed where piping of this Contract must connect

to existing lines: 1. Expose buried lines to confirm or determine end connection, pipe material

and diameter. 2. Furnish and install appropriate piping and make proper connections. B. The Contractor shall provide, install and test any required tapping valves and

perform all taps in the presence of the Owner’s representative. PART 2 PRODUCTS 2.01 12” PVC PIPE FOR HORIZONTAL DIRECTIONAL DRILL (HDD)

D. 12” C900 PVC pipe for HDD applications shall be installed with restrained joint splines. Pipe shall be green in color for wastewater service and shall meet the requirements of AWWA Specification C900 "Polyvinyl Chloride (PVC) Pressure Pipe." All pipe shall be Class 235, DR-18 with Ductile Iron Pipe Size (DIPS) Outside Diameter (O.D.) Each pipe section shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults.

E. Each length of pipe shall be hydrotested to four (4) times its class pressure by the manufacturer in accordance with AWWA C900/C905. PVC pipe shall meet the requirements of ASTM D1784, manufactured from compounds with cell classification 12454. PVC pipe shall be furnished with push-on integral bell type joints per ASTM D3139 and shall be supplied with elastomeric gaskets installed meeting the requirements of ASTM F477. PVC pipe shall have a 20’ standard lay length.

F. The C-900/RJ Spline PVC pipe and couplings shall provide a restrained joint by

utilizing precision-machined grooves on the pipe and in the coupling which, when aligned, allow a spline to be inserted, resulting in a fully circumferential restrained joint that locks the pipe and coupling together. A flexible elastomeric seal (O-ring) in the coupling provides a hydraulic pressure seal.

G. C-900/RJ PVC pipe shall be furnished with Permanent Use Couplings, Spline and

O-rings. H. All PVC pipe and couplings for force mains shall comply with, and be labeled as

approved by, the National Sanitation Foundation (NSF) for use in wastewater lines (NSF-61).

206

Page 210: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.02 POLYVINYL CHLORIDE PIPE AND FITTINGS

A. Class-Rated Polyvinyl Chloride (PVC) Pipe:

1. Unless otherwise shown on the Drawings, all force mains installed via open cut methods shall meet the requirements of AWWA Specification C900 "Polyvinyl Chloride (PVC) Pressure Pipe." All pipe shall be Class 235, DR-18 with Ductile Iron Pipe Size (DIPS) Outside Diameter (O.D.) Each length of pipe shall be hydrotested to four (4) times its class pressure by the manufacturer in accordance with AWWA C900/C905. PVC pipe shall meet the requirements of ASTM D1784, manufactured from compounds with cell classification 12454. PVC pipe shall be furnished with joints meeting ASTM D3139 and shall be supplied with elastomeric gaskets installed meeting the requirements of ASTM F477. PVC pipe shall have a 20’ standard lay length.

2. All PVC pipe for force mains shall comply and be labeled as approved by

the National Sanitation Foundation (NSF) for use in wastewater lines meeting NSF-61.

3. PVC Pipe shall be as manufactured by JMEagle, North American Pipe

Corporation, Diamond Plastics, or approved equal. B. Polyvinyl Chloride (PVC) Schedule 80 Pipe:

1. Unless otherwise specified, all PVC pipes smaller than 4" nominal diameter shall be Schedule 80 PVC in accordance with ASTM D1785. Schedule 80 pipe shall have either solvent welded or threaded joints. PVC pressure pipe shall bear the approved seal of the National Sanitary Foundation (NSF).

2. Solvent-cement weld pipe will not be accepted in a pressurized application

on the City side of the meter.

C. Fittings:

1. All fittings for C-900 PVC pipe (installed by open cut or HDD) four inches (4") to twelve inches (12”) in diameter shall be of Ductile Iron. Ductile Iron fittings shall be mechanical joint with a minimum pressure rating of 350 psi. Fittings shall be Compact Body Type and shall meet the requirements of AWWA C153/ANSI A21.53 as applicable. Rubber gasket joints shall conform to AWWA C111/ANSI A21.11 for mechanical and push-on type joints. All fittings shall be mechanically restrained.

2. All ductile iron fittings shall have a factory applied interior dry film thickness

40-mil epoxy lining. Exterior of ductile iron fittings shall be asphaltic coated. Ductile iron fittings shall comply and be labeled as approved by the National Sanitation Foundation (NSF) for use in wastewater lines meeting NSF-61.

3. The Contractor shall provide a polyethylene encasement over all buried

ductile iron fittings. The material, installation and workmanship shall

207

Page 211: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

conform to applicable sections of AWWA C105/ANSI Standard A21.5. Installation methods A or B shall be employed using flat tube polyethylene. The Contractor shall make provisions to keep the polyethylene from direct exposure to sunlight prior to installation; and backfilling following installation shall be completed without delay to avoid exposure to sunlight. Polyethylene shall be color coded green for wastewater.

4. All ductile iron fittings supplied shall be poured in a foundry located in the

United States of America (U.S.A.), no exceptions. Ductile iron fittings shall be as manufactured by US-Pipe, Tyler Union, American, or approved equal.

2.04 RESTRAINED JOINTS

A. All buried piping and fittings shall be restrained with mechanical restrainers in accordance with the restrained joint table provided in the Drawings. Pipes subject to pressure or being fed by a pumping system shall be restrained based on a 150 psi working pressure. Restrained joint length indicated in the Tables represents the length on all sides of fittings and valves within which all joints must be restrained. As a minimum, the joints at all fittings and valves shall be restrained. Joint restraints will be included with the cost of the pipe.

B. Restrained joints shall be capable of holding against withdrawal for line pressures

50 percent above the normal working pressure but not less than 150 psi. The pipe and fittings shall be restrained push-on joints or restrained mechanical joints.

C. Restrained pipe joints that achieve restraint by incorporating cut out sections in the

wall of the pipe shall have a minimum wall thickness at the point of cut out that corresponds with the minimum specified wall thickness for the rest of the pipe.

D. Ductile iron mechanical joint fittings used with PVC pipe shall be restrained with

the EBAA Iron Series 2000PV Mechanical Joint Restraint Gland, no equals. E. PVC pipe with push-on joints shall be restrained with EBAA Iron Series 1500

restrainers, no equals. The restraining device and Tee head bolts shall be manufactured of high strength ductile iron meeting ASTM A-536, Grade 65-45-12. Clamping bolts and nuts shall be manufactured of corrosion resistant high strength, low alloy CORTEN steel meeting the requirements of ASTM A-242.

F. Thrust blocks or deadman shall be as detailed on the Drawings. Thrust blocks for

pipe 10” and smaller shall be precast. Thrust blocks for pipe 12” and greater shall be poured in place.

2.05 COUPLINGS

M. Buried force main pipe 12-inch diameter or less.

1. EBAA Iron, Inc., Series 3800 restrained coupling system; no equals. Provide coupling designed to restrain forces based on the pressure rating of the pipe joined using a minimum 2 to 1 safety factor.

208

Page 212: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. Ductile iron body and end rings shall meet or exceed the requirements of ASTM A536, minimum 65-45-12, and shall be tested in accordance with the requirements of said standard.

3. Bolts, nuts, washers and rods shall be low alloy steel per ANSI/AWWA

C111/A21.11. 4. Gasket seals shall conform to ASTM D2000 and be EPDM. 5. Coupling sleeve internal surfaces (wetted parts) shall be lined with a

minimum of 15 mils of fusion bonded epoxy conforming to ANSI/AWWA C213. Exterior surfaces of sleeve and end rings shall be coated with a minimum of 6 mils of fusion bonded epoxy conforming to ANSI/AWWA C116/A21.16.

6. Coatings and gaskets shall be ANSI/NSF-61 standards.

2.06 LOCATOR WIRE AND IDENTIFICATIONS TAPE

A. Locator Wire

1. All PVC pipe shall be installed with two (2) insulated tracer wires. This wire shall to be continuous and brought up in the valve boxes and test stations as shown on the details. Locator wire may be any of the following:

a. Open cut applications, #12 AWG Solid (.0641” diameter), steel core

soft drawn high strength tracer wire, 282 lb. tensile break load, 30 mil high molecular weight, high-density polyethylene jacket complying with ASTM-D-1248, 30 volt rating, as manufactured by Copperhead Industries 1230-HS, or approved equal.

b. For HDD applications, #12 AWG solid (.0808” diameter), steel core

hard drawn extra high strength horizontal directional drill tracer wire, 1150# average tensile break load, 45 mil high molecular weight-high density yellow polyethylene jacket complying with ASTM-D-1248, 30 volt rating as manufactured by Copperhead Industries 1245-EHS, or approved equal.

2. Direct bury water proof wire connectors shall meet or exceed UL Standards

486D and be compatible with THHN or THWN insulation thickness (3M- DBR-6 direct bury splice kit; King Innovation; or equal). A silicone insulating gel sealant shall be used.

3. Jacket color shall match the force main use as described in the detail

drawings. 4. Wires shall be attached between the 12 o’clock position using minimum

two-inch wide duct tape at every joint and at five-foot intervals. 5. Locating wires shall terminate twelve or more inches above the concrete

valve pad and shall be folded back inside the valve box.

209

Page 213: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

6. A continuity test shall be performed by the Contractor in the presence of the Engineer and / or Owner.

B. Identification Tape (open cut installations only)

1. Metal Identification Tape: Metal detectable underground tape with solid

aluminum foil core, permanent printing under a protective layer and containing a laminated polyethylene reinforcement layer (Empire Level Mfg. Corp.; Merco Tape Company – M225; Presco; or equal). Tape shall have a minimum thickness of 5 mils and a minimum width of 2 inches. The warning label shall be printed in black ink letters over a green background. Tape shall be installed 12” to 18” above the pipe centerline in the trench.

2. Marking Tape: Non-detectable adhesive backed identification tape, latex

adhesive, minimum width two (2) inches (NADCO; or equal). Background color of marking tape shall match the force main use as described in the detail drawings.

PART 3 EXECUTION 3.01 GENERAL

C. Care shall be taken in loading, transporting, and unloading to prevent injury to the pipe or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying, and no piece shall be installed which is found to be defective. Any damage to the pipe coatings shall be repaired as directed by the Engineer.

B. All pipe and fittings shall be subjected to a careful inspection just prior to being laid

or installed. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional expense to the Owner. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when installed or laid, shall conform to the lines and grades required.

C. All buried piping shall be installed to the lines and grades as shown on the

Drawings. All underground piping shall slope uniformly between joints where elevations are shown.

D. Contractor shall exercise extreme care when constructing piping to shore up and

protect from damage all existing underground water lines and power lines, and all existing structures.

E. Wastewater service lines may be installed by open cut or horizontal directional drill

(HDD) as shown on plans or as directed by Engineer. 3.02 PIPE

A. PVC pipe and fittings shall be installed in accordance with requirements of AWWA Standard Specification C600 except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by tamping selected

210

Page 214: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

material at the sides of the pipe up to the springline. BLOCKING WILL NOT BE PERMITTED.

B. All pipe shall be sound and clean before laying. When laying is not in progress,

including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, in crossing utilities which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer.

C. When cutting pipe is required, the cutting shall be done by machine, leaving a

smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be used with a push-on bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged.

D. Push-on joints shall be made in strict accordance with the manufacturer's

instructions. Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe is to be aligned with the bell of the pipe to which it is to be joined, and pushed home with a back or by other means.

E. Mechanical joints at valves, fittings, and where designated on the Drawings and/or

as specified, shall be in accordance with the "Notes on Method of Installation" under ANSI Specification A21.11 and the instructions of the manufacturer. To assemble the joints in the field, thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no condition shall extension wrenches or pipe over handle or ordinary ratchet wrench be used to secure greater leverage. Torque values shall be at minimum the following or the latest minimum torque requirements by the manufacturer. Contractor shall be responsible for confirm the proper torque values. 1. EBAA 2000 PV Megalugs (on Ductile Iron Fittings 4”-24”):

a. T-bolts/Nuts: 75-90 ft-lbs b. Twist-off Nuts: As required to twist off. If re-assembly is required

after Twist-off Nuts have been removed, tighten to 60-80 ft-lbs.

2. EBAA 1500 Restraint Harness (PVC Pipe Joint Restraint Harness up to 6”)

a. Side Bolts/Nuts: 60 ft-lbs b. Thrust Rod/Bolts/Nuts: Allow enough room on the thrust bolts to

fully engage the nuts. Do not tighten these bolts enough to force the spigot further into the bell of the joint.

3. EBAA 3800 Coupling (Restrained Coupling/Sleeve 4”-24”)

a. Threaded Rod/Nuts: 75-90 ft-lbs b. Twist-off Nuts: As required to twist off. If re-assembly is required after

Twist-off Nuts have been removed, tighten to 60-80 ft-lbs.

211

Page 215: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

F. All valves, hydrants, fittings and other appurtenances needed on the pipe lines shall be set and jointed as indicated on the Drawings or as required by the manufacturer.

G. Deflected bell pipe if shown on the Drawings is shown only as an assistance in

illustrating a preferred means of installation in specific locations, and is not intended to indicate all deflected bell pipe necessary to effect the installation as shown in plan and profile views. The cost of all such deflections shall be included within the bid price for furnishing and installing the pipe.

H. PVC piping shall be installed in strict accordance with the manufacturer's

instructions. The pipe shall be backfilled with selected fine excavated material as shown on the Drawings and thoroughly compacted to one foot above the top of the pipe and thereafter backfilled as specified in Section 02221.

3.03 PRESSURE AND LEAKAGE TESTS OF UNDERGROUND PUSH-ON JOINT

PVC PRESSURE PIPING

A. Field tests shall be made to confirm compliance with the contract and to establish compliance with the technical provision. The test shall be performed by the Contractor as herein specified. All piping, and equipment shall be tested in the field in the presence of the Engineer or his authorized assistant, in the manner prescribed in the Sections of these Specifications pertaining to such installation.

B. Prior to pressure testing, all mains shall be flushed and pigged to remove all sand

and other foreign matter. The velocity of the flushing water shall not be less than 2.5 feet per second. Flushing shall be terminated at the direction of the Engineer. The Contractor shall dispose of the flushing water without causing a nuisance or property damage.

C. Pressure and Leakage Test of Underground Piping

1. Hydrostatic pressure and leakage tests shall conform with Section 4 of AWWA C600 Specification with the exception that the Contractor shall furnish all gauges, meters, pressure pumps and other equipment needed to test the line.

2. The pressure required for the field hydrostatic pressure and leakage test

shall be 150 psi. The Contractor shall provide temporary plugs and blocking necessary to maintain the required test pressure. Corporation cocks at least 2 inches in diameter, pipe riser and angle globe valves shall be provided at each pipe dead-end in order to bleed air from the line. The cost of these items shall be included as part of testing.

3. The duration of each such test will be at least two (2) hours. 4. All leaks evident at the surface shall be repaired and leakage eliminated

regardless of total leakage as shown by test. Lines which fail to meet tests shall be repaired and retested as necessary until test requirements are complied with. Defective materials, pipes, valves, and accessories shall be removed and replaced. The pipe lines shall be tested in such sections as may be directed by the Engineer by shutting valves or installing

212

Page 216: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

temporary plugs as required. The line shall be filled with water and all air removed and the test pressure shall be maintained in the pipe for the entire test period by means of a force pump to be furnished by the Contractor. Accurate means shall be provided for measuring the water required to maintain this pressure. The amount of water required is a measure of the leakage.

5. During the duration of the test, the line pressure shall not be permitted to

drop more than 5 psi below the test pressure. Once the pressure drops 5 psi below the test pressure, the line shall be refilled until the test pressure is restored.

6. The amount of leakage which will be permitted shall be in accordance with

AWWA, C600 Standards for all pressure. No pipe installation shall be accepted if the leakage is greater than that determined by the following formula:

L = SD(P)1/2 148,000

In which L is the allowable leakage in gallons per hour; S is the length of

pipe tested, in feet; D is the nominal diameter of the pipe, in inches; and P is the average test pressure during the leakage test, in pounds per square inch gauge. The duration of the leakage test shall be two (2) hours for pressurized pipes. The equation is based on 18’ pipe lengths and shall be adjusted accordingly for other lengths.

7. The Contractor must submit his plan for testing to the Engineer for review

at least ten (10) days before starting the test. The Contractor shall remove and adequately dispose of all blocking material and equipment after completion and acceptance of the field hydrostatic test, unless otherwise directed by the Engineer. Any damage to the pipe coating shall be repaired by the Contractor. Lines shall be totally free and clean prior to final acceptance.

3.04 DISINFECTION OF WASTEWATER LINES

A. Prior to disinfection, the lines shall be pigged, flushed and pressure tested. Lines shall be disinfected in accordance with the applicable requirements of AWWA C651 and as described Section 02650. At no time are valves on the distribution system to be operated without the presence of a duly qualified representative of the Owner.

3.05 ABANDONMENT OF EXISTING FORCE MAINS WITH GROUT

A. Excavate, uncover, and cut open the existing main that is to be filled with grout at both ends, and at intermediate locations (e.g. high points) as necessary to allow for the pumping of the grout into the pipeline or to allow air to be expelled from the pipeline during grouting operations. The Contractor shall be responsible for furnishing equipment of sufficient power to pump the grout into the pipe. If required due the Contractor’s equipment, shall cut a hole in the existing force main at more frequent intervals to allow for the grout to be pumped into the existing force main.

213

Page 217: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Plant produced concrete grout shall be delivered using concrete construction

equipment. Place grout into pipeline to be filled by pumping or other methods approved by the engineer. Provide all necessary piping, hose, valves and connections to convey grout from delivery truck to connection point of pipeline to be filled.

C. Completely fill existing main throughout its entire length with grout by pumping

grout into the lower end of the pipe to be filled while water/air is expelled from the upper end of the pipe. Control rate at which grout is pumped into the pipe in order to have the full pipe cross-section fill with grout and not have the water/air over-run the top of the grout surface.

D. Protect grout from freezing for a period of 36 hours after placement. E. Provide necessary closures of pipe openings to keep grout from exiting the main

before it has hardened. F. After operations to fill existing main are completed, backfill and compact all

excavations and restore the work area to a condition equal to or better than the condition that existing prior to starting the work.

3.06 REMOVAL OF EXISTING MAIN

A. Excavate or otherwise expose force main designated on the drawings to be removed.

B. Cleanly separate the force main piping designed for removal from the piping that

will remain by cutting or disassembling at joint. Provide and place a secure cap on piping to remain.

C. Remove force main piping and accessories in suitably sized segments. Removed

piping not designated by the Engineer to become salvage, shall become the property of the Contractor and shall be promptly removed from the project to a lawful place of disposal.

D. Removal of force main piping from pier supports shall include the work of removing

and disposing of attachments to the support piers and cutting off anchor bolts flush with the surface of the support pier as directed by and to the satisfaction of the Engineer. Removal of the support pier is not part of the work to remove existing force main piping.

E. After force main piping removal is completed, backfill and compact all excavations

and shall restore the work area to a condition equal to or better than the condition that existing prior to starting the work.

END OF SECTION

214

Page 218: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02640 VALVES AND APPURTENANCES PART 1 GENERAL 1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials, equipment and incidentals required and install complete and ready for operation all valves and appurtenances as shown on the Drawings and as specified herein.

B. All valves and appurtenances shall be of the size shown on the Drawings and, to

the extent possible, all equipment of the same type on the Project shall be from one manufacturer.

C. All valves and appurtenances shall have the name of the manufacturer and the

working pressure for which they are designed cast in raised letters upon some appropriate part of the body.

D. All valves shall have a factory applied, fusion bonded epoxy coating on interior and

exterior unless noted otherwise in the plans or this specification.

E. All valves are to be holiday free and have current testing certification papers stating the valve passed holiday free testing.

F. The equipment shall include, but not be limited to, the following:

1. Gate valves 2. Ball Valves 3. Valve Actuators 4. Air Release Valves 5. Valves Boxes 6. Corporation Stop 7. Flange Adapter Couplings 8. Flexible Couplings 9. Hose Bibs 10. Check Valves 11. Tapping Sleeves and Tapping Valves 12. Electromagnetic Flow Meter

1.02 DESCRIPTION OF SYSTEMS

All of the equipment and materials specified herein are intended to be standard for use in controlling the flow of potable water, reclaim water, wastewater, etc., depending on the applications.

1.03 QUALIFICATIONS

All of the types of valves and appurtenances shall be products of well established reputable firms who are fully experienced and qualified in the manufacture of the particular equipment to be furnished. The equipment shall be designed, constructed and installed in accordance with the best practices and methods and

215

Page 219: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

shall comply with these Specifications as applicable. Valves shall be as covered under mechanical devices in Section 8 of ANSI/NSF Standard 61.

1.04 SUBMITTALS

A. Submit to the City within 30 days after execution of the contract a list of materials to be furnished, the names of the suppliers and the date of delivery of materials to the site.

B. Complete shop drawings of all valves and appurtenances shall be submitted to the

City for approval in accordance with the Specifications. 1.05 TOOLS

Special tools, if required for normal operation and maintenance shall be supplied with the equipment.

PART 2 PRODUCTS 2.01 GATE VALVES

A. All buried valves shall have cast or ductile iron three (3) piece valve bodies.

B. Where indicated on the drawings or necessary due to locations, size, or inaccessibility, chain wheel operators shall be furnished with the valves. Such operators shall be designed with adequate strength for the valves with which they are supplied and provide for easy operation of the valve. Chains for valve operators shall be galvanized.

C. Where required, gate valves shall be provided with a box cast in a concrete slab

and a box cover. Length of box shall include slab thickness. Box cover opening shall be for valve stem and nut. Valve wrenches and extension stems shall be provided by the manufacturer to actuate the valves. The floor box and cover shall be manufactured by Rodney Hunt Machine Company, Orange, Massachusetts, Clow, DeZurik or approved equal.

D. Gate valves with 3"-20" diameters shall be resilient seated, manufactured to meet

or exceed the requirements of AWWA C509 or C515 and UL/FM of latest revision and in accordance with the following specifications. Valves shall have an unobstructed waterway equal to or greater than the full nominal diameter of the valve.

E. Wrench nut shall be provided for operating the valve.

F. Gate valves meeting AWWA C509 requirements shall be rated for an operating

pressure of 200 psi and shall be tested in accordance with AWWA C509. Valves meeting AWWA C515 requirements shall be rated for an operating pressure of 250 psi and shall be tested in accordance with AWWA C515.

G. All bonnet bolts, nuts and studs shall be stainless steel.

216

Page 220: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.02 BALL VALVES FOR PVC PIPE

A. Ball valves for water and reclaimed water, in sizes 3/4-inch through 2-inch, shallbe brass body, stem and ball per ASTM B 62, alloy 85-5-5-5, full port, full flow,1/4-turn check, ball curb valves, rated for 300 psi, Mueller 300 (as specified in thetable below), Ford B-Series, or approved equal, with compression, pack joint,flare, threaded or flanged ends as required. Ball valves for wastewater, 2-inchthrough 3-inch, shall be 316 stainless steel body, cap, stem and ball per ASTMA351, full port, full flow, 1/4-turn check, ball valves, steam rated for 150 psi,pressure rating 1,000 psi CWT, Apollo 76F or approved equal, with threaded orflanged ends as required.

Curb Stops for Water and Reclaimed Water

Pipe Material Type of Connection Model HDPE Compression x FIP B-25170 *HDPE Pack Joint x FIP P-25170 *Copper Compression x FIP B-25170Copper Flare x FIP B-25166Stainless Steel FIP x FIP Thread B-20200* Insert required, part number per manufacturer product information

B. All valves shall be mounted in such a position that valve position indicators areplainly visible. Above grade ball valves shall have a vinyl coated lever handle.Lever handle, handle nut, and lever packing gland shall be 304 or 316 stainlesssteel.

C. Potable plastic service pipe material and compression and pack joint connectorsshall not be used in soil that is contaminated with low molecular-weightpetroleum products, aromatic hydrocarbons, chlorinated hydrocarbons or organicsolvents. Appropriate service tubing shall apply.

2.03 VALVE ACTUATORS

A. General

1. All valve actuators shall conform to Section 3.8 of the AWWA StandardSpecification and shall be either manual or motor operated.

2. Actuators shall be capable of seating and unseating the disc against thefull design pressure and velocity, as specified for each class, into a drysystem downstream, and shall transmit a minimum torque to the valve.Actuators shall be rigidly attached to the valve body.

3. Butterfly valve actuators shall conform to the requirements of Section 3.8of the AWWA Standard specifications for Rubber Seated Butterfly Valves,Designated C504, insofar as applicable and as herein specified.

B. Manual Actuators

1. Manual actuators shall have permanently lubricated, totally enclosedgearing with handwheel and gear ratio sized on the basis of actual linepressure and velocities. Actuators shall be equipped with handwheel,

217

Page 221: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

position indicator, and mechanical stop-limiting locking devices to prevent over travel of the disc in the open and closed positions. They shall turn counter-clockwise to open valves. Manual actuators shall be of the traveling nut, self-locking type and shall be designed to hold the valve in any intermediate position between fully open and fully closed without creeping or fluttering. Actuators shall be fully enclosed and designed to produce the specified torque with a maximum pull of 80 pounds on the handwheel or chainwheel. Actuator components shall withstand an input of 450 foot pounds for 30" and smaller and 300 foot pounds for larger than 30" size valves at extreme actuator positions without damage. Valves located above grade shall have handwheel and position indicator, and valves located below grade shall be equipped with a two inch (2") square AWWA operating nut located at ground level and cast iron extension type valve box. Valve actuators shall conform to AWWA C504, latest revision.

2.04 AIR RELEASE VALVES

The air release valves for use with the force main shall be manual and installed as shown on the Drawings. The valves shall include a stainless steel tapping saddle, polytubing, corporation stop, curb stop and traffic bearing meter box.

2.05 VALVE BOXES

A. Buried valves shall have adjustable cast iron or HDPE valve boxes. Lids shall be cast iron drop type, and shall have “WATER”, “SEWER”, or “RECLAIM”, as applicable, cast into the top. Lids will be painted “safety” blue for potable, purple for reclaimed, and green for sanitary sewer.

B. Cast iron boxes shall be two-piece, or three-piece, as required, screw type, Tyler

Pipe, 6850 Series, Box 461-S through 668-S, with extensions, as required to make the desired box length, or an approved equal. Bottom barrel shall be 5-1/4 inches inside diameter, with a flanged bottom with sufficient bearing area to prevent settling.

C. HDPE boxes shall be two-piece, adjustable, 1/4-inch thick minimum heavy wall,

high-density polyethylene, with cast iron top and galvanized steel adjustable stem, Trench Adapter, as manufactured by American Flow Control, or an approved equal. Bottom barrel shall have flanged bottom to prevent settling. All bolts, screws and pins shall be stainless steel.

D. Reclaimed Valve Boxes shall be square 9-inch x 9-inch load bearing marked

“Reclaimed Water” and painted Pantone 522C purple. E. All valves shall either have operating nuts within 4 feet below the top of the lid or

shall have extension stems with centering guides to provide an extended operating nut within 4 feet below the lid. Extension stems shall be fixed to the valve operating nut with a stainless steel fastener.

F. All potable water, sewer, and reclaimed water grade-adjustment risers shall be

cast iron material just like the valve box.

218

Page 222: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

G. A centering device AFC part no. B 59434 or equal shall be installed in the valve box.

H. Stand pipe shall match color code of the system being installed, (blue for potable,

Pantone purple 522 C for reclaimed, and green for sanitary sewer).

2.06 CORPORATION STOPS

A. Corporation stops for connections to ductile iron and PVC water and reclaimed water mains shall be all red brass, alloy 85-5-5-5, per ASTM B 62, and shall conform to AWWA C800. 1-inch through 2-inch corporation stops shall be ball type, 300 psi working pressure rated, with AWWA MIP threaded inlets and compression, pack joint, flare, or FIP threaded joint outlets, Mueller as shown in the table below, or an approved equal. All joints made to CTS size HDPE tubing shall use stainless steel insert stiffeners.

Corporation Stops

Pipe Material Type of Connection Mueller 300 Model HDPE Compression x AWWA IP Thread B-25028 (Saddle) * HDPE Compression x AWWA Taper Thread B-25008 (Direct Tap) * HDPE Pack Joint x AWWA IP Thread P-25028 (Saddle) * HDPE Pack Joint x AWWA Taper Thread P-25008 (Direct Tap) * Copper Compression x AWWA IP Thread B-25028 (Saddle) Copper Pack Joint x AWWA Taper Thread B-25008 (Direct Tap) Copper Pack Joint x AWWA IP Thread P-25028 (Saddle) Copper Pack Joint x AWWA Taper Thread P-25008 (Direct Tap) Copper Flare x AWWA IP Thread B-25028 (Saddle) Copper Flare x AWWA Taper Thread B-25008 (Direct Tap) Stainless Steel FIP Thread x AWWA IP Thread B-20046 (Saddle) Stainless Steel FIP Thread x AWWA Taper Thread B-20045 (Direct Tap) * Insert required, part number per manufacturer product information

B. Potable plastic service pipe material and compression and pack joint connectors

shall not be used in soil that is contaminated with low molecular-weight petroleum products, aromatic hydrocarbons, chlorinated hydrocarbons or organic solvents. Appropriate service tubing shall apply.

C. Water and reclaimed water service connections to PVC and DIP mains shall be

made using red brass saddles, alloy 85-5-5-5, per ASTM B 62. Straps, washers and nuts shall be brass or stainless steel. No ductile iron, cast iron or steel saddles will be allowed. Saddles shall be Smith Blair 325 Bronze saddles with Stainless Steel or brass extra wide strap or equivalent.

D. Connections to PVC sanitary force mains for services up to 2 inches shall be made

using Romac Style 306 double bolt stainless steel service saddles or equivalent. E. Service and air release valve (ARV) connections to HDPE water, reclaimed water

and sewer mains may be made using Romac Style 306H saddle or approved equal. All saddles shall be properly sized per the manufacturer product information and be installed according to the manufacturer’s written instructions. Connections to HDPE mains shall not be made using narrower saddles similar to the Smith-Blair 325.

219

Page 223: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.07 FLANGE ADAPTER COUPLINGS

Plain end couplings and adapters shall be fusion-bonded epoxy coated carbon steel with Ethylene Propylene Diene Monomer (EPDM) rubber gaskets and stainless steel nuts, bolts and spacers. Acrylonitrile butadiene (NBR) gaskets shall be used for potable water mains that are located in soil that is contaminated with low molecular-weight petroleum products or non-chlorinated organic solvents or non-aromatic organic solvents. Fluorocarbon (FKM) gaskets shall be used for potable water mains that are located in soil that is contaminated with aromatic hydrocarbons or chlorinated hydrocarbons. Fluorocarbon (FKM) gaskets shall be used for potable water mains if the soil is contaminated with aromatic hydrocarbons or chlorinated hydrocarbons, and is also contaminated with low molecular-weight petroleum products or organic solvents. Couplings shall be Dresser Style 38, or another approved equal. Flange adapters shall have a plain end compression seal similar to the style 38, with an ANSI 125 Class flange on the opposite end, and shall be Dresser Style 128W or an approved equal. Stainless steel backup rings shall be used for force mains that are located in corrosive environments including wet wells and valve vaults.

2.08 FLEXIBLE COUPLINGS

Flexible couplings shall be either the split type or the sleeve type as shown on the Drawings.

A. Split type coupling shall be used with all interior piping and with exterior pipings

noted on the Drawings. The couplings shall be mechanical type for radius groove piping. The couplings shall mechanically engage and lock grooved pipe ends in a positive couple and allow for angular deflection and contracting and expansion.

B. Couplings shall consist of malleable iron, ASTM Specification A47, Grade 32510

housing clamps in two or more parts, a single chlorinated butyl composition sealing gasket with a "C" shaped cross-section and internal sealing lips projecting diagonally inward, and two or more oval track head type bolts with hexagonal heavy nuts conforming to ASTM Specification A 183 and A194 to assemble the housing clamps. Bolts and nuts shall be hot dipped galvanized after fabrication.

C. Victualic type couplings and fittings may be used in lieu of flanged joints. Pipes

shall be radius grooved as specified for use with the Victaulic couplings. Flanged adapter connections at fittings, valves, and equipment shall be Victaulic Vic Flange Style 741, equal by Gustin-Bacon Group, Division of Certain-Teed Products, Kansas City, Kansas, or approved equal.

D. Sleeve type couplings shall be used with all buried piping. The couplings shall be

of steel and shall be Dresser Style 38 or 40, as shown on the Drawings, or equal. The coupling shall be provided with stainless steel bolts and nuts unless indicated otherwise.

E. All couplings shall be furnished with the pipe stop removed. F. Couplings shall be provided with gaskets of a composition suitable for exposure to

the liquid within the pipe.

220

Page 224: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.09 HOSE BIBS

Hose bibs shall be 3/4" or 1" brass, polished chromium plated brass, with vacuum breaker as noted on the drawings.

2.10 CHECK VALVES

A. Check valves shall be swing type, weighted lever, conforming to AWWA C508. Valves shall be iron-body, bronze-mounted, single disk, 175 psi working pressure for 2- through 12-inch, 150 psi for 14- through 30-inch, with ANSI B16.1 Class 125 flanged ends, by Mueller; No. A-2600-6-01 (sewer), No. A-2602-6-01 (water), or AVK Series 41, or an approved equal.

B. When there is no flow through the line, the disc shall hang lightly against its seat

in practically a vertical position. When open, the disc shall swing clear of the waterway.

C. Check valves shall have bronze seat and body rings, extended bronze hinge pins

and stainless steel nuts on the bolts of bolted covers

D. Valves shall be so constructed that disc and body seat may easily be removed and replaced without removing the valve from the line. Valves shall be fitted with an extended hinge arm with outside lever and weight.

2.11 TAPPING SLEEVES AND VALVES

A. Tapping valves shall meet the requirements of AWWA C509/C515 with ductile iron body and shall be rated for a pressure of 250 psi. The valves shall be flanged with alignment ring by mechanical joint with a nonrising stainless steel stem. All bolts, nuts and washers shall be stainless steel. Manufacturer shall use Never-Seez or equivalent during assembly of bolt and nut sets to prevent galling of similar metals. Stem seals shall be provided and shall be of the O-ring type, two above and one below the valve’s thrust collar. Valve shall be designed for vertical burial and shall open counterclockwise. Operating nut shall be AWWA standard 2-inch square for valves 2 inches and up. Valves shall have an unobstructed waterway equal to or greater than the full nominal diameter of the valve to accommodate full size shell cutter. Gaskets shall cover the entire area of the flange surface and be 1/8-inch minimal thickness of red rubber. The wedge shall be ductile iron fully encapsulated with EPDM rubber. All bolts, nuts and washers between the sleeve and valve shall be stainless steel.

B. Tapping sleeves and saddles shall seal to the pipe by the use of a confined "O" ring gasket, and shall be able to withstand a pressure test of 150 psi for water lines or 150 psi for sewer force mains for one hour with no leakage in accordance with AWWA C110. A stainless steel 3/4-inch NPT test plug shall be provided for pressure testing. All bolts joining the two halves shall be stainless steel and shall be included with the sleeve or saddle. Sleeves and saddles shall be fusion applied epoxy coated, or be made of 18-8 Type 304 stainless steel. Saddle straps shall be 18-8 Type 304 stainless steel.

221

Page 225: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.12 ELECTROMAGNETIC FLOW METER

A. The electromagnetic flow meter shall operate on electromagnetic induction principle and give an output signal directly proportional to the liquid rate of flow. The flow meter shall indicate, totalize, and transmit flow in full pipes. It shall provide an instantaneous flow rate indication, and a totalization of flow volume.

B. Meter shall include a wall mounted NEMA 4X indicator and totalizer with 3 line x

16 LCD display to indicate flow in GPM and totalize in 1000 gallons.

C. The meter shall have a stainless steel metering tube and a nonconductive liner suitable for raw wastewater. End connections shall be carbon steel flanged ANSI Class 150 for meter sizes up to 24-inch. The housing shall be epoxy coated steel, welded at all joints. Bolted coil enclosures shall not be acceptable. The field coils of the meter shall be supplied with a precisely adjusted bi-polar direct current.

D. There shall be no electronic components on the primary flow head. An integral or

remote converter shall supply coil drive power. Output signal from the primary shall be fed through ‘DS’ or ‘BTS’ proprietary cable supplied with the meter to the signal converter.

E. The flow meter shall have a housing rated for complete submergence IP68. F. Electrodes shall be either 316 SS or Hastelloy C field replaceable with access

ports. G. Liner material shall be polyurethane, as specified for the particular service

conditions. H. When installed in lined or non-metallic piping, the meter shall be provided with

316L stainless steel grounding rings. I. Meter calibration shall be performed by a direct volumetric comparison method

with a minimum of 3 points tested. A calibration certificate shall accompany each meter. The calibration facility shall be certified to 0.02% accuracy. The calibration facility must be traceable to National standards.

J. The flow meter shall be Optiflux 2000 series with IFC 100 signal converter, as

manufactured by Krohne, or approved equal. PART 3 EXECUTION 3.01 INSTALLATION

A. All valves and appurtenances shall be installed in the location shown, true to alignment and rigidly supported. Any damage occurring to the above items before they are installed shall be repaired to the satisfaction of the City.

B. After installation, all valves and appurtenances shall be tested at least two hours

at the working pressure corresponding to the class of pipe, unless a different test pressure is specified. If any joint proves to be defective, it shall be repaired to the satisfaction of the City.

222

Page 226: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Install all floor boxes, brackets, extension rods, guides, the various types of

operators and appurtenances as shown on the Drawings that are in masonry floors or walls, and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting these items, the Contractor shall check all plans and figures which have a direct bearing on their location and he shall be responsible for the proper location of these valves and appurtenances during the construction of the structures.

D. Pipe for use with flexible couplings shall have plain ends as specified in the

respective pipe sections.

E. Flanged joints and mechanical joints shall be made with high strength, low alloy Corten or 316 stainless steel bolts, nuts and washers.

F. Prior to assembly of split couplings, the grooves as well as other parts shall be

thoroughly cleaned. The ends of the pipes and outside of the gaskets shall be moderately coated with petroleum jelly, cup grease, soft soap or graphite paste, and the gasket shall be slipped over one pipe end. After the other pipe has been brought to the correct position, the gasket shall be centered properly over the pipe ends with the lips against the pipes. The housing sections then shall be placed. After the bolts have been inserted, the nuts shall be tightened until the housing sections are firmly in contact, metal-to-metal, without excessive bolt tension.

G. Prior to the installation of sleeve-type couplings, the pipe ends shall be cleaned

thoroughly for a distance of 8". Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6" from the end.

H. Valve boxes with concrete bases shall be installed as shown on the Drawings.

Mechanical joints shall be made in the standard manner. Valve stems shall be vertical in all cases. Place cast iron box over each stem with base bearing on compacted fill and the top flush with final grade. Boxes shall have sufficient bracing to maintain alignment during backfilling. Knobs on cover shall be parallel to pipe. Remove any sand or undesirable fill from valve box.

3.02 SHOP PAINTING

Ferrous surfaces of valves and appurtenances shall receive a coating of rust-inhibitive primer. All pipe connection openings shall be capped to prevent the entry of foreign matter prior to installation.

3.03 FIELD PAINTING

All metal valves and appurtenances specified herein and exposed to view shall be painted. All above ground potable water main valves shall be painted safety blue.

223

Page 227: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.04 INSPECTION AND TESTING

Completed pipe shall be subjected to hydrostatic pressure test for two hours at 150 psi. All leaks shall be repaired and lines retested as approved by the City. Prior to testing, the pipelines shall be supported in an approved manner to prevent movement during tests.

END OF SECTION

224

Page 228: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 02720 SANITARY SEWER BYPASS PUMPING PART 1 GENERAL 1.01 SCOPE

The Contractor shall furnish all labor, materials, equipment and incidentals required to maintain existing and anticipated flows within the affected portion of the collection system throughout the construction period.

1.02 PUBLIC IMPACTS

The contractor shall not create a public nuisance due to excessive noise or dust, nor impact the public with flooding of adjacent lands, discharge of raw sewage, or release of other potential hazards, nor shall he encroach on or limit access to adjacent lands. No extra charge may be made for increased costs to the contractor due to any of the above.

1.03 SUBMITTALS

A. The Contractor shall, within 30 days of the date of the Notice to Proceed, submit to the Project Manager a detailed Pumping Plan for each site by-pass pumping will be needed. The Pumping Plan shall address all measures and systems to prevent a sanitary sewer overflow (SSO) as defined by the EPA. The Plan shall include as a minimum:

1. Working drawings and sketches showing work location, pump location,

piping layout & routing. Show all proposed encroachment and access impacts on adjacent properties or facilities.

2. Pump, control, alarm and pipe specifications or catalog cuts. Detailed sketch of controls and alarm system.

3. Power requirements and details on methods to provide by-pass power or fueling.

4. Calculation and determination of response times to prevent an SSO after a high water alarm. If anticipated peak flows are 750 G.P.M. or greater, an operator is required on site at all times pump is in service. If the anticipated peak flows are less than 750 G.P.M. an operator may not be required to be on site at all times; show operator on-site schedule.

5. Procedures to be taken in case of power, pump, or piping failures; including contact names and numbers for emergency notifications.

6. Frequency and specific responsibility for monitoring pump operation, fuel levels, pump maintenance and entire length of piping.

PART 2 PRODUCTS

2.01 EQUIPMENT

A. Pumps:

1. By-pass pumping system shall consist of at least a primary pump and a backup pump. Each pump shall have a minimum pumping capacity of

225

Page 229: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

150% of the anticipated peak flows. When bypassing a pump station, 150% of the lift station capacity (G.P.M. & T.D.H) shall be provided.

2. Pumps shall be low noise or sound attenuated. The noise level at anyoperating condition, in any direction, shall not exceed 70dBA at a distanceof twenty three (23) feet (7 meters) from the pump and/or power source.

B. Controls:

The by-pass pump system shall be equipped with automatic controls and an alarmsystem. The automatic controls will automatically start the backup pump in theevent of a high water condition or failure of the primary pump. The alarm systemwill immediately notify the Contractor of a pump failure or high water condition.

C. Pipe:

Pipe shall be of adequate size and capacity to match the pumps. Pipe type andmaterials will depend on the particulars of the site conditions, and shall be detailedin the Pumping Plan. Contractor will provide all connections.

PART 3 EXECUTION

3.01 SITE CONDITIONS

Site conditions will vary by site. Contractor is responsible to determine andaddress requirements such as traffic control, excavation, connections & fittings,impacts on access to adjacent properties, routing and support of by-pass piping,etc., in the Pumping Plan.

3.02 ON-SITE MONITORING

A. All by-pass operations where the anticipated flow rates are 750 G.P.M or greatershall require an employee on-site at all times (full-time on-site monitoring attendedby personnel experienced with the pumps and controls, with demonstrated abilityto monitor, turn on & off, and switch between pumps while the by-pass pumpsystem is in service.

B. By-pass operations where the anticipated flow rates are less than 750 G.P.M maynot require an employee on-site at all times while the by-pass pump system is inoperation. The Contractor shall have personnel experienced with the pumps andcontrols on site within the calculated response time to prevent an SSO after a highwater alarm.

C. During by-pass operations, the Contractor shall have posted on site with thepermit, a copy of the approved Plan and the name and 24 hour contact number ofthe primary response person, the job site superintendent, and the constructioncompany owner.

3.03 OPERATIONS

A. The Contractor is responsible for securing and providing power, fuel, site security,traffic control and all other supplies, materials and permits required for the by-passpumping.

226

Page 230: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Contractor shall demonstrate automatic pump switching and alarm system to the

satisfaction of: the City inspector, Project Manager, or Lift Stations Superintendent prior to beginning by-pass pumping. Satisfactory demonstration shall be documented by the inspector’s, PM’s or Lift Station Superintendent’s dated signature on the posted copy of the approved Pumping Plan.

3.04 DAMAGE RESTORATION & REMEDIATION

A. The Contractor shall be responsible for any pre-pump notifications, all restoration

of pre-pump conditions and any damage caused by by-pass operations. B. Should there be an SSO caused by or as a direct result of the by-pass pumping,

the contractor is responsible for all immediate & long term response, notifications, clean up, mitigation, etc. Copies of all written response plans, notifications, documentation, mitigation plans, etc., shall be submitted to the City Project Manager.

END OF SECTION

227

Page 231: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

DIVISION 3 CONCRETE

SECTION 03100 CONCRETE FORMWORK PART 1 GENERAL 1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required to design, install and remove formwork for cast-in-place concrete complete as shown on the Drawings and specified herein.

B. Secure to forms as required or set for embedment as required, all miscellaneous metal items, sleeves, reglets, anchor bolts, inserts and other items furnished under other Sections and required to be cast into concrete, or approved in advance by the Engineer

1.02 RELATED WORK

A. Section 03200: Concrete Reinforcement

B. Section 03250: Concrete Joints and Joint Accessories C. Section 03300: Cast-in-Place Concrete D. Section 03600: Grout

1.03 SUBMITTALS

A. Submit to the Engineer, in accordance with Section 01300, shop drawings, and product data showing materials of construction and details of installation for:

1. Form release agent

2. Form ties

3. Tapered Ties: Proposed method and products for sealing form tie hole.

B. Samples

1. Demonstrate to the Engineer on a designated area of the concrete substructure exterior surface that the form release agent will not adversely affect concrete surfaces to be painted, coated or otherwise finished and will not affect the forming materials.

C. Certificates

1. Statement of qualification for the formwork designer retained by Contractor. Formwork designer shall be a professional engineer registered in the same state as the project site. Designer shall have at a minimum five years of experience designing the required formwork and falsework systems.

228

Page 232: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. Certify that form release agent is suitable for use in contact with potablewater after 30 days (non-toxic and free of taste and odor).

1.04 REFERENCE STANDARDS

A. American Concrete Institute (ACI)

1. ACI 301 – Standard Specification for Structural Concrete

2. ACI 318 – Building Code Requirements for Reinforced Concrete

3. ACI 347 – Formwork for Concrete

B. American Plywood Association

1. Material grades and designations as specified

C. Where reference is made to one of the above standards, the revision in effect atthe time of bid opening shall apply.

1.05 SYSTEM DESCRIPTION

A. Formwork shall be designed and erected in accordance with the requirements of ACI301 and ACI 318 and as recommended in ACI 347 and shall comply with all applicableregulations and codes. The design shall consider any special requirements due to theuse of plasticized and/or retarded set concrete. Design forms and ties to withstandconcrete pressures without budging, spreading, or lifting forms.

B. Architectural Concrete is wall, slab, beam or column concrete which will have surfacesexposed to view in the finished work. It includes similar exposed surfaces in watercontainment structures from the top of walls to 2-ft below the normal water surface inopen tanks and basins.

PART 2 PRODUCTS

2.01 GENERAL

A. The usage of a manufacturer's name and model or catalog number is for thepurpose of establishing the standard of quality and general configurationsdesired.

2.02 MATERIALS

A. General: Forms for cast in place concrete shall be made of wood, metal, or otherapproved material. Construct wood forms of sound lumber or plywood of suitabledimensions and free from knotholes and loose knots. Where used for exposedsurfaces, dress and match boards. Sand plywood smooth and fit adjacentpanels with tight joints. Metal forms may be used when approved by theEngineer and shall be of an appropriate type for the class of work involved. Allforms shall be designed and constructed to provide a flat, uniform concretesurface requiring minimal finishing or repairs.

229

Page 233: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Wall Forms

1. Forms for all exposed exterior and interior concrete walls shall be "Plyform" exterior grade plywood panels manufactured in compliance with the APA and bearing the trademark of that group, or equal acceptable to the Engineer. Provide B grade or better veneer on all faces to be placed against concrete during forming. The class of material and grades of interior plies shall be of sufficient strength and stiffness to provide a flat, uniform concrete surface requiring minimal finishing and grinding.

2. All joints or gaps in forms shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and will withstand placing pressures without bulging.

3. Circular Structures: Use forms conforming to the circular shape of the structure. Straight panels may be substituted for circular form. Provided panels to not exceed two (2) feet in horizontal width and angular deflection is no greater than 3 ½ degrees per joint.

C. Column Forms

1. Rectangular Columns: as specified for walls

2. Circular Columns: Fabricated steel or fiber reinforced plastic with bolted together sections or spirally wound laminated fiber form internally treated with form release agent for height of columns.

D. Rustication strips shall be at the location and shall conform to the details shown

on the Drawings. Moldings for chamfers and rustications shall be milled and planed smooth. Rustications and corner strips shall be of a nonabsorbent material, compatible with the form surface and fully sealed on all sides to prohibit the loss of paste or water between the two surfaces.

E. Form Release Agent

1. Coat all forming surfaces in contact with concrete using an effective, non-staining, non-residual, water based, bond-breaking form coating unless otherwise noted. Form release agents used in potable water containment structures shall be suitable for use in contact with potable water and shall be non-toxic and free of taste or odor and meet the requirements of NSF/ANSI Standard 61. Form release agent shall be Farm Fresh by Unitex or Engineer approved equal.

F. Form Ties

1. Form ties encased in concrete other than those specified in the following paragraphs shall be designed so that, after removal of the projecting part, no metal shall remain within 1 1/2 in off the face of the concrete. The part of the tie to be removed shall be at least 1/2 in diameter or be provided with a wood or metal cone at least 1/2 in diameter and 1 1/2 in long. Form ties in concrete exposed to view shall be the cone washer type.

230

Page 234: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. Form ties for exposed exterior and interior walls shall be as specified in the preceding paragraph except that the cones shall be of approved wood or plastic.

3. Flat bar ties for panel forms, if used, shall have plastic or rubber inserts having a minimum depth of 1-1/2-in and sufficient dimensions to permit proper patching of the tie hole.

4. Ties for liquid containment structures shall have an integral waterstop that is tightly welded to the tie.

5. Common wire shall not be used for form ties.

6. Alternate form ties consisting of tapered through-bolts at least 1-in in diameter at smallest end or through-bolts that utilize a removable tapered sleeve of the same minimum size may be used at the Contractor’s option. Obtain Engineer’s acceptance of system and spacing of ties prior to ordering or purchase of forming. Clean, fill and seal form tie hole with non-shrink cement grout. A vinyl plug shall be inserted into the hole to serve as a waterstop. The Contractor shall be responsible for water-tightness of the form ties and any repairs needed.

PART 3 EXECUTION

3.01 GENERAL

A. Forms shall be used for all cast-in-place concrete including sides of footings. Forms shall be constructed and placed so that the resulting concrete will be of the shape, lines, dimensions and appearance indicated on the drawings.

B. Forms for walls shall have removable panels at the bottom for cleaning, inspection and joint surface preparation. Forms for walls of considerable height (15 feet or greater) shall have closable intermediate inspection ports. Tremies and hoppers for placing concrete shall be used to allow concrete inspection, to prevent segregation and to prevent the accumulation of hardened concrete on the forms above the fresh concrete.

C. Molding, bevels, or other types of chamfer strips shall be placed to produce block outs, rustications, or chamfers as shown on the Drawings or as specified herein. Chamfer strips shall be provided at horizontal and vertical projecting corners to produce a ¾-in chamfer. Rectangular or trapezoidal moldings shall be placed in locations requiring sealants where specified or shown on the Drawings. Sizes of moldings shall conform to the sealants manufacturer’s recommendations.

D. Forms shall be sufficiently rigid to withstand construction loads and vibration and to prevent displacement or sagging between supports. Construct forms so that the concrete will not be damaged by their removal. The contractor shall be entirely responsible for the adequacy of the forming system.

E. Before form material is re-used, all surfaces to be in contact with concrete shall be thoroughly cleaned, all damaged places repaired, all projecting nails withdrawn and all protrusions smoothed. Reuse of wooden forms for other than

231

Page 235: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

rough finish will be permitted only if a “like new” condition of the form is maintained.

3.02 FORM TOLERANCES

A. Forms shall be surfaced, designed and constructed in accordance with the recommendations of ACI 301 and shall meet the following additional requirements for the specified finishes.

1. Formed Surface Exposed to View: Edges of all form panels in contact with concrete shall be flush within 1/16-in and forms for plane surfaces shall be such that the concrete will be plane within 3/16-in in 4-ft. Forms shall be tight to prevent the passage of mortar, water and grout. The maximum deviation of the finish wall surface at any point shall not exceed ¼-in from the intended surface as shown on the Drawings. Form panels shall be arranged symmetrically and in an orderly manner to minimize the number of seams.

2. Formed surfaces not exposed to view or buried shall meet requirements of Class “C” Surface in ACI 301.

3. Formed rough surfaces including mass concrete, pipe encasement, electrical duct encasement and other similar installations shall have no minimum requirements for surface smoothness and surface deflections. The overall dimensions of the concrete shall be plus or minus 1-in.

3.03 FORM PREPARATION

A. Wood forms in contact with the concrete shall be coated with an effective release agent prior to form installation.

B. Steel forms shall be thoroughly cleaned and mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface for all forms, except those utilized for surfaces receiving a rough finish. All forms shall have the contact surfaces coated with a release agent.

3.04 REMOVAL OF FORMS

A. The Contractor shall be responsible for all damage resulting from removal of forms. Forms and shoring for structural slabs or beams shall remain in place in accordance with ACI 301. Form removal shall conform to the requirements specified in Section 03300 including curing requirements.

B. Repair all damages resulting from removal of forms. C. Clean, fill and seal form tie hole with non-shrink cement grout. The Contractor

shall be responsible for the watertightness of the form ties holes and any repair necessary to maintain watertightness of tie holes.

3.05 INSPECTION

A. The Engineer on site shall be notified when the forms are complete and ready for

inspection at least 6 hours prior to the proposed concrete placement.

232

Page 236: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Failure of the forms to comply with the requirements specified herein or to produce

concrete complying with the requirements of Section 03300 shall be grounds for rejection of that portion of the concrete work. Rejected work shall be repaired or replaced as directed by the Engineer at no additional cost to the Owner. Such repair or replacement shall be subject to the requirements to this Section and approval of the Engineer

END OF SECTION

233

Page 237: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Section 03100: Concrete Formwork

B. Section 03300: Cast-in-place Concrete 1.03 SUBMITTALS

A. Submit to the Engineer, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for:

1. Reinforcing steel: Placement drawings shall conform to the recommendations of the CRSI Manual of Standard Practice and ACI SP-66. All reinforcement in a concrete placement shall be included on a single placement drawing or cross referenced to the pertinent main placement drawing. The main drawing shall include the additional reinforcement (around openings, at corners, etc) shown on the standard detail sheets. Bars to have special coatings and/or to be of special steel or special yield strength are to be clearly identified. For all cast-in-place concrete tanks, retaining walls, building stem walls, wall sections shall be included in the drawings.

2. All splice and joint locations shall be indicated on placement drawings. Splice lengths shall be clearly dimensioned.

3. Reinforcement cover shall be clearly indicated.

4. Submit reinforcement shop drawing for each structure as a complete package. Submittal showing portions of a structure will not be acceptable, unless acceptable by Engineer in advance.

5. Submittals consisting of schedules without accompanying placement drawings will not be acceptable, unless acceptable by Engineer in advance.

6. Bar bending details. The bars shall be referenced to the same identification marks shown on the placement drawings and shipping tags. Schedules shall be located on the same sheet where the bar mark is referenced. Schedule of all placements to contain synthetic reinforcing fibers. The amount of fibers per cubic yard to be used for each of the placements shall be noted on the schedule. The name of the manufacturer of the fibers and the product data shall be included with the submittal.

B. Test Reports

234

Page 238: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

1. Certified copy of mill test on each steel proposed for use showing the physical properties of the steel and the chemical analysis.

2. Mechanical Reinforcing Bar Couplers. Current Evaluation Report prepared by ICC-ES or by other approved testing agency.

C. Certificates

1. Welder’s certification. The certification shall be in accordance with AWS D1.4 when welding of reinforcement is required.

2. Weld Procedures. Provide procedure for each type of welded reinforcing splice in accordance with AWS D1.4 when welding of reinforcing is required.

1.04 REFERENCE STANDARDS

A. American Society for Testing and Materials (ASTM)

1. ASTM A82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.

2. ASTM A184 - Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement.

3. ASTM A1064 - Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete

4. ASTM A615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement

5. ASTM A996 - Standard Specification for Rail-Steel and Axle-Steel Deformed Bars for Concrete Reinforcement

6. ASTM A706 - Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement.

7. ASTM A767 - Standard Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement

8. ASTM A775 - Standard Specification for Epoxy-Coated Reinforcing Steel Bars.

9. ASTM A884 - Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Fabric for Reinforcement.

10. ASTM A934 - Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars.

B. American Concrete Institute (ACI)

1. ACI 301 – Standard Specification for Structural Concrete

2. ACI 315 - Details and Detailing of Concrete Reinforcement.

235

Page 239: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3. ACI 318 - Building Code Requirements for Structural Concrete

4. ACI SP-66 - ACI Detailing Manual

C. Concrete Reinforcing Steel Institute (CRSI)

1. Manual of Standard Practice

D. American Welding Society (AWS)

1. AWS D1.4 – Structural Welding Code Reinforcing Steel

E. Where reference is made to one of the above standards, the revision in effect atthe time of bid opening shall apply.

1.05 QUALITY ASSURANCE

A. Provide services of a manufacturer's representative, with at least 2 years’experience in the use of the reinforcing fibers for a preconstruction meeting andassistance during the first placement of the material.

1.06 DELIVERY, HANDLING AND STORAGE

A. Reinforcing steel shall be substantially free from mill scale, rust, dirt, grease, orother foreign matter.

B. Reinforcing steel shall be shipped and stored with bars of the same size andshape fastened in bundles with durable tags, marked in a legible manner withwaterproof markings showing the same "mark" designations as those shown onthe submitted Placing Drawings.

C. Reinforcing steel shall be stored off the ground and kept free from dirt, oil, orother injurious contaminants.

PART 2 PRODUCTS

2.01 MATERIALS

A. Materials shall be new, of domestic manufacture and shall comply with thefollowing material specifications.

B. Deformed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars.

C. Concrete Reinforcing Bars required on the Drawings to be Welded: ASTM A706.

D. Welded Wire Reinforcement: ASTM A1064. Provide in flat sheets.

E. Welded Plain Bar Mats: ASTM A704 and ASTM A615 Grade 60 plain bars.

F. Fabricated Deformed Steel Bar Mats: ASTM A184 and ASTM A615 Grade 60deformed bars.

236

Page 240: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

G. Reinforcing Steel Accessories

1. Plastic Protected Bar Supports: CRSI Bar Support Specifications, Class 1 - Maximum Protection.

2. Stainless Steel Protected Bar Supports: CRSI Bar Support Specifications, Class 2 - Moderate Protection.

3. Precast Concrete Block Bar Supports: CRSI Bar Support Specifications, Precast Blocks. Blocks shall have equal or greater strength than the surrounding concrete.

4. Steel Protected Bar Supports: #4 Steel Chairs with plastic or rubber tips.

H. Tie Wire

1. Tie Wires for Reinforcement shall be 16-gauge or heavier, black annealed wire or stranded wire.

I. Mechanical Reinforcing Bar Couplers

1. General: Use only at locations indicated on the Drawings or where written approval has been obtained from the Engineer.

2. Mechanical reinforcing steel butt splices shall be positive connecting taper threaded type employing a hexagonal coupler such as Lenton rebar splices as manufactured by Erico Products Inc., Solon, OH or equal. They shall meet all ACI 318 Building Code requirements. Bar ends must be taper threaded with coupler manufacturer's bar threader to ensure proper taper and thread engagement.

3. Bar couplers shall be torqued to manufacturer's recommended value.

4. Unless otherwise noted on the Drawings, mechanical tension splices shall be designed to produce a splice strength in tension or compression of not less than 125 percent of the ASTM specified minimum yield strength of the rebar.

5. Compression type mechanical splices shall provide concentric bearing from one bar to the other bar and shall be capable of developing the ultimate strength of the rebar in compression.

6. Form saver type mechanical couplers shall have flanges with nailing holes to positively attach coupler to formwork.

J. Fiber Reinforcement

1. Synthetic reinforcing fiber for concrete shall be 100 percent polypropylene collated, fibrillated fibers as manufactured by Fibermesh Company of Synthetic Industries Inc.,Chattanooga, TN - Fibermesh or equal. Fiber length and quantity for the concrete mix shall be in strict compliance with the manufacturer's recommendations as approved by the Engineer.

237

Page 241: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.02 FABRICATION

A. A. Fabrication of reinforcement shall be in compliance with the CRSI Manual of Standard Practice and ACI SP-66.

B. Bars shall be cold bent. Bars shall not be straightened or rebent.

C. Bars shall be bent around revolving collar having a diameter of not less than thatrecommended by the ACI SP-66.

D. Bar ends that are to be butt spliced, placed through limited diameter holes inmetal, or threaded, shall have the applicable end(s) saw-cut. Such ends shallterminate in flat surfaces within 1-1/2 degrees of a right angle to the axis of thebar.

PART 3 EXECUTION

3.01 INSTALLATION

A. Surface condition, bending, spacing and tolerances of placement ofreinforcement shall comply with the CRSI Manual of Standard Practice and ACISP-66. The Contractor shall be solely responsible for providing and adequatenumber of bars and maintaining the spacing and clearances shown on theDrawings.

B. Except as otherwise indicated on the Drawings, the minimum concrete cover ofreinforcement shall be as follows:

1. Concrete cast against and permanently exposed to earth: 3-in

2. Concrete exposed to soil, water, sewage, sludge and/or weather: 2-in(Including bottom cover of slabs over water or sewage)

3. Concrete not exposed to soil, water, sewage, sludge and/or weather:

A. Slabs (top and bottom cover), walls, joists, shells and folded platemembers – 3/4 in.

B. Beams and columns (principal reinforcement, ties, spirals andstirrups) – 1-1/2 in.

C. Reinforcement which will be exposed for a considerable length of time after beingplaced shall be coated with a heavy coat of neat cement slurry.

D. No reinforcing steel bars shall be welded either during fabrication or erectionunless specifically shown on the Drawings or specified herein, or unless priorwritten approval has been obtained from the Engineer. All bars that have beenwelded, including tack welds, without such approval shall be immediatelyremoved from the work. When welding of reinforcement is approved or called for,it shall comply with AWS D1.4.

238

Page 242: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

E. Reinforcing steel interfering with the location of other reinforcing steel, conduitsor embedded items, may be moved within the specified tolerances or one bardiameter, whichever is greater. Greater displacement of bars to avoidinterference shall only be made with the approval of the Engineer. Do not cutreinforcement to install inserts, conduits, mechanical openings or other itemswithout the prior approval of the Engineer.

F. Securely support and tie reinforcing steel to prevent movement during concreteplacement. Secure dowels in place before placing concrete.

G. Reinforcing steel bars shall not be field bent except where shown on theDrawings or specifically authorized in writing by the Engineer. If authorized, barsshall be cold-bent around the standard diameter spool specified in the CRSI. Donot heat bars. Closely inspect the reinforcing steel for breaks. If the reinforcingsteel is damaged, replace, Cadweld or otherwise repair as directed by theEngineer. Do not bend reinforcement after it is embedded in concrete unlessspecifically shown otherwise on the Drawings

3.02 REINFORCEMENT AROUND OPENINGS

A. Unless specific additional reinforcement around openings is shown on theDrawings, provide additional reinforcing steel on each side of the openingequivalent to one half of the cross-sectional area of the reinforcing steel interruptedby an opening. The bars shall have sufficient length to develop bond at each endbeyond the opening or penetration.

3.03 SPLICING OF REINFORCEMENT

A. Splices designated as compression splices on the Drawings, unless otherwisenoted, shall be 30 bar diameters, but not less than 12-in. The lap splice lengthfor column vertical bars shall be based on the bar size in the column above.

B. Tension lap splices shall be provided at all laps in compliance with ACI SP-66.Splices in adjacent bars shall be staggered. Class A splices may be used when50 percent or less of the bars are spliced within the required lap length. Class Bsplices shall be used at all other locations.

C. Splicing of reinforcing steel in concrete elements noted to be "tension members"on the Drawings shall be avoided whenever possible. However, if required forconstructability, splices in the reinforcement subject to direct tension shall bewelded to develop, in tension, at least 125 percent of the specified yield strengthof the bar. Splices in adjacent bars shall be offset the distance of a Class Bsplice.

D. Install wire fabric in as long lengths as practicable. Wire fabric from rolls shall berolled flat and firmly held in place. Splices in welded wire fabric shall be lappedin accordance with the requirements of ACI SP-66 but not less than 12-in. Thespliced fabrics shall be tied together with wire ties spaced not more than 24-in oncenter and laced with wire of the same diameter as the welded wire fabric. Donot position laps midway between supporting beams, or directly over beams ofcontinuous structures. Offset splices in adjacent widths to prevent continuoussplices.

239

Page 243: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

E. Mechanical reinforcing steel splicers shall be used only where shown on the Drawings. Splices in adjacent bars shall be offset by at least 30 bar diameters. Mechanical reinforcing splices are only to be used for special splice and dowel conditions approved by the Engineer

3.04 ACCESSORIES

A. Determine, provide and install accessories such as chairs, chair bars and the like in sufficient quantities and strength to adequately support the reinforcement and prevent its displacement during the erection of the reinforcement and the placement of concrete.

B. Use precast concrete blocks where the reinforcing steel is to be supported over

soil. C. Stainless steel bar supports or steel chairs with stainless steel tips shall be used

where the chairs are set on forms for a concrete surface that will be exposed to weather, high humidity, or liquid (including bottom of slabs over liquid containing areas). Use of galvanized or plastic tipped metal chairs is permissible in all other locations unless otherwise noted on the Drawings or specified herein.

D. Alternate methods of supporting top steel in slabs, such as steel channels

supported on the bottom steel or vertical reinforcing steel fastened to the bottom and top mats, may be used if approved by the Engineer.

3.05 INSPECTION

A. In no case shall any reinforcing steel be covered with concrete until the installation of the reinforcement, including the size, spacing and position of the reinforcement has been observed by the Engineer and the Engineer's release to proceed with the concreting has been obtained. The Engineer shall be given ample prior notice of the readiness of placed reinforcement for observation. The forms shall be kept open until the Engineer has finished his/her observations of the reinforcing steel

END OF SECTION

240

Page 244: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 WORK INCLUDED

Poured-in-place concrete slabs, thrust blocks, pile caps and pipe support cradles. 1.02 QUALITY ASSURANCE

Perform cast-in-place concrete work in accordance with ACI 318, unless specified otherwise in this Section.

1.03 TESTING LABORATORY SERVICES

A. Inspection and testing will be performed by the testing laboratory currently under contract to the City in accordance with the Contract Documents.

B. Provide free access to work and cooperate with appointed firm.

C. Submit proposed mix design of each class of concrete to inspection and testing

firm for review prior to commencement of work.

D. Tests of cement and aggregates may be performed to ensure conformance with requirements stated herein.

E. Three concrete test cylinders will be taken for every 100 cu. yds. or part thereof of

each class of concrete placed each day. Smaller pours shall have cylinders taken as directed by the City.

F. One slump test will be taken for each set of test cylinders taken.

1.04 REFERENCES

A. ASTM C33 - Concrete Aggregates

B. ASTM C150 - Portland Cement

C. ACI 318 - Building Code Requirements for Reinforced Concrete

D. ASTM C260 - Air Entraining Admixtures for Concrete

E. ASTM C94 - Ready-Mixed Concrete

F. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete

G. ACI 305 - Recommended Practice for Hot Weather Concreting

241

Page 245: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

PART 2 PRODUCTS 2.01 CONCRETE MATERIALS

A. Cement: Moderate-Type II, High early strength-Type III, Portland type, ASTM C150.

B. Fine and Coarse Aggregates: ASTM C33.

C. Water: Clean and free from injurious amounts of oil, alkali, organic matter, or other

deleterious material. 2.02 ADMIXTURES

A. Air Entrainment: ASTM C260.

B. Chemical: ASTM C494 Type A - water reducing admixture. 2.03 ACCEPTABLE MANUFACTURERS

Acceptable Products: 1. Pozzolith 2. WRDA

2.04 ACCESSORIES

Non-shrink grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2400 psi in 2 days and 7000 psi in 28 days.

2.05 CONCRETE MIXES

A. Mix concrete in accordance with ASTM C94.

B. Provide concrete of following strength:

1. Required concrete strengths as determined by 28 day cylinders shall be as shown on the Drawings, but shall not be less than 3000 psi.

2. Select proportions for normal weight concrete in accordance with ACI 301 3.8 Method 1, Method 2, or Method 3. Add air entraining agent to concrete to entrain air as indicated in ACI 301 Table 3.4.1.

3. All mixes shall be in accordance with FDOT Specifications.

C. Use set-retarding admixtures during hot weather only when accepted by City.

D. Add air entraining agent to concrete mix for concrete work exposed to exterior.

242

Page 246: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.06 FORMS

A. Forms shall be used for all concrete masonry, including footings. Form shall be soconstructed and placed that the resulting concrete will be of the shape, lines,dimensions, appearance and to the elevations indicated on the Drawings.

B. Forms shall be made of wood, metal, or other approved material. Wood formsshall be constructed of sound lumber or plywood of suitable dimensions, free fromknotholes and loose knots; where used for expose surfaces, boards shall bedressed and matched. Plywood shall be sanded smooth and fitted with tight jointsbetween panels. Metal forms shall be of an approved type for the class of workinvolved and of the thickness and design required for rigid construction.

C. Edges of all form panels in contact with concrete shall be flush within 1/32-inchand forms for plane surfaces shall be such that the concrete will be plane within1/16-inch in four feet. Forms shall be tight to prevent the passage of mortar andwater and grout.

D. Forms for walls shall have removable panels at the bottom for cleaning, inspectionand scrubbing-in of bonding paste. Forms for walls of considerable height shall bearranged with tremies and hoppers for placing concrete in a manner that willprevent segregation and accumulation of hardened concrete on the forms orreinforcement above the fresh concrete.

E. Molding or bevels shall be placed to produce a 3/4-inch chamfer on all exposedprojecting corners, unless otherwise shown on the Drawings. Similar chamferstrips shall be provided at horizontal and vertical extremities of all wall placementsto produce "clean" separation between successive placements as called for on thePlans.

F. Forms shall be sufficiently rigid to withstand vibration, to prevent displacement orsagging between supports and constructed so the concrete will not be damagedby their removal. The Contractor shall be entirely responsible for their adequacy.

G. Forms, including new pre-oiled forms, shall be oiled before reinforcement isplaced, with an approved nonstaining oil or liquid form coating having a non-paraffin base.

H. Before form material is re-used, all surfaces in contact with concrete shall bethoroughly cleaned, all damaged places repaired, all projecting nails withdrawn, allprotrusions smoothed and in the case of wood forms pre-oiled.

I. Form ties encased in concrete shall be designed so that after removal of theprojecting part, no metal shall be within 1-inch of the face of the concrete. Thatpart of the tie to be removed shall be at least 1/2-inch diameter or be provided witha wood or metal cone at least 1/2-inch in diameter and 1-inch long. Form ties inconcrete exposed to view shall be the cone-washer type equal to the Richmond"Tyscru". Throughbolts or common wire shall not be used for form ties.

243

Page 247: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

PART 3 EXECUTION

3.01 PLACING CONCRETE

A. Place concrete in accordance with ACI 304.

B. Notify City minimum 24 hours prior to commencement of concreting operations.

C. Verify anchors, seats, plates and other items to be cast into concrete are placed,held securely and will not cause hardship in placing concrete. Rectify same andproceed with work.

D. Maintain records of poured concrete items. Record date, location of pour, quantity,air temperature and test samples taken.

E. Ensure reinforcement, inserts, embedded parts, formed expansion and contractionjoints are not disturbed during concrete placement.

F. Prepare previously placed concrete by cleaning with steel brush and applyingbonding agent. Apply bonding agent in accordance with manufacturer'srecommendations.

G. Pour concrete continuously between predetermined construction and controljoints. Do not break or interrupt successive pours such that cold joints occur.

H. In locations where new concrete is dowelled to existing work, drill holes in existingconcrete, insert steel dowels and pack solidly with non-shrink grout.

I. Excessive honeycomb or embedded debris in concrete is not acceptable. NotifyCity upon discovery.

J. Conform to ACI 305 when concreting during hot weather.

3.02 SCREEDING

Screed surfaces level, maintaining flatness within a maximum deviation of 1/8" in10 feet.

3.03 PATCHING

Allow City to inspect concrete surfaces immediately upon removal of forms. Patchimperfections as directed. All patching procedures shall be submitted to andapproved by the City prior to use.

3.04 DEFECTIVE CONCRETE

A. Modify or replace concrete not conforming to required lines, details and elevations.

B. Repair or replace concrete not properly placed resulting in excessive honeycomband other defects. Do not patch, fill, touch-up, repair, or replace exposedarchitectural concrete except upon express direction of City for each individualarea.

244

Page 248: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3.05 CONCRETE FINISHING

Provide concrete surfaces to be left exposed, columns, beams and joists with smooth rubbed finish.

3.06 CURING AND PROTECTION

Beginning immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures and mechanical injury. Maintain concrete with minimal moisture loss at relatively constant temperature for a period of 7 days or until concrete strengths reaches 75% of the 28-day design strength.

Protection against moisture loss may be obtained with spray on curing compounds or plastic sheets. Protection against heat or cold may be obtained with insulated curing blankets or forms.

3.07 CONCRETE DRIVEWAY RESTORATION

Concrete driveways shall be restored with 6 inches of 3,000 psi concrete with W2.5 X W2.5, 6X6 wire mesh. Place ½ inch expansion joint between back of curb and new concrete. Area beneath restoration shall be mechanically tamped prior to placing concrete.

3.08 CONCRETE SIDEWALK RESTORATION

Concrete sidewalks across driveways shall be restored with 6 inches of 3,000 psi concrete with W2.5 X W2.5, 6X6 wire mesh. Place ½ inch expansion joint between back of curb and new concrete. Area beneath restoration shall be mechanically tamped prior to placing concrete.

Concrete sidewalks outside of driveways shall be restored with 4 inches of 3,000 psi concrete per FDOT Design Standards, Sections 522 & 310

END OF SECTION

245

Page 249: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 03350 CONCRETE FINISHES

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and finishcast-in-place concrete surfaces as shown on the Drawings and as specifiedherein.

1.02 RELATED WORK

A. Concrete Formwork is included in Section 03100.

B. Cast-In-Place Concrete is included in Section 03300.

C. Grout is included in Section 03600.

1.03 SUBMITTALS

A. Submit to the Engineer, in accordance with Section 01300, shop drawings andproduct data showing materials of construction and details of installation.

1.04 REFERENCE STANDARDS

A. American Society for Testing and Materials (ASTM)

1. ASTM C33 – Standard Specification for Concrete Aggregates.

B. Where reference is made to one of the above standards, the revision in effect atthe time of bid opening shall apply.

1.05 QUALITY ASSURANCE

A. Finishes

1. For concrete which will receive additional applied finishes or materials, thesurface finish specified is required for the proper application of the specifiedmanufacturer's products. Where alternate products are approved for use,determine if changes in finishes are required and provide the proper finishesto receive these products.

2. Changes in finishes made to accommodate products different from thosespecified shall be performed at no additional cost to the Owner. Submit theproposed new finishes and their construction methods to the Engineer forapproval.

3. Services for Manufacturer’s Representative

a. Make available at no extra cost to the Owner, upon 72 hoursnotification, the services of a qualified field representative of themanufacturer of curing compound, sealer or hardener to instruct the

246

Page 250: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

user on the proper application of the product under prevailing job conditions.

PART 2 PRODUCTS 2.01 MATERIALS

A. When specified on the contact drawings provide concrete sealer. Sealer shall be "MasterKure CC 180 WB", by Master Builders Solutions, Shakopee, MN or equal.

PART 3 EXECUTION 3.01 FORMED SURFACES

A. Forms shall not be removed before the requirements of Section 03300, have been satisfied.

B. Exercise care to prevent damaging edges or obliterating the lines of chamfers,

rustications or corners when removing the forms or performing any other work adjacent thereto.

C. Clean all exposed concrete surfaces and adjoining work stained by leakage of

concrete. D. Rough-Form Finish

1. Immediately after stripping forms and before concrete has changed color, carefully remove all fins and projections.

2. Promptly fill holes left by tie cones and defects as specified in Section 03300.

E. Rubbed Finish

1. Immediately upon stripping forms and before concrete has changed color,

carefully remove all fins. While the wall is still damp apply a thin coat of medium consistency neat cement slurry by means of bristle brushes to provide a bonding coat within all pits, air holes or blemishes in the parent concrete. Avoid coating large areas with the slurry at one time.

2. Before the slurry has dried or changed color, apply a dry (almost crumbly) grout proportioned by volume and consisting of 1 part cement to 1-1/2 parts of clean masonry sand having a fineness modulus of approximately 2.3 and complying with the gradation requirements of ASTM C33 for such a material. Grout shall be uniformly applied by means of damp pads of coarse burlap approximately 6-in square used as a float. Scrub grout into the pits and air holes to provide a dense mortar in all imperfections.

3. Allow the mortar to partially harden for 1 or 2 hours depending upon the

weather. If the air is hot and dry, keep the wall damp during this period using a fine, fog spray. When the grout has hardened sufficiently so it

247

Page 251: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

can be scraped from the surface with the edge of a steel trowel without damaging the grout in the small pits or holes, cut off all that can be removed with a trowel. (Note: Grout allowed to remain on the wall too long will harden and will be difficult to remove.)

4. Allow the surface to dry thoroughly and rub it vigorously with clean dry

burlap to completely remove any dried grout. No visible film of grout shall remain after this rubbing. The entire cleaning operation for any area must be completed the day it is started. Do not leave grout on surfaces overnight. Allow sufficient time for grout to dry after it has been cutoff with the trowel so it can be wiped off clean with the burlap.

5. On the day following the repair of pits, air holes and blemishes, the walls

shall again be wiped off clean with dry, used pieces of burlap containing old hardened mortar which will act as a mild abrasive. After this treatment, there shall be no built-up film remaining on the parent surface. If, however, such a film is present, a fine abrasive stone shall be used to remove all such material without breaking through the surface film of the original concrete. Such scrubbing shall be light and sufficient only to remove excess material without changing the texture of the concrete.

6. A thorough wash-down with stiff bristle brushes shall follow the final

bagging or stoning operation. No extraneous materials shall remain on the surface of the wall. The wall shall be sprayed with a fine fog spray periodically to maintain a continually damp condition for at least 3 days after the application of the repair grout.

7. It is the intent of this finish to provide a surface that is uniform in

appearance with no blemishes, imperfections, discolorations, etc. F. Abrasive Blast Finish

1. Coordinate with Rubbed Finish application. Do not begin until Rubbed

Finish operation is complete or before concrete has reached minimum 7-day strength. The Rubbed Finish application may be deleted by the Engineer if the unfinished concrete surface is of superior quality. Apply the abrasive blast finish only where indicated on Drawings.

2. Prepare a sample area of minimum 4-ft high by 16-ft wide Blast Finish as

directed by Engineer on a portion of new wall construction which will not be exposed in the final work. Sample area shall contain a variety of finishes obtained with different nozzles, nozzle pressures, grit materials and blasting techniques for selection by Engineer. Final accepted sample shall remain exposed until completion of all Blast Finish operations.

3. Blast finish operation shall meet all regulatory agency requirements.

Blast Finish contractor shall be responsible for obtaining all required permits and/or licenses.

4. Perform abrasive blast finishing in as continuous an operation as

possible, utilizing the same work crew to maintain continuity of finish on

248

Page 252: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

each surface or area of work. Maintain patterns or variances in depths of blast as present on the accepted sample.

5. Use an abrasive grit of proper type and gradation as well as equipment

and technique to expose aggregate and surrounding matrix surfaces as follows:

a. Medium: Generally expose coarse aggregate - 1/4-in to 3/8-in

reveal.

6. Abrasive blast corners and edge of patterns carefully, using back-up boards, to maintain uniform corner or edge line. Determine type of nozzle, nozzle pressure and blasting techniques required to match Architect's samples.

7. Upon completion of the Blast Finish operation, thoroughly flush finished surfaces with clean clear water to remove residual dust and grit. Allow to air dry until curing of concrete is complete.

8. After the concrete has cured for a minimum of 28 days, apply a clear acrylic

sealer as directed by manufacturer.

3.02 FLOORS AND SLABS

A. Floated Finish

1. Machine Floating

a. Screed floors and slabs with straightedges to the established grades shown on the Drawings. Immediately after final screeding, a dry cement/sand shake in the proportion of two sacks of portland cement to 350 lbs of coarse natural concrete sand shall be sprinkled evenly over the surface at the rate of approximately 500 lbs /1,000 sq ft of floor. Do not sprinkle neat, dry cement on the surface.

b. The application of the cement/sand shake may be eliminated at the discretion of the Engineer if the base slab concrete exhibits adequate fattiness and homogeneity and the need is not indicated. When the concrete has hardened sufficiently to support the weight of a power float without its digging into or disrupting the level surface, thoroughly float the shake into the surface with a heavy revolving disc type power compacting machine capable of providing a 200 lb compaction force distributed over a 24-in diameter disc.

c. Start floating along walls and around columns and then move

systematically across the surface leaving a matte finish.

d. The compacting machine shall be the "Kelly Power Float with Compaction Control" as manufactured by Kelley Industries of SSP Construction Equipment Inc., Pomona, CA or equal. Troweling machines equipped with float (shoe) blades that are slipped over the trowel blades may be used for floating. Floating with a troweling machine equipped with normal trowel blades will not be permitted.

249

Page 253: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

The use of any floating or troweling machine which has a water attachment for wetting the concrete surface during finishing will not be permitted.

2. Hand Floating

a. In lieu of power floating, small areas may be compacted by hand

floating. The dry cement/sand shake previously specified shall be used unless specifically eliminated by the Engineer. Screed the floors and slabs with straightedges to the established grades shown on the Drawings. While the concrete is still green, but sufficiently hardened to support a finisher and kneeboards with no more than 1/4-in indentation, wood float to a true, even plane with no coarse aggregate visible. Use sufficient pressure on the wood floats to bring moisture to the surface.

3. Finishing Tolerances

a. Level floors and slabs to a tolerance of plus or minus 1/8-in when checked with a 10-ft straightedge placed anywhere on the slab in any direction. Where drains occur, pitch floors to drains such that there are no low spots left undrained. Failure to meet either of the above requirements shall be cause for removal, grinding, or other correction as directed by the Engineer.

B. Broom Finish

1. Screed slabs with straightedges to the established grades indicated on the

Drawings. When the concrete has stiffened sufficiently to maintain small surface indentations, draw a stiff bristle broom lightly across the surface in the direction of drainage, or, in the case of walks and stairs, perpendicular to the direction of traffic to provide a non-slip surface.

C. Steel Trowel Finish

1. Finish concrete as specified in Paragraph 3.04 and 3.05. Then, hand steel

trowel to a perfectly smooth hard even finish free from high or low spots or other defects.

D. Concrete Sealer

1. Prepare and seal surfaces indicated on the room finish schedule to receive

a sealer as follows:

a. Finish concrete as specified in the preceding paragraphs and in accordance with the Schedule in Paragraph 3.05 below.

b. Newly Placed Concrete: Surface must be sound and properly finished. Surface is application-ready when it is damp but not wet and can no longer be marred by walking workmen.

250

Page 254: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

c. Newly-Cured Bare Concrete: Level any spots gouged out by trades.Remove all dirt, dust, droppage, oil, grease, asphalt and foreign matter.Cleanse with caustics and detergents as required. Rinse thoroughlyand allow to dry so that surface is no more than damp, and not wet.

d. Aged Concrete: Restore surface soundness by patching, grouting,filling cracks and holes, etc. Surface must also be free of any dust, dirtand other foreign matter. Use power tools and/or strippers to removeany incompatible sealers or coatings. Cleanse as required, followingthe procedure indicated under cured concrete.

e. Methods: Apply sealer so as to form a continuous, uniform film byspray, soft-bristle pushbroom, long-nap roller or lambswool applicator.Ordinary garden-type sprayers, using neoprene hose, arerecommended for best results.

f. Applications: For curing only, apply first coat evenly and uniformly assoon as possible after final finishing at the rate of 200 to 400 sq ft pergallon. Apply second coat when all trades are completed and structureis ready for occupancy at the rate of 400 to 600 sq ft per gallon.

g. To meet guarantee and to seal and dustproof, two coats are required.For sealing new concrete, both coats shall be applied full-strength. Onaged concrete, when renovating, dustproofing and sealing, the first coatshould be thinned 10 to 15 percent with reducer per manufacturer'sdirections.

3.03 APPROVAL OF FINISHES

A. All concrete surfaces will be inspected during the finishing process by the City.

B. Surfaces which, in the opinion of the City, are unsatisfactory shall be refinished orreworked until approved by the City.

C. After finishing horizontal surfaces, regardless of the finishing procedure specified,the concrete shall be cured in compliance with Section 03300 unless otherwisedirected by the Engineer.

3.04 SCHEDULE OF FINISHES

A. Concrete shall be finished as specified either to remain as natural concrete toreceive an additional applied finish or material under another section.

B. Concrete for the following conditions shall be finished as noted on the Drawingsand as further specified herein:

1. Concrete to Receive Dampproofing: Rough-form finish. See Paragraph3.01D above.

2. Concrete Not Exposed to View and Not Scheduled to Receive anAdditional Applied Finish or Material: Rough-form finish. See Paragraph3.01D above.

251

Page 255: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3. Exterior Vertical Concrete Above Grade Exposed to View: Rubbed finish.

See Paragraph 3.01E above.

4. Interior Vertical Concrete Exposed to View Except in Water Containment Areas: Rubbed finish. See Paragraph 3.01E above.

5. Vertical Concrete in Water Containment Areas. Rubbed finish on

exposed surfaces and extending to two feet below normal operating water level: Rough-form finish on remainder of submerged areas. See Paragraphs 3.01E and 3.01D above.

6. Interior and Exterior Underside of Concrete Exposed to View: Rubbed

finish. See Paragraph 3.01E above.

7. Exterior surfaces exposed to view and indicated to have an abrasive blast finish. See Paragraph 3.01F above.

8. Interior or Exterior Horizontal Concrete not Requiring Floor Hardener or

Sealer: Floated finish. See Paragraph 3.02A above.

9. Concrete for Exterior Walks, Interior and Exterior Stairs: Broomed finish perpendicular to direction of traffic. See Paragraph 3.02B above.

10. Concrete Slabs On Which Process Liquids Flow or In Contact with

Sludge: Steel trowel finish. See Paragraph 3.02C above.

11. Concrete tank bottoms to be covered with grout: See Section 03600.

END OF SECTION

252

Page 256: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 03600 GROUT

PART 1 GENERAL 1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install grout complete as shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Formwork is included in Section 03100. B. Concrete Reinforcement is included in Section 03200.

C. Concrete Joints and Joint Accessories are included in Section 03350.

D. Cast-in-Place Concrete is included in Section 03300.

E. Masonry Grout is included in Section 04230. 1.03 SUBMITTALS

A. Submit to the Engineer, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for:

1. Commercially manufactured nonshrink cementitious grout. The submittal

shall include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature consideration, conformity to required ASTM standards and Material Safety Data Sheet.

2. Commercially manufactured nonshrink epoxy grout. The submittal shall include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to required ASTM standards and Material Safety Data Sheet.

3. Cement grout. The submittal shall include the type and brand of the cement, the gradation of the fine aggregate, product data on any proposed admixtures and the proposed mix of the grout.

4. Concrete grout. The submittal shall include data as required for concrete as delineated in Section 03300 and for fiber reinforcement as delineated in Section 03200. This includes the mix design, constituent quantities per cubic yard and the water/cement ratio.

B. Laboratory Test Reports

1. Submit laboratory test data is required under Section 03300 for concrete

to be used as concrete grout.

253

Page 257: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Certifications

1. Certify that commercially manufactured grout products and concrete groutadmixtures are suitable for use in contact with potable water after 30 dayscuring.

D. Qualifications

1. Grout manufacturers shall submit documentation that they have at least10 years experience in the production and use of the proposed groutswhich they will supply.

1.04 REFERENCE STANDARDS

A. American Society for Testing and Materials (ASTM)

1. ASTM C531 – Standard Test Method for Linear Shrinkage and Coefficientof Thermal Expansion of Chemical Resistant Mortars, Grouts andMonolithic Surfacings and Polymer Concretes

2. ASTM C579 - Standard Test Method for Compressive Strength ofChemical Resistant Mortars, Grouts and Monolithic Surfacings andPolymer Concretes

3. ASTM C827 - Standard Test Method for Change in Height at Early Agesof Cylindrical Specimens from Cementitious Mixtures

4. ASTM C1107 - Standard Specification for Packaged Dry,Hydraulic-Cement Grout (Nonshrink)

B. U.S. Army Corps of Engineers Standard (CRD)

1. CRD C-621- Corps of Engineers Specification for Nonshrink Grout

C. Where reference is made to one of the above standards, the revision in effect atthe time of bid opening shall apply.

1.05 QUALITY ASSURANCE

A. Qualifications

1. Grout manufacturer shall have a minimum of 10 years experience in theproduction and use of the type of grout proposed for the work.

B. Installation Conference

1. Well in advance of grouting, hold a pre-installation meeting to review therequirements for surface preparation, mixing, placing and curingprocedures for each product proposed for use. Parties concerned withgrouting shall be notified of the meeting at least 10 days prior to itsscheduled date.

C. Services of Manufacturer’s Representative

254

Page 258: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

1. A qualified field technician of the nonshrink grout manufacturer, specifically trained in the installation of the products, shall attend the pre-installation conference and shall be present for the initial installation of each type of nonshrink grout. Additional services shall also be provided, as required, to correct installation problems.

D. Field Testing

1. All field testing and inspection services required shall be provided by the Owner. The Contractor shall assist in the sampling of materials and shall provide any ladders, platforms, etc, for access to the work. The methods of testing shall comply in detail with the applicable ASTM Standards.

2. The field testing of Concrete Grout shall be as specified for concrete in Section 03300.

1.06 DELIVERY, STORAGE AND HANDLING

A. Deliver materials to the jobsite in original, unopened packages, clearly labeled with the manufacturer's name, product identification, batch numbers and printed instructions.

B. Store materials in full compliance with the manufacturer's recommendations. Total storage time from date of manufacture to date of installation shall be limited to 6 months or the manufacturer's recommended storage time, whichever is less.

C. Material which becomes damp or otherwise unacceptable shall be immediately removed from the site and replaced with acceptable material at no additional expense to the Owner.

D. Nonshrink cement-based grouts shall be delivered as preblended, prepackaged mixes requiring only the addition of water.

E. Nonshrink epoxy grouts shall be delivered as premeasured, prepackaged, three component systems requiring only blending as directed by the manufacturer.

1.07 DEFINITIONS

A. Nonshrink Grout: A commercially manufactured product that does not shrink in either the plastic or hardened state, is dimensionally stable in the hardened state and bonds to a clean base plate.

PART 2 PRODUCTS 2.01 GENERAL

A. The use of a manufacturer's name and product or catalog number is for the purpose of establishing the standard of quality desired.

B. Like materials shall be the products of one manufacturer or supplier in order to

provide standardization of appearance

255

Page 259: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.02 MATERIALS

A. Nonshrink Cementitious Grout

1. Nonshrink cementitious grouts shall meet or exceed the requirements of ASTM C1107, Grades B or C and CRD C-621. Grouts shall be portland cement based, contain a pre-proportioned blend of selected aggregates and shrinkage compensating agents and shall require only the addition of water. Nonshrink cementitious grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827.

a. General purpose nonshrink cementitious grout shall conform to the standards stated above and shall be SikaGrout 212 by Sika Corp.; Set Grout by Master Builders, Inc.; Gilco Construction Grout by Gifford Hill & Co.; Euco NS by the Euclid Chemical Co.; NBEC Grout by U.S. Grout Corp. or equal

b. Flowable (Precision) nonshrink cementitious grout shall conform to the standards stated above and shall be Masterflow 928 by Master Builders, Inc.; Hi-Flow Grout by the Euclid Chemical Co.; SikaGrout 212 by Sika Corp. ; Supreme Grout by Gifford Hill & Co. ; Five Star Grout by U.S. Grout Corp. or equal.

B. Nonshrink Epoxy Grout

1. Nonshrink epoxy-based grout shall be a pre-proportioned, three component, 100 percent solids system consisting of epoxy resin, hardener, and blended aggregate. It shall have a compressive strength of 14,000 psi in 7 days when tested in conformity with ASTM D695 and have a maximum thermal expansion of 30 x 10-6 when tested in conformity with ASTM C531. The grout shall be MasterFlow 648 by Master Builders Inc.; Five Star Epoxy Grout by U.S. Grout Corp.; Sikadur 42 Grout-Pak by Sika Corp.; High Strength Epoxy Grout by the Euclid Chemical Co. or equal.

C. Cement Grout

1. Cement grouts shall be a mixture of one part portland cement conforming to ASTM C150, Types I, II, or III and 1 to 2 parts sand conforming to ASTM C33 with sufficient water to place the grout. The water content shall be sufficient to impart workability to the grout but not to the degree that it will allow the grout to flow.

D. Concrete Grout

1. Concrete grout shall conform to the requirements of Section 03300 except as specified herein. It shall be proportioned with cement, coarse and fine aggregates, water, water reducer and air entraining agent to produce a mix having an average strength of 2900 psi at 28 days, or 2500 psi nominal strength. Coarse aggregate size shall be 1/2-in maximum. Slump should not exceed 5-in and should be as low as practical yet still retain sufficient workability.

2. Synthetic reinforcing fibers as specified in Section 03200 shall be added to the concrete grout mix at the rate of 1.5 lbs of fibers per cubic yard of grout. Fibers shall be added from the manufacturer's premeasured bags

256

Page 260: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

and according to the manufacturer's recommendations in a manner which will ensure complete dispersion of the fiber bundles as single monofilaments within the concrete grout.

E. Water

1. Potable water, free from injurious amounts of oil, acid, alkali, organicmatter, or other deleterious substances.

PART 3 EXECUTION

3.01 PREPARATION

A. Grout shall be placed over cured concrete which has attained its full designstrength unless otherwise approved by the Engineer.

B. Concrete surfaces to receive grout shall be clean and sound; free of ice, frost,dirt, grease, oil, curing compounds, laitance and paints and free of all loosematerial or foreign matter which may effect the bond or performance of the grout.

C. Roughen concrete surfaces by chipping, sandblasting, or other mechanicalmeans to a minimum of ¼” amplitude or provide a raked finish in order to ensurebond of the grout to the concrete. Remove loose or broken concrete. Irregularvoids or projecting coarse aggregate need not be removed if they are sound, freeof laitance and firmly embedded into the parent concrete.

1. Air compressors used to clean surfaces in contact with grout shall be the oillesstype or equipped with an oil trap in the air line to prevent oil from being blownonto the surface.

D. Remove all loose rust, oil or other deleterious substances from metalembedments or bottom of baseplates prior to the installation of the grout.

E. Concrete surfaces shall be washed clean and then kept moist for at least 24hours prior to the placement of cementitious or cement grout. Saturation may beachieved by covering the concrete with saturated burlap bags, use of a soakerhose, flooding the surface, or other method acceptable to the Engineer. Uponcompletion of the 24 hour period, visible water shall be removed from the surfaceprior to grouting. The use of an adhesive bonding agent in lieu of surfacesaturation shall only be used when approved by the Engineer for each specificlocation of grout installation.

F. Epoxy-based grouts do not require the saturation of the concrete substrate.Surfaces in contact with epoxy grout shall be completely dry before grouting.

G. Construct grout forms or other leakproof containment as required. Forms shallbe lined or coated with release agents recommended by the grout manufacturer.Forms shall be of adequate strength, securely anchored in place and shored toresist the forces imposed by the grout and its placement.

H. Forms for epoxy grout shall be designed to allow the formation of a hydraulichead and shall have chamfer strips built into forms.

I. Level and align the structural or equipment bearing plates in accordance with thestructural requirements and the recommendations of the equipmentmanufacturer.

J. Equipment shall be supported during alignment and installation of grout byshims, wedges, blocks or other approved means. The shims, wedges andblocking devices shall be prevented from bonding to the grout by appropriate

257

Page 261: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

bond breaking coatings and removed after grouting unless otherwise approved by the Engineer.

3.02 INSTALLATION – GENERAL

A. Mix, apply and cure products in strict compliance with the manufacturer's recommendations and this Section.

B. Have sufficient manpower and equipment available for rapid and continuous mixing and placing. Keep all necessary tools and materials ready and close at hand.

C. Maintain temperatures of the foundation plate, supporting concrete, and grout between 40 and 90 degrees F during grouting and for at least 24 hours thereafter or as recommended by the grout manufacturer, whichever is longer. Take precautions to minimize differential heating or cooling of baseplates and grout during the curing period.

D. Take special precautions for hot weather or cold weather grouting as recommended by the manufacturer when ambient temperatures and/or the temperature of the materials in contact with the grout are outside of the 60 and 90 degrees F range.

E. Install grout in a manner which will preserve the isolation between the elements on either side of the joint where grout is placed in the vicinity of an expansion or control joint.

F. Reflect all existing underlying expansion, control and construction joints through the grout.

3.03 INSTALLATION – CEMENT GROUTS AND NONSHRINK CEMNTITIOUS GROUTS

A. Mix in accordance with manufacturer's recommendations. Do not add cement, sand, pea gravel or admixtures without prior approval by the Engineer.

B. Avoid mixing by hand. Mixing in a mortar mixer (with moving blades) is recommended. Pre-wet the mixer and empty excess water. Add premeasured amount of water for mixing, followed by the grout. Begin with the minimum amount of water recommended by the manufacturer and then add the minimum additional water required to obtain workability. Do not exceed the manufacturer's maximum recommended water content.

C. Placements greater than 3-in in depth shall include the addition of clean, washed pea gravel to the grout mix when approved by the manufacturer. Comply with the manufacturer's recommendations for the size and amount of aggregate to be added.

D. Place grout into the designated areas in a manner which will avoid segregation or entrapment of air. Do not vibrate grout to release air or to consolidate the material. Placement should proceed in a manner which will ensure the filling of all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes as necessary.

258

Page 262: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

E. Place grout rapidly and continuously to avoid cold joints. Do not place cementgrouts in layers. Do not add additional water to the mix (retemper) after initialstiffening.

F. Just before the grout reaches its final set, cut back the grout to the substrate at a45 degree angle from the lower edge of bearing plate unless otherwise approvedby the Engineer. Finish this surface with a wood float (brush) finish.

G. Begin curing immediately after form removal, cutback, and finishing. Keep groutmoist and within its recommended placement temperature range for at least 24hours after placement or longer if recommended by the manufacturer. Saturatethe grout surface by use of wet burlap, soaker hoses, ponding or other approvedmeans. Provide sunshades as necessary. If drying winds inhibit the ability of agiven curing method to keep grout moist, erect wind breaks until wind is nolonger a problem or curing is finished.

3.04 INSTALLATION – NONSHRINK EPXOY GROUTS

A. Mix in accordance with the procedures recommended by the manufacturer. Donot vary the ratio of components or add solvent to change the consistency of thegrout mix. Do not overmix. Mix full batches only to maintain proper proportionsof resin, hardener and aggregate.

B. Monitor ambient weather conditions and contact the grout manufacturer forspecial placement procedures to be used for temperatures below 60 or above 90degrees F.

C. Place grout into the designated areas in a manner which will avoid trapping air.Placement methods shall ensure the filling of all spaces and provide full contactbetween the grout and adjoining surfaces. Provide grout holes as necessary.

D. Minimize "shoulder" length (extension of grout horizontally beyond base plate).In no case shall the shoulder length of the grout be greater than the groutthickness.

E. Finish grout by puddling to cover all aggregate and provide a smooth finish.Break bubbles and smooth the top surface of the grout in conformity with themanufacturer's recommendations.

F. Epoxy grouts are self curing and do not require the application of water. Maintainthe formed grout within its recommended placement temperature range for atleast 24 hours after placing, or longer if recommended by the manufacturer.

3.05 INSTALLATION – CONCRETE GROUT

A. Screed underlying concrete to the grade shown on the Drawings. Prepare thesurface according to 3.01B. Protect and keep the surface clean until placementof concrete grout.

B. Remove the debris and clean the surface by sweeping and vacuuming of all dirtand other foreign materials. Wash the tank slab using a strong jet of water.Flushing of debris into tank drain lines will not be permitted.

C. Saturate the concrete surface for at least 24 hours prior to placement of theconcrete grout. Saturation may be maintained by ponding, by the use or soakerhoses, or by other methods acceptable to the Engineer. Remove excess water

259

Page 263: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

just prior to placement of the concrete grout. Place a cement slurry immediately ahead of the concrete grout so that the slurry is moist when the grout is placed. Work the slurry over the surface with a broom until it is coated with approximately 1/16 to 1/8-in thick cement paste. (A bonding grout composed of 1 part portland cement, 1.5 parts fine sand, an approved bonding admixture and water, mixed to achieve the consistency of thick paint, may be substituted for the cement slurry.)

D. Place concrete grout to final grade using the scraper mechanism as a guide forsurface elevation and to ensure high and low spots are eliminated whereapplication is at clarifier bottom. Unless specifically approved by the equipmentmanufacturer, mechanical scraper mechanisms shall not be used as a finishingmachine or screed.

E. Provide synthetic reinforcing fibers in all applications unless steel reinforcementis indicated in the Drawings.

F. Provide grout control joints as indicated on the Drawings.

G. Finish and cure the concrete grout as specified for cast-in-place concrete

3.06 SCHEDULE

A. The following list indicates where the particular types of grout are to be used:

B. General purpose nonshrink cementitious grout: Use at all locations where nonshrink grout is called for on the plans except for base plates greater in area than3-ft wide by 3-ft long and except for the setting of anchor rods, anchor bolts orreinforcing steel in concrete.

C. Flowable nonshrink cementitious grout: Use under all base plates greater in areathan 3-ft by 3-ft. Use at all locations indicated to receive flowable nonshrink groutby the Drawings. The Contractor, at his/her option and convenience, may alsosubstitute flowable nonshrink grout for general purpose nonshrink cementitiousgrout..

D. Nonshrink epoxy grout: Use for the setting of anchor rods, anchor bolts andreinforcing steel in concrete and for all locations specifically indicated to receiveepoxy grout.

E. Cement grout: Cement grout may be used for grouting of incidental base platesfor structural and miscellaneous steel such as post base plates for platforms,base plates for beams, etc. It shall not be used when nonshrink grout isspecifically called for on the Drawings or for grouting of primary structural steelmembers such as columns and girders.

F. Concrete grout: Use at grout fillets or grout pours greater than 4” thick

END OF SECTION

260

Page 264: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 03740 MODIFICATIONS AND REPAIR TO CONCRETE

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and cut, remove,repair or otherwise modify parts of existing concrete structures or appurtenancesas shown on the Drawings and as specified herein. Work under this Section shallalso include bonding new concrete to existing concrete.

1.02 RELATED WORK

A. Concrete Formwork is included in Section 03100.

B. Concrete Reinforcement is included in Section 03200.

C. Concrete Joints and Accessories are included in Section 03250.

D. Cast-in-Place Concrete is included in Section 03300.

E. Concrete Finishes are included in Section 03350.

F. Grout is included in Section 03600.

1.03 SUBMITTALS

A. Submit to the Engineer, in accordance with Section 01300, a schedule ofDemolition and the detailed methods of demolition to be used at each location.

B. Submit manufacturer's technical literature on all product brands proposed foruse, to the Engineer for review. The submittal shall include the manufacturer'sinstallation and/or application instructions.

C. When substitutions for acceptable brands of materials specified herein areproposed, submit brochures and technical data of the proposed substitutions tothe Engineer for approval before delivery to the project.

1.04 REFERENCE STANDARDS

A. American Society for Testing and Materials (ASTM)

1. ASTM C881 – Standards Specification for Epoxy-Resin-Base BondingSystems for Concrete.

2. ASTM C882 – Standard Test Method for Bond Strength of Epoxy-ResinSystems Used with Concrete by Slant Sheer.

3. ASTM C883 – Standard Test Method for Effective Shrinkage of Epoxy-Resin Systems Used with Concrete.

4. ASTM D570 – Standard Test Method for Water Absorption of Plastics

5. ASTM D638 – Standard Test Method for Tensile Properties of Plastics.

261

Page 265: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

6. ASTM D695 – Standard Test Method for Compressive Properties of Rigid Plastics.

7. ASTM D732 – Standard Test Method for Shear Strength of Plastics by Punch Tool.

8. ASTM D790 – Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials.

B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply.

1.05 QUALITY ASSURANCE

A. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer.

B. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust and to prevent damage to the structures or contents by falling or flying debris. Unless otherwise permitted, shown or specified, line drilling will be required in cutting existing concrete.

C. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum of 10 years experience in the manufacture of such products and shall have an ongoing program of training, certifying and technically supporting the Contractor's personnel.

1.06 DELIVERY, STORAGE, HANDLING

A. Deliver the specified products in original, unopened containers with the manufacturer’s name, labels, product identification and batch numbers.

B. Store and condition the specified product as recommended by the manufacturer.

PART 2 PRODUCTS 2.01 MATERIALS

A. General

1. Materials shall comply with this Section and any state or local regulations.

B. Epoxy Bonding Agent

1. General

a. The epoxy bonding agent shall be a two-component, solvent-free, asbestos-free moisture insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the

262

Page 266: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

requirements of ASTM C881, Type II and the additional requirements specified herein.

2. Material

a. Properties of the cured material

i. Compressive Strength (ASTM D695): 8500 psi minimum at28 days.

ii. Tensile Strength (ASTM D638): 4000 psi minimum at 14days.

iii. Flexural Strength (ASTM D790 - Modulus of Rupture):6,300 psi minimum at 14 days.

iv. Shear Strength (ASTM D732): 5000 psi minimum at 14days.

v. Water Absorption (ASTM D570 - 2 hour boil): One percentmaximum at 14 days.

vi. Bond Strength (ASTM C882) Hardened to Plastic: 1500psi minimum at 14 days moist cure.

vii. Effective Shrinkage (ASTM C883): Passes Test.

viii. Color: Gray.

3. Approved manufacturers include: Sika Corporation, Lyndhurst,NJ - Sikadur 32, Hi-Mod; Master Builder's, Cleveland, OH - ConcresiveLiquid (LPL) or equal.

C. Epoxy Paste

1. General

a. Epoxy Paste shall be a two-component, solvent-free, asbestosfree, moisture insensitive epoxy resin material used to bonddissimilar materials to concrete and shall comply with therequirements of ASTM C881, Type I, Grade 3 and the additionalrequirements specified herein. It may also be used to patchexisting surfaces where the glue line is 1/8-in or less.

2. Material

a. Properties of the cured material:

i. Compressive Properties (ASTM D695): 10,000 psiminimum at 28 days.

ii. Tensile Strength (ASTM D638): 3,000 psi minimum at 14days. Elongation at Break - 0.3 percent minimum.

263

Page 267: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

iii. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days.

iv. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days.

v. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days.

vi. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure.

vii. Color: Concrete grey.

3. Approved manufacturer's include:

a. Sika Corporation, Lyndhurst, N.J. - Sikadur Hi-mod LV 32; Master Builders, Inc., Cleveland, OH - Concresive 1438 or equal.

b. Overhead applications: Sika Corporation, Lyndhurst, NJ - Sikadur Hi-mod LV 31; Master Builders, Inc., Cleveland, OH - Concresive 1438 or equal.

D. Repair Mortar

1. General

a. Repair mortal shall be a two-component, polymer modified, cement based, fast-setting, trowel grade, structural repair mortar suitable for use on horizontal, vertical and overhead surfaces prepackaged product specifically formulated for the repair of concrete surface defects.

2. Material

a. Properties of the cured material:

i. Compressive Strength (2 hours 50 percent RH) – 150 psi minimum

ii. Compressive Strength (28 days 50 percent RH) – 150 psi minimum

iii. Bond Strength (pull off method) – 100 percent concrete substrate failure

iv. This system shall conform with ANSI/NSF standards for surface contact with potable water.

3. Approved manufacturer's include:

a. Sika Corporation, Lyndhurst, N.J. – SikaTop 122 PLUS or equal.

264

Page 268: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

b. Overhead applications: Sika Corporation, Lyndhurst, N.J. –SikaTop 123 PLUS or equal.

E. Non-Shrink Precision Cement Grout, Non-Shrink Cement Grout, Non-ShrinkEpoxy Grout and Polymer Modified mortar are included in Section 03600GROUT.

F. Adhesive anchor system shall be equal to the HIT-HY 200 adhesive AnchoringSystem by Hilti Fastening Systems, Tulsa, OK. Where the adhesive anchor isunder sustained tensile loading (i.e. vertically installed anchors) the anchorsystem shall be Hilti HIT RE-500 SD by Hilti Fastening Systems, Tulsa, OK. Allsteel reinforcement shall be anchored using the Hilti HIT RE-500 SD adhesiveanchoring system.

G. Acrylic Latex Bonding Agents shall not be used for this project.

H. Crack Repair Epoxy Adhesive

1. General

a. Crack Repair Epoxy Adhesive shall be a two-component,solvent-free, moisture insensitive epoxy resin material suitable forcrack grouting by injection or gravity feed. It shall be formulatedfor the specific size of opening or crack being injected.

b. All concrete surfaces containing potable water or water to betreated for potable use that are repaired by the epoxy adhesiveinjection system shall be coated with an acceptable epoxy coatingsystem that conforms with ANSI/NSF standards for surfacecontact with potable water.

2. Material

a. Properties of the cured material

i. Compressive Properties (ASTM D695): 10,000 psiminimum at 28 days.

ii. Tensile Strength (ASTM D638): 5,300 psi minimum at 14days. Elongation at Break - 2 to 5 percent.

iii. Flexural Strength (ASTM D790 - Modulus of Rupture):12,000 psi minimum at 14 days (gravity); 4,600 psiminimum at 14 days (injection)

iv. Shear Strength (ASTM D732): 3,700 psi minimum at 14days.

v. Water Absorption (ASTM D570 - 2 hour boil): 1.5 percentmaximum at 7 days.

vi. Bond Strength (ASTM C882): 2,000 psi at 2 days dry;1,400 psi at 14 days dry plus 12 days moist.

265

Page 269: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

vii. Effective Shrinkage (ASTM 883): Passes Test.

3. Approved manufacturer's include:

a. For standard applications: Sika Corporation, Lyndhurst, NJ - Sikadur Hi-Mod; Master Builders Inc., Cleveland, OH - Concressive 1380 or equal.

b. For very thin applications; Sika Corporation, Lyndhurst, NJ - Sikadur Hi-Mod LV; Master Builders Inc., Cleveland, OH - Concressive 1468 or equal

PART 3 EXECUTION 3.01 GENERAL

A. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc, are specified in respective Sections. All work shall comply with other requirements of this of Section and as shown on the Drawings.

B. All commercial products specified in this Section shall be stored, mixed and applied in strict compliance with the manufacturer's recommendations.

C. In all cases where concrete is repaired in the vicinity of an expansion joint or

control joint the repairs shall be made to preserve the isolation between components on either side of the joint.

D. When drilling holes for dowels/bolts at new or existing concrete, drilling shall stop

if rebar is encountered. As approved by the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar locations shall be identified prior to drilling using "rebar locators" so that drilled hole locations may be adjusted to avoid rebar interference.

3.02 CONCRETE REMOVAL

A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, shall be done by line drilling at limits followed by chipping or jack-hammering as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Sawcutting at limits of concrete to be removed shall only be done if indicated on the Drawings, or after obtaining written approval from the Engineer.

B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/4-in.

C. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the edge of concrete removal shall be a 1-in deep saw cut on each exposed surface of the existing concrete.

266

Page 270: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

D. Concrete specified to be left in place which is damaged shall be repaired byapproved means to the satisfaction of the Engineer.

E. The Engineer may from time to time direct the Contractor to make additionalrepairs to existing concrete. These repairs shall be made as specified or by suchother methods as may be appropriate.

3.03 SURFACE PREPARATION

A. Connection surfaces shall be prepared as specified below for concrete areasrequiring patching, repairs or modifications as shown on the Drawings, specifiedherein, or as directed by the Engineer.

B. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibitingmaterials from the surface by dry mechanical means, i.e. - sandblasting, grinding,etc, as approved by the Engineer. Be sure the areas are not less than 1/2-in indepth. Irregular voids or surface stones need not be removed if they are sound,free of laitance, and firmly embedded into parent concrete, subject to theEngineer's final inspection.

C. If reinforcing steel is exposed, it must be mechanically cleaned to remove allcontaminants, rust, etc, as approved by the Engineer. If half of the diameter ofthe reinforcing steel is exposed, chip out behind the steel. The distance chippedbehind the steel shall be a minimum of 1/2-in. Reinforcing to be saved shall notbe damaged during the demolition operation.

D. Reinforcing from existing demolished concrete which is shown to be incorporatedin new concrete shall be cleaned by mechanical means to remove all loosematerial and products of corrosion before proceeding with the repair. It shall becut, bent or lapped to new reinforcing as shown on the Drawings and providedwith a minimum cover all around as specified on the contract drawings or 2-in.

E. The following are specific concrete surface preparation "methods" are to be usedwhere called for on the Drawings, specified herein or as directed by theEngineer. All installation of anchors shall be according to the manufacturer’srecommendations.

1. Method A: After the existing concrete surface at connection has beenroughened and cleaned, thoroughly moisten the existing surface withwater. Brush on a 1/16-in layer of cement and water mixed to theconsistency of a heavy paste. Immediately after application of cementpaste, place new concrete or grout mixture as detailed on the Drawings.

2. Method B: After the existing concrete surface has been roughened andcleaned, apply epoxy bonding agent at connection surface. The fieldpreparation and application of the epoxy bonding agent shall complystrictly with the manufacturer's recommendations. Place new concrete orgrout mixture to limits shown on the Drawings within time constraintsrecommended by the manufacturer to ensure bond.

3. Method C: Drill a hole 1/4-in larger than the diameter of the dowel. Thehole shall be blown clear of loose particles and dust just prior to installingepoxy. The drilled hole shall first be filled with epoxy paste, and then

267

Page 271: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

dowels/bolts shall be buttered with paste then inserted by tapping. Unless otherwise shown on the Drawings, deformed bars shall be drilled and set to a depth of ten bar diameters and smooth bars shall be drilled and set to a depth of fifteen bar diameters. If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels.

4. Method D: Combination of Method B and C.

5. Method E: Capsule anchor system shall be set in existing concrete bydrilling holes to the required depth to develop the full tensile and shearstrengths of the anchor material being used. The anchor bolts systemshall be installed per the manufacturer's recommendation in holes sizedas required. The anchor stud bolt, rebar or other embedment item shallbe tipped with a double 45 degree chamfered point, securely fastenedinto the chuck of all rotary percussion hammer drill and drilled into thecapsule filled hole.

3.04 GROUTING

A. Grouting shall be as specified in Section 03600.

3.05 CRACK REPAIR

A. Cracks on horizontal surfaces shall be repaired by gravity feeding crack sealantinto cracks per manufacturer's recommendations. If cracks are less than 1/16-inin thickness they shall be pressure injected.

B. Cracks on vertical surfaces shall be repaired by pressure injecting crack sealantthrough valves sealed to surface with crack repair epoxy adhesive permanufacturer's recommendations.

C. Cracks shall be repaired according to the following generalized procedure:

1. Remove any efflorescence, dirt, oil, etc, off the surfaces in the vicinity ofthe observed seepage. Where loose cementitious surfacer/slurry isencountered, it shall be removed to reveal the original concrete surface.Removal shall be performed using mechanical methods chemicalsolutions provided they are approved by other product manufacturerswhich are to be used (i.e. paint).

2. Apply adequate surface seal to crack to prevent leakage of epoxy.

3. Establish injection points at a distance along crack not less than thicknessof cracked member.

4. Crack injection sequence:

5. Ensure that tank is full of water.

6. Inject epoxy into crack from exterior at first port with sufficient pressure toadvance epoxy to adjacent port.

268

Page 272: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

7. Seal original port and shift injection to port where epoxy appears.

8. Continue port-to-port injection until crack has been injected for its entire length.

9. For small amounts of epoxy, or where excessive pressure developed by injection pump might further damage structure, premixed epoxy and use hand caulking gun to inject epoxy if acceptable to the Engineer.

10. Seal ports, including adjacent locations where epoxy seepage occurs, as necessary to prevent drips or run out.

11. The crack is considered to be sealed once no moisture is transferred from the concrete to a dry hand for a minimum of 24 hours after injections. Continue injection procedures if the crack does not meet this condition.

12. After epoxy injection is complete, remove surface seal material and refinish concrete in area where epoxy was injected to match existing concrete including applying new surfacer patch material to match existing in thickness, texture, etc. All materials used for patching or repairs shall be coordinated with other products to be used such as paint to ensure conformance and applicability.

END OF SECTION

269

Page 273: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

DIVISION 5 METALS

SECTION 05500 MISCELLANEOUS METAL

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and cut, remove,repair or otherwise modify parts of existing concrete structures or appurtenancesas shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Concrete joint accessories are included in Section 03350.

B. Painting is included in Division 9.

C. Sluice gates, slide gates, operators and appurtenances, including wall thimbles,are included in Division 11.

D. Pipe hangers and sleeves are included in Division 15.

E. Equipment anchor bolts are included in the respective Sections of Divisions 11,14 and 15.

1.03 SUBMITTALS

A. Submit to the Engineer, in accordance with Section 01300, shop drawings andproduct data showing materials of construction and details of installation for:

1. Shop drawings, showing sizes of members, method of assembly,anchorage and connection to other members.

B. Samples

1. Submit samples as requested by the Engineer during the course ofconstruction.

2. Certify that welders have been qualified under AWS, within the previous12 months, to perform the welds required under this Section.

1.04 REFERENCE STANDARDS

A. Aluminum Association (AA)

1. ABH-21 Aluminum Brazing Handbook

2. ASD-1 Aluminum Standards and Data

3. DAF-45 Designation System for Aluminum Finishes

4. SAA-46 Standards for Anodized Architectural Aluminum

270

Page 274: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. American Society for Testing and Materials (ASTM)

1. ASTM A36 – Standard Specification for Carbon Structural Steel.

2. ASTM A48 – Standard Specification for Gray Iron Castings.

3. ASTM A53 – Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless.

4. ASTM A108 – Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality.

5. ASTM A123 – Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

6. ASTM A153 – Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware.

7. ASTM A240 – Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels.

8. ASTM A276 – Standard Specification for Stainless Steel Bars and Shapes.

9. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 Psi Tensile Strength.

10. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength.

11. ASTM A366 - Standard Specification for Steel, Sheet, Carbon, Cold-Rolled, Commercial Quality.

12. ASTM A500 - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes.

13. ASTM A501 - Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing.

14. ASTM A536 - Standard Specification for Ductile Iron Castings.

15. ASTM A570 - Standard Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled, Structural Quality.

16. ASTM A593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs.

17. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate.

18. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles and Tubes.

271

Page 275: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

19. ASTM B429 - Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube.

20. ASTM F593 – Standard Specification for Stainless Steel Bolts, Hex Caps Screws, and Studs.

21. ASTM F1554 – Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength.

C. American Iron and Steel Institute (AISI).

1. Specification for Structural Steel Buildings.

D. American Welding Society (AWS)

1. AWS D1.1 - Structural Welding Code Steel.

2. AWS D1.2 - Structural Welding Code Aluminum.

3. AWS D1.6 - Structural Welding Code Stainless Steel.

E. Occupational Safety and Health Administration (OSHA) F. 2017 Florida Building Code. G. Where reference is made to one of the above standards, the revision in effect at

the time of bid opening shall apply.

1.05 QUALITY ASSURANCE

A. The work of this Section shall be completely coordinated with the work of other Sections. Verify, at the site, both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified.

B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other Sections.

C. All welding shall be performed by qualified welders and shall conform to the applicable AWS welding code. Welding of steel shall conform to AWS D1.1 and welding of aluminum shall conform to AWS D1.2.

1.06 DELIVERY, STORAGE AND HANDLING

A. Deliver items to be incorporated into the work of other trades in sufficient time to be checked prior to installation.

B. Repair items which have become damage or corroded to the satisfaction of the Engineer prior to incorporating them into the work.

PART 2 PRODUCTS

272

Page 276: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.01 GENERAL

A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired.

B. Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance and manufacturer's service.

2.02 MATERIALS

A. Unless otherwise noted, materials for miscellaneous metals shall conform to the following standards:

1. Structural Steel

a. W Shapes: ASTM A992, Gr.50

b. M Shapes: ASTM A36

c. S, C and MC Shapes: ASTM A36

d. L Shapes: ASTM A36

e. Plates, rods and Bars: ASTM A36

2. HSS Rectangular Shapes: ASTM A500, Grade

B, 46 ksi

3. HSS Round Shapes ASTM A500, Grade B, 42 ksi

4. Welded and Seamless Steel Pipe ASTM A501 or ASTM A53,

Type E or S, Grade B Schedule 40. Use standard malleable iron fittings, galvanized for exterior work

5. Steel Sheets ASTM A366

6. Gray Iron Castings ASTM A48, Class 35

7. Ductile Iron Castings ASTM B108

8. Aluminum Extruded Pipe ASTM B429, Alloy 6063 T6

9. Aluminum Extruded Shapes ASTM B221, Alloy 6061 T6

273

Page 277: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

10. Aluminum Sheet and Plate ASTM B209, Alloy 6061 T6

11. Stainless Steel Plates, Sheets, and Structural Shapes

a. Exterior, Submerged or Industrial Use ASTM A276, Type 316 (Type 316L for welded)

b. Interior and Architectural Use ASTM A276, Type 304

12. Stainless Steel Bolts ASTM F593, Type 316

13. Stainless Steel Nuts ASTM F594, Type 316

14. Carbon Steel Bolts and Studs ASTM A307, Grade A or

ASTM F1154, Gr. 36 (galvanized unless noted otherwise)

15. High Strength Steel Bolts, Nuts and washers ASTM A325 (mechanically

Galvanized per ASTM B695, Class 50, where noted)

a. Elevated Temperature Exposure Type I

b. General Application Type I or Type II

16. Galvanizing ASTM A123 Zn w/0.5 Percent minimum Ni

17. Galvanizing, hardware ASTM A153, Zn w/0.5 percent minimum

2.03 ANCHORS, BOLTS AND FASTENING

A. Furnish anchors, bolts, fasteners, etc., as necessary for installation of the work ofthis section or as specified for securing the work of other sections.

B. Anchor bolt material shall be ASTM F1154, Grade 36, or ASTM A307, Grade Astandard headed bolts with heavy hex nuts, Grade A washers, hot-dippedgalvanized, unless noted otherwise on drawings.

C. Unless otherwise noted, bolts for the connection of carbon steel or iron shall besteel bolts; bolts for the connection of galvanized steel or iron shall be galvanizedsteel or stainless steel bolts; and bolts for the connection of aluminum orstainless steel shall be stainless steel bolts.

274

Page 278: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

D. Unless otherwise noted, expansion anchors shall be zinc plated carbon steelwedge type anchors complete with nuts and washers. Type 316 stainless steel,wedge type anchors shall be used where they will be submerged or exposed tothe weather or where stainless steel wedge type anchors are required. When thelength or embedment of the bolt is not noted on the Drawings, provide lengthsufficient to place the wedge and expansion sleeve portion of the bolt at least 1-in behind the concrete reinforcing steel. Expansion anchors shall be Hilti, Kwick-bolt III or Kwik Bolt TZ; ITW Ramset; Redhead trubolt, or equal.

E. Unless otherwise noted, adhesive anchors shall be a two-component chemicalresin anchoring system. Capsules shall be self-contained, exactly premeasuredamounts of polyester or vinyl ester resin, aggregate and hardener. Studassemblies shall consist of a stainless steel type 316 all-thread anchor rod withnut and washer. Provide manufacturer’s recommended installation tools forinstalling anchor components. Install anchors in full compliance with themanufacturer’s recommendations. Adhesive anchor system shall be Hilti, HIT-RE500-SD or HIT-HY 200; Simpson Strong Tie, SET-XP Epoxy-Tie or Acrylic Tie; orapproved equal.

F. Anchors used in masonry construction shall be as indicated in Section 2.03.Cabove where anchors are installed into solid grouted cells. Additional, Hilti, HIT-HY 70 adhesive anchoring system, or approved equal, may also be used ingrouted masonry construction. When fastening to hollow concrete block or brick,adhesive anchors shall be a three-part stud, screen and chemical dispenseranchoring system. Adhesive cartridges shall contain premeasured amounts ofresin and hardener which are mixed and deposited in a screen tube by adispenser. Stud assemblies shall consist of a stainless steel type 316 all-threadanchor rod with nut and washer. Anchors shall be Hilti, HIT HY-20 System orapproved equal.

G. Automatic end welded headed anchor studs shall be flux ended studs made fromcold drawn steel, ASTM A108 Grades C-1010 through C-1020. Headed anchorstuds shall be Nelson, H4L Headed Concrete Anchors or equal.

H. Machine bolts and nuts shall conform to Federal Specification FF-B-575C. Boltsand nuts shall be hexagon type. Bolts, nuts, screws, washers and relatedappurtenances shall be Type 316 stainless steel.

I. Connection bolts for wood members shall be ASTM A307, galvanized wherespecified.

J. Toggle bolts shall be Hilti, Toggler Bolt or equal.

2.04 MISCELLANEOUS ALUMINUM

A. All miscellaneous metal work shall be formed true to detail, with clean, straight,sharply defined profiles and smooth surfaces of uniform color and texture andfree from defects impairing strength or durability. Holes shall be drilled orpunched. Edges shall be smooth and without burrs. Fabricate supplementarypieces necessary to complete each item though such pieces are not definitelyshown or specified.

275

Page 279: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Connections and accessories shall be of sufficient strength to safely withstandthe stresses and strains to which they will be subjected. Exposed joints shall beclose fitting and jointed where least conspicuous. Threaded connections shallhave the threads concealed where practical. Welded connections shall havecontinuous welds or intermittent welds as specified or shown. The face of weldsshall be dressed flush and smooth. Welding shall be on the unexposed side asmuch as possible in order to prevent pitting or discoloration of the aluminumexposed surface. Grind smooth continuous welds that will be exposed. Provideholes for temporary field connections and for attachment of the work of othertrades.

C. Miscellaneous aluminum items shall include: beams, angles, closure angles,grates, hatches, floor plates, stop plates, stair nosings, and any othermiscellaneous aluminum called for on the Drawings and not otherwise specified.

D. Angle frames for hatches, beams, grates, etc, shall be complete with weldedstrap anchors attached.

E. Aluminum diamond plate and floor plate shall have a minimum thickness of 3/8-in. Frames and supports shall be of aluminum construction. Fastening devicesand hardware shall be Type 304 stainless steel. Plates shall have a mill finish.

F. Stair treads for aluminum stairs shall have abrasive non-slip nosing as approved.

G. Aluminum nosing at concrete stairs shall be Wooster Products, Inc.; AlumogritTreads, Type 116; similar by Barry Pattern and Foundry Co.; Andco or equal.Furnish with wing type anchors and flat head stainless steel machine screws, 12-in on center. Nosing shall also be used at concrete ladder openings. Nosingshall a single piece for each step extending to within 3-in at each side of stair orfull ladder width. Set nosing flush with stair tread finish at concrete stairs.Furnish treads with heavy duty protective tape cover.

H. Miscellaneous aluminum items shall have a cleaned and degreased mill finish.

2.05 MISCELLANEOUS STEEL

A. All miscellaneous metal work shall be formed true to detail, with clean, straight,sharply defined profiles and smooth surfaces of uniform color and texture andfree from defects impairing strength or durability. Holes shall be drilled orpunched. Edges shall be smooth and without burrs. Fabricate supplementarypieces necessary to complete each item though such pieces are not definitelyshown or specified.

B. Connections and accessories shall be of sufficient strength to safely withstandthe stresses and strains to which they will be subjected. Exposed joints shall beclose fitting and jointed where least conspicuous. Threaded connections shallhave the threads concealed where practical. Welded connections shall havecontinuous welds or intermittent welds as specified or shown. The face of weldsshall be dressed flush and smooth. Grind smooth continuous welds that will be

276

Page 280: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

exposed. Provide holes for temporary field connections and for attachment of the work of other trades.

C. Miscellaneous steel items shall include: beams, angles, lintels, metal stairs,support brackets, base plates for other than structural steel or equipment, closureangles, bridge crane rails, monorail hoist beams, holddown straps and lugs, doorframes, splice plates, subframing at roof openings and any other miscellaneoussteel called for on the Drawings and not otherwise specified.

D. Structural steel angle and channel door frames shall be shop coated with primer.Frames shall be fabricated with not less than three anchors on each jamb.

E. Steel pipe pieces for sleeves, lifting attachments and other functions shall beSchedule 40 pipe unless otherwise shown on the Drawings. Wall and floorsleeves, of steel pipe, shall have welded circumferential steel waterstops at mid-length.

F. Lintels, relief angles or other steel supporting masonry or embedded in masonryshall be shop coated with primer.

G. All steel finish work shall be thoroughly cleaned, by effective means, of all loosemill scale, rust and foreign matter and shall be given one shop coat of primercompatible with the finish coat after fabrication but before shipment. Paint shallbe omitted within 3-in of proposed field welds. Paint shall be applied to drysurfaces and shall be thoroughly and evenly spread and well worked into jointsand other open spaces.

H. Galvanizing, where required, shall be the hot-dip zinc process after fabrication.Coating shall be not less than 2 oz/sq ft of surface.

2.06 MISCELLANEOUS STAINLES STEEL

A. All miscellaneous metal work shall be formed true to detail, with clean, straight,sharply defined profiles and smooth surfaces of uniform color and texture andfree from defects impairing strength or durability. Holes shall be drilled orpunched. Edges shall be smooth and without burrs. Fabricate supplementarypieces necessary to complete each item though such pieces are not definitelyshown or specified.

B. Connections and accessories shall be of sufficient strength to safely withstandthe stresses and strains to which they will be subjected. Exposed joints shall beclose fitting and jointed where least conspicuous. Threaded connections shallhave the threads concealed where practical. Welded connections shall havecontinuous welds or intermittent welds as specified or shown. The face of weldsshall be dressed flush and smooth. Grind smooth continuous welds that will beexposed. Provide holes for temporary field connections and for attachment ofthe work of other trades.

277

Page 281: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Miscellaneous stainless steel items shall include: beams, angles, bar racks and any other miscellaneous stainless steel called for on the Drawings and not otherwise specified.

PART 3 EXECUTION 3.01 INSTALLATION

A. Install all items except those to be embedded in concrete or other masonry which shall be installed under Division 3 and Division 4 respectively. Items to be attached to concrete or masonry after such work is completed shall be installed in accordance with the details shown. Fastening to wood plugs in masonry will not be permitted.

B. Abrasions in the shop primer shall be touched up immediately after erection.

Areas left unprimed for welding shall be painted with primer after welding. C. Zinc coating which has been burned by welding, abraded, or otherwise damaged

shall be cleaned and repaired after installation. The damage area shall be thoroughly cleaned by wire brushing and all traces of welding flux and loose or cracked zinc coating removed prior to painting. The cleaned area shall be painted with two coats of zinc oxide-zinc dust paint conforming to the requirements of Military Specifications MIL-P-15145. The paint shall be properly compounded with a suitable vehicle in the ratio of one part zinc oxide to four parts zinc dust by weight.

D. Specialty products shall be installed in accordance with the manufacturer's

recommendations. E. Expansion bolts shall be checked for tightness a minimum of 24 hours after initial

installation. F. Install adhesive capsule anchors using manufacture's recommended drive units

and adapters and in compliance with the manufacturer's recommendations. G. Headed anchor studs shall be welded in accordance with manufacturer's

recommendations. H. All steel surfaces that come into contact with exposed concrete or masonry shall

receive a protective coating of an approved heavy bitumastic troweling mastic applied in accordance with the manufacturer's instructions prior to installation.

I. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zinc-

chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal.

J. Where aluminum contacts masonry or concrete, apply a heavy coat of approved

alkali resistant paint to the masonry or concrete.

278

Page 282: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

K. Where aluminum contacts wood, apply two coats of aluminum metal and masonry paint to the wood.

L. Between aluminum grating, aluminum stair treads, or aluminum handrail brackets

and steel supports, insert 1/4-in thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer, sized for full width and length of bracket or support.

END OF SECTION

279

Page 283: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

DIVISION 11 EQUIPMENT

SECTION 11311 SOLIDS HANDLING WASTEWATER PUMPS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install Three(3) 100 HP and Three (3) 125 HP vertical immersible solids handling, closecoupled style dry pit sewage pumping unit equipped complete, as shown on thedrawings and as specified herein.

B. Vertical wastewater close coupled dry pit solids handling pumps.

C. All necessary and desirable accessory equipment and auxiliaries whetherspecifically mentioned in this specification or not shall be furnished and installedas required for an installation incorporating the highest standards for this type ofservice. Also included shall be supervisory services during installation and fieldtesting of each unit and instructing the regular operating personnel in the propercare, operation, and maintenance of the equipment.

1.02 SUBMITTALS

C. Shop drawings and product data, in accordance with Section 01340, shall includethe following:

2. Certified dimensional drawings of each item of equipment and auxiliaryapparatus to be furnished.

3. Certified foundation, pump support, and anchor bolt plans and details.

4. Schematic electrical wiring diagram and other data as required forcomplete pump installation.

5. Literature and drawings describing the equipment in sufficient detail,including parts lit and materials of construction, to indicate full conformancewith the detail specifications.

6. Total weight of pumping unit.

D. Design Data

1. Manufacturer’s certified rating curves, to satisfy the specified designconditions, showing pump characteristics of discharge, head, brakehorsepower, efficiency and guaranteed net positive suction head required(NPSHR). Curves shall show the full-recommended range of performanceand include shut-off head. This information shall be prepared specificallyfor the pump proposed. Catalog sheets showing a family of curves will notbe acceptable.

280

Page 284: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Test Reports

2. Tabulated data for the drive motors including rated HP, full load RPM,

power factor and efficiency curves at full load, ½, ¾, service factor and KW input, including when the pump is at its design point.

3. Description of pump factory test procedures, equipment, and a copy of final report when available.

C. Operation and Maintenance Data

1. Complete operating and maintenance instructions shall be furnished for

all equipment included under these specifications as required in Section 01700. The maintenance instructions shall include trouble shooting data and full preventative maintenance schedules and complete spare parts lists with ordering information.

1.03 REFERENCE

A. Design, manufacturing and assembly of elements of the equipment herein specified shall be in accordance with, but not limited to, published standards of the following, as applicable:

1. American Gear Manufacturers Association (AGMA)

2. American Institute of Steel Construction (AISC)

3. American Iron and Steel Institute (AISI)

4. American Society of Mechanical Engineers (ASME)

5. American National Standards Institute (ANSI)

6. American Society for Testing and Materials (ASTM)

7. American Welding Society (AWS)

8. Anti-Friction Bearing Manufacturers Association (AFBMA)

9. Hydraulic Institute Standards (current edition)

10. Institute of Electrical and Electronics Engineers (IEEE)

11. National Electrical Code (NEC)

12. National Electrical Manufacturers Association (NEMA)

13. Occupational Safety and Health Administration (OSHA)

14. Steel Structures Painting Council (SSPC)

281

Page 285: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

15. Underwriters Laboratories, Inc. (UL) B. Where reference is made to one of the above standards, the revision in effect at

the time of bid opening. 1.04 QUALITY ASSURANCE

E. To assure unity of responsibility, the pumps, motors and sole plates, shall be furnished and coordinated by the pump manufacturer. The Contractor and manufacturer shall assume responsibility for the satisfactory installation and operation of the entire pumping system including pumps, motors, and sole plates, and controls as specified.

F. The equipment covered by these specifications is intended to be standard pumping equipment of proven ability as manufactured by concerns having extensive experience in the production of such equipment. A single manufacturer shall furnish units specified herein. The equipment furnished shall be designed, constructed, and installed to operate satisfactorily when installed as shown on the drawings.

G. Pumps shall be manufactured in accordance with the Hydraulic Institute

Standards, except where otherwise specified herein. H. The pump manufacturer shall be fully responsible for the design, arrangement,

and operation of all connected rotating components, including soleplate(s), if any, of the assembled pumping unit mounted on a fabricated steel base plate, to ensure that neither harmful nor damaging vibrations occur at any speed within the specified operating range.

1.05 SYSTEM DESCRIPTION

D. The pumping units each will take suction from their wet wells containing raw sewage.

E. Each pumping unit will start and stop in accordance with pre-set wet well level control program as shown in the drawings and specified herein.

1.06 DELIVERY, STORAGE, AND HANDLING

A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the unit and equipment are ready for operation.

B. All equipment and parts must be properly protected against any damage during shipment. Store equipment in accordance with the manufacturer's instruction.

C. Factory assembled parts and components shall not be dismantled for shipment

unless permission is received in writing from the Engineer. D. The finished surfaces of all exposed flanges shall be protected by wooden or

equivalent blank flanges, strongly built, and securely bolted thereto.

282

Page 286: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

E. Finished iron or steel surfaces not painted shall be properly protected to preventrust and corrosion.

F. No shipment shall be made until approved by the Engineer in writing.

G. For protection of bearings during shipment and installation, the bearing shall beproperly processed. Anti-friction bearings, if prelubricated, shall be protected inaccordance with the bearing manufacturer's recommendations against formationof rust during a long period of storage while awaiting completion of installation andstart-up of the machine in which they are used. Anti-friction bearings, which arenot prelubricated, shall be properly treated in accordance with the bearingmanufacturer's recommendation against formation of rust during a long period ofstorage while waiting completion of installation and start-up by the application ofExxon Rust-Ban No. 392, or equal treatment.

1.07 MAINTENANCE

A. Furnish all special tools and test equipment required for the proper servicing of allequipment. All such tools and test equipment shall be furnished in a suitable steeltool chest complete with lock and duplicate keys.

B. All spare parts shall be properly protected for long periods of storage and packedin containers that are clearly identified with indelible markings as to contents.

C. Furnish the following spare parts for each size pump.

Quantity Item

1. 1 per pump Impeller locknut 2. 1 set per pump model Radial and thrust bearings 3. 1 set per pump Pump casing gaskets 4. 1 per size of pump Impeller with ring 5. 1 per pump model Mechanical Seal 6. 1 per size of pump Grit Shield

PART 2 PRODUCTS

2.01 GENERAL

A. The pumping units shall all be supplied by one manufacturer and shall be completeincluding pumps, and appurtenances such as, but not limited to, couplings, guards,and gauges.

B. The pump shall be designed and built for 24-hour continuous service at all pointswithin the required range of operation, without overheating, without cavitation, andwithout excessive vibration or strain. All parts shall be so designed andproportioned as to have liberal strength, stability, and stiffness and to be especiallyconstructed to meet the Specifications. Ample room and facilities shall be providedfor inspection, repairs, and adjustment.

283

Page 287: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. All necessary foundation bolts, nuts, and washers shall be furnished and shall be Type 316 stainless steel.

D. Each major piece of equipment shall be furnished with a stainless steel nameplate

(with embossed data) securely mounted to the body of the equipment. As a minimum, the nameplate for the pumps shall include the manufacturer's name and model number, serial number, rated flow capacity, head, speed, and all other pertinent data.

2.02 CONDITIONS OF OPERATION

A. The pumps shall be manufactured by Fairbanks Nijhuis Pump, Hydromatic, or Flygt. The basis of design for the pumps at both lift stations are pumps manufactured by Fairbanks Nijhuis. The pumps within each service type shall be identical in every respect with all parts interchangeable. Where the acceptance of a manufacturer other than the basis of design requires review by the Engineer of Record, revision or redesign of any part of the Work, all such review costs, revisions and redesign, and all new drawings and details required therefore, shall be at the CONTRACTOR's expense.

B. Each pump shall be designed for the conditions of service tabulated as follows and shall operate within the system head curves as appended.

Gulfport LS1

Service: Raw Sewage Model 6”-IM5446

No. Of pumps: 3 Liquid: Wastewater

Maximum Temperature (degree F): 80 Maximum speed (rpm): 1185

Minimum shut-off head at max speed (ft.): 140 Design capacity (gpm): 1458

Design total head (TH) (ft.): 114 Minimum efficiency at design point (percent): 70%

Minimum sphere solid size (in): 3.00 Minimum capacity at run out head (gpm): 3,300

Minimum head at run out (ft.): 60 Minimum efficiency at run out capacity: 69% NPSHR at maximum run out capacity (ft.): 32

2nd design point capacity (gpm): 2180 2nd design point head (ft.): 97

2nd design point efficiency (%); 77.5% MCSF(gpm) 900 Motor HP 100 Minimum pump suction diameter (in): 10”

Minimum pump casing discharge diameter (in): 6"

284

Page 288: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Gulfport LS2

Service: Raw Sewage Model 5”-IM5446

No. Of pumps: 3 Liquid: Wastewater

Maximum Temperature (degree F): 80 Maximum speed (rpm): 1785

Minimum shut-off head at max speed (ft.): 212 Design capacity (gpm): 1333

Design total head (TH) (ft.): 171 Minimum efficiency at design point (percent): 71%

Minimum sphere solid size (in): 3.00 Minimum capacity at run out head (gpm): 2,400

Minimum head at run out (ft.): 117 Minimum efficiency at run out capacity: 63% NPSHR at maximum run out capacity (ft.): 28

2nd design point capacity (gpm): 1700 2nd design point head (ft.): 151

2nd design point efficiency (%); 73% MCSF(gpm) 700 Motor HP 125 Minimum pump suction diameter (in): 8”

Minimum pump casing discharge diameter (in): 5"

Where total head (TH) is referred to in conjunction with the specified discharge requirements, it shall be understood to consist of the sum of the pressure head plus the velocity head, in feet, at the discharge nozzle of the pump minus the pressure head and the velocity head at the suction nozzle of the pump. The efficiency of the pump shall be understood to be based upon total head as just defined.

The pumps shall operate throughout the entire operating range, per Paragraph 1.05D.

2.03 PUMP CONSTRUCTION

A. Impeller

The impeller shall be balanced non-clogging type made of Class 30 Cast Iron. The impeller shall be of one piece, single suction, enclosed, two vane mixed flow design with well-rounded leading vanes and then tapered toward the trailing edge for a circular flow pattern. The waterways through the impeller will have extremely smooth contours, devoid of sharp corners so as to prevent rags or stringy, fibrous material from catching or clogging. The impeller is to be balanced and secured to the shaft by means of a bolt, washer, and key. The arrangement shall be such that the impeller cannot be loosened from torque in either forward or reverse rotation. Wiper vanes on the back impeller shroud are not allowed. Impeller shall be supplied with axial stainless steel wear rings, 410-484 BHN.

285

Page 289: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Volute/Casing

The volute shall be matched to the impeller and made of close-grained cast iron conforming to ASTM A48 Class 30. The volute is to be of one-piece circular constant flow, equalizing pressure design with smooth fluid passages large enough to pass any size solid that can pass through the impeller. The casing and impeller geometry shall be such that the rated size solid capability of the pump will pass the same size solid between the full diameter impeller and the cutwater passage. The volute shall be side flanged tangential discharge and capable of rotation in 45º increments to accommodate piping orientation. Diffusion vanes are not permitted. The volute shall be furnished with large cleanout openings located at the impeller centerline, to allow access to the impeller. Volute priming, drain, and 1/2" minimum gauge connections shall be provided. Flanges shall be 125 lbs. flat-faced flanges per ANSI drilling. The casing shall be designed to permit the removal of the rotating assembly without disturbing the suction or discharge piping. The pump casing shall be hydrostatically tested to 1.5 times the design head or 1.25 times the shutoff head, whichever is greater.

C. Elbow and Base

The pump suction shall be supplied with a 10” x 10” (LS1); 8” x 8” (LS2) 90-degree elbow that provides a smooth flow transition into the impeller eye. The suction flange will have 125 lb. ANSI drilling. The elbow shall contain a contoured hand clean out.

A rugged heavy-duty fabricated steel base with openings large enough to permit access to the suction elbow and cleanout, bolted directly to the volute, shall be provided. The base shall be designed to support the assembled weight of the pump and the shafting.

D. Backhead

A separately cast close-grained cast iron back head with large access openings and integral sealing box conforming to ASTM A48 Class 30 shall be provided. The sealing box shall be designed for a mechanical seal. Each pump shall be provided with a Chesterton 442C split style seal with SC/SC faces. Included shall be a SS spiraltrax bushing.

E. Fronthead The front head shall be made of close-grained cast iron conforming to ASTM A48 Class 30. The front head shall be cast separately and be connected to the suction elbow. Front head casing shall be protected from grit erosion by a ‘Grit Shield” combination 600 Brinell high chrome iron wear ring and angular cast plate. The “Grit Shield” shall utilize “speed bumps” on the circumference to break up the half speed grit and sand rotation occurring in the front head area. Upon request, a list of a minimum of 10 installations 5 years or older shall be provided.

286

Page 290: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

F. Fits and Hardware

The volute casing, front head, back head, and frame shall be manufactured withconcentric shoulder fits to assure accurate alignment. All machine bolts, nuts, andcap screws shall be of the hex head type and will not require the use of any specialtools.

G. Shaft Assembly

Minimum Shaft Diameter 6”-IM5446 5”-IM5446

1. At impeller 3.1875” 3.1875”

2. At sleeve 3.25” 3.25”

3. At thrust bearing 2.993” 2.993”

4. At radial bearing 3.740” 3.740”

5. Between bearings 4.00” 4.00”

6. At Coupling 2.375” 2.375”

7. Center to Center of bearings 13.625” 14.125”

The pump shaft shall be high-strength alloy steel, A668 AISI 4140 HT; with a minimum 100,000 PSI tensile strength and 75,000 PSI yield strength of sufficient diameter to carry the maximum loads imposed and to prevent vibration and fatigue. The shaft shall be accurately machined along its entire length and precision ground at bearing locations. Keyways shall be provided at both ends.

Radial (inboard) bearings shall be grease lubricated double row spherical roller bearings designed to carry the hydraulic radial loads encountered in the service conditions. Thrust (outboard) bearings shall be an angular contact ball bearings designed to carry the pump hydraulic axial and dead load thrust. Bearing shall be designed for a nominal L10 life of 50,000 hrs. Per AFBMA at best efficiency point.

H. Each pump shall be provided with glycerin-filled suction and discharge pressuregauges with a 1/4-in NPT inlet and 4.5-in dials. A 316 stainless steel, oil filled,diaphragm with a 1/2-in NPT inlet, and 1/4-in flushing tap, with T-cock, shall beinstalled on each gauge. The suction gauges shall be of the compound type toindicate both vacuum and pressure and be graduated to read 15-psi positivepressures and 30-in mercury negative pressures. The discharge gauges shall begraduated from 0 to 60 psi. The pressure gauges shall be equal to Figure 1980Solfrunt standard gauges, Model 150000-4 series, manufactured by Amtek, U.S.Gauge Division. The diaphragm seals shall be equal to Model MGSG0103102seals manufactured by Amtek, Mansfield & Green Division. The gauges shall beconnected to the pump suction and discharge. All fittings, bolting, and cocks shallbe 316 stainless steel.

I. The pump and its driving equipment shall be designed and constructed tosuccessfully withstand a maximum turbining speed of the unit resulting frombackflow through the pump of 100 percent of the design operating speed. Themotor shall be mounted on a barrel style adapter designed for use with a VFD. Themotor shall be coupled to the pump via a flanged coupling.

287

Page 291: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

TABLE 1

Pump Designation (Graham) 6”-IM5446 5”-IM5446

Minimum Case Wall Thickness (in.) 0.875” 0.6875” Minimum Sphere Size (in.) 3.00” 3.00” Discharge Size (in.) 6.00” 5.00” Front Head Suction Size (in.) 10.00” 8.00” Minimum Pump Weight (lbs) 2000 1360

2.04 PUMP DRIVE SYSTEM

A. General

1. All motors defined under this specification shall conform to the latestapplicable requirements of NEMA, ISO, ANSI, IEEE, and NEC.

2. Ratings to be based on a 40 degree C ambient, 1000 meter altitude orlower operation with a maximum winding temperature rise of 85 degree Cby resistance at 1.0 service factor.

3. Motors to be furnished with Class F insulation. All motors covered underthis specification shall be capable of operating at 1.15 service factor withclass F rise on sine wave power, but shall be selected for operation withintheir full load rating without applying the service factor.

4. Low voltage motors shall be equipped with space heaters appropriate forthe frame size and thermostats connected in series. Medium voltagemotors shall be equipped with space heaters appropriate for the framesize and winding RTDs.

B. Mechanical

1. Bearing and Lubrication

a. Bearings shall be either deep groove, angular contact, roller, orspherical roller.

b. Bearings shall be selected to provide L10 life of 40,000 hrsminimum for applications requiring the direct mounting of thepump impeller to the shaft.

c. Bearings shall be configured to allow for a maximum of 0.06” axialendplay.

d. Bearing temperature rise shall not exceed 50 degrees C for 1800RPM and slower motors.

e. Bearing ISO identification shall be on the motor nameplate.f. Motor bearing lubrication system is to be re-greasable. Top

bearing may require oil lubrication in applications where thrustsare high.

g. Motor to be lubricated by manufacturer with a premium polyureagrease. On applications where oil lubricated bearings are

288

Page 292: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

required, an ISO compliant oil will be used. Bearing systems shall be suitable for operation between -25 degrees C to 120 degrees C.

2. Enclosure

a. Motor will be labeled IP68 allowing for continuous operation under

water. b. Motor enclosure, including frame, end brackets, fan shroud, and

cover shall be fabricated steel or cast iron type JIS G 5502 FC150 or better.

c. All mating frame fits shall have rabbet joints with O-rings to ensure a watertight design.

d. Corrosion resistant stainless steel nameplate shall be affixed to the motor frame with stainless steel or brass drive pins. Nameplate information shall include all required NEMA data and ISO bearing numbers.

e. All mounting hardware shall be hex head, ISO 4.6 grade or above. Screwdriver slot fasteners are prohibited on all frames.

f. Motor rotor construction shall be of cast aluminum or fabricated copper. Rotors shall be dynamically balanced to NEMA or ISO standards.

g. The main motor shaft will not protrude through the opposite drive end bracket and there will be no running fit to allow entrance of water into the motor.

h. The motor shall be designed to prevent water infiltration along the shaft by utilizing mechanical seal. Seal shall be cooled by oil located between the p-base end bracket and pump back plate. Seals shall be capable of withstanding continuous submergence.

i. 30 feet of power cable shall be provided for the power leads of the motor, attached by either a sealable water tight gland or a potted hub.

j. Motor will be blower cooled. The blower motor will be of a submersible design with a control module that shuts-off the blower in the event of a flood. Once flood recedes, blower motor will automatically restart requiring no servicing and allowing for uninterrupted service.

k. The motor shall be equipped with a moisture detector external to the motor to monitor any water inside stator cavity.

l. All motor parts, including frame, bracket, fan cover and terminal box are to receive severe duty, high grade epoxy paint. All motor parts shall be primed with an epoxy primer. These parts include the stator/frame assembly, rotor assembly, end brackets, and fan cover. All parts of motor must successfully withstand salt spray tests for corrosion per ASTM B-117 for 96 hours.

F. Electrical

1. All motors shall successfully operate under power supply variations per NEMA Part 20.

289

Page 293: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. All motors shall be designed with torque starting requirements in accordance with NEMA-MG1-1998 20.10.1.

3. Motos shall have copper windings.

4. Motor insulation shall be Class F minimum on all motors.

5. Motor leads shall be non-wicking type, Class F temperature rating or better and permanently numbered for identification.

6. Each completed and assembled motor shall receive a routine factory test per NEMA standards.

2.06 SHOP TESTS

A. Each pump shall be non-witnessed tested per the latest Hydraulic Institute Standards.

1. A complete test report for each pump, including certified characteristic

curves of the pump, consisting of at least all information required in Paragraph 1.05, except for NPSH testing, and certified copies of the hydrostatic test report, shall be submitted and approved by the Engineer before the pumps are shipped.

2. The tests shall be performed with pump in vertical position.

B. Each pump being furnished under these specifications shall be factory tested in

accordance with the latest edition of the Hydraulic Institute Standards. Certified copies of the Hydrostatic Test Report shall be supplied prior to conducting a pump performance test. Notification of such test and a list of test equipment and procedures shall be furnished to the Engineer at least ten working days before the schedule test date.

1. Each pump shall be tested and data recorded at its operating conditions of

service as listed in Paragraph 2.02. In addition, the pumps shall be tested and data recorded at shut-off head. Sufficient test point readings shall be made to establish complete head flow capacity, efficiency and brake horsepower curves for each pump.

2. All gauges and other test instruments shall be calibrated within 30 days of

the scheduled test and certified calibration data shall be provided. All Venturi flow meters shall be calibrated within two years of the scheduled test and certified calibration data shall be provided.

END OF SECTION

290

Page 294: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

DIVISION 16 ELECTRICAL

SECTION 16050 ELECTRICAL – GENERAL PROVISIONS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required for a completeelectrical system for Lift Station No. 1 and No. 2 Upgrades at the City of Gulfport,Florida, hereinafter specified and shown on the Drawings.

B. The work, and materials which shall be furnished under these Specifications andaccompanying Drawings shall include all items listed and/or shown on theDrawings. Certain equipment will be furnished as specified in other sections ofthese Specifications which will require wiring thereto and/or complete installationas indicated. All materials necessary for the complete installation shall befurnished and installed by the Contractor to provide complete power and controlsystems as indicated on the Drawings and/or as specified herein.

C. The Contractor shall furnish and install the necessary equipment to serve the loadsas indicated on the Drawings and/or as specified hereinafter.

D. The work shall include complete testing of all equipment and wiring at thecompletion of the work and making any minor connection changes or adjustmentsnecessary for the proper functioning of the system and equipment. Allworkmanship shall be of the highest quality; sub-standard work will be rejected.

E. Mount and wire instruments and equipment furnished under these or otherDivisions of these Specifications.

F. Each bidder or his authorized representatives shall, before preparing his bid, visitall areas in which work under this division is to be performed and inspect carefullythe present installation. The submission of the bid by this bidder shall beconsidered evidence that he or his representative has visited the site and notedthe locations and conditions under which the work will be performed.

G. All power interruptions to existing equipment shall be at the Owner's convenience.Coordinate bypass pumps under other sections.

H. It is the intent of these Specifications that the electrical system shall be suitable inevery way for the service required. All material and all work which may bereasonably implied as being incidental to the work of this Section shall be furnishedat no extra cost.

1.02 SERVICE AND METERING

A. The existing Duke Energy Florida (DEF) permanent electric service shall beupgraded from 240VAC Delta to 480/277V Wye as shown on the drawings.

B. It is the responsibility of the Contractor to provide all coordination efforts for theexisting electrical service. Existing meters and meter cans shall be reused. Themeter, weatherhead, and riser on LS-2 shall be relocated.

291

Page 295: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Furnish and install the new secondary service drop conductors, weatherhead, riserconduit, and wire as shown on the electrical drawings.

D. Contact Duke Energy Local Service Area Customer Service (877) 372-8477 fortemporary outage requests or engineering. The Contractor shall pay all DEFservice charges.

1.03 CODES, INSPECTION AND FEES

A. All material and installation shall be in accordance with the latest edition of theNational Electrical Code and all applicable national, local and state codes.

B. Pay all fees required for permits and inspections including any charges associatedwith the service modifications.

1.04 TESTS

A. Test all systems and repair or replace all defective work. Make all necessaryadjustments to the systems and instruct the Owner's personnel in the properoperation of the systems.

B. The following minimum tests and checks shall be made prior to the energizing ofelectrical equipment. Test shall be by a qualified NETA testing firm, and a certifiedtest report shall be submitted stating that the equipment meets and operates inaccordance with the Manufacturer's and job specifications, and that equipment andinstallation conforms to all applicable Standards and Specifications:

1. Mechanical inspection of all circuit breakers 100A and above to assureproper operation. Measure contact resistance.

2. Motors: Megger to ground each motor winding. Record date, motortemperature, terminal, reading and operator and have Ownerrepresentative sign off on each reading.

3. Conductors: Megger to ground prior to termination all 600 volt conductors.Record the date, conductor, reading and operator and have Ownerrepresentative sign off on each reading.

4. Connections & Terminations: Torque to Manufacturer's values. Recordthe date, conductor, torque, operator and have the Engineer sign off oneach reading.

5. Hot Spot Testing: Perform infrared hot spot inspection of the 480 volt motorcontrol centers and associated equipment when greater than 80 percentloads are present. Record the date, loads, gear conditions found, operatorand have the owner's representative who must be present for theinspection sign off in each instance.

292

Page 296: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

6. Miscellaneous:

a. Meggering must be done per NETA requirements at 1000 VDC forone minute. The ground plane used must be the one establishedat the main source of energy for conductors, switchboards andcontrol centers. The motor frame may be used for the ground planefor motors.

b. An unsuccessful test will be one in which any one of the threemegger readings differs from another by more than 25%. Engineershall determine if cables and/or equipment bussing shall bereplaced.

1.05 SLEEVES AND FORMS FOR OPENINGS

A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc.Locate all necessary slots for electrical work and form before concrete is poured.

1.06 CUTTING AND PATCHING

A. All cutting and patching shall be done in a thoroughly workmanlike manner.

1.07 INTERPRETATION OF DRAWINGS

A. The Drawings are not intended to show exact locations of conduit runs.

B. All three-phase circuits shall be run in separate conduits unless otherwise shownon the Drawings.

C. Unless otherwise approved by the Engineer conduit shown exposed shall beinstalled exposed; conduit shown concealed shall be installed concealed.

D. Where circuits are shown as "home-runs" all necessary fittings and boxes shall beprovided for a complete raceway installation.

G. The locations of equipment, fixtures, outlets, and similar devices shown on theDrawings are approximate only. Exact locations shall be as approved by theEngineer during construction.

H. Surface mounted panel boxes, junction boxes, conduit, etc., shall be supported byspacers to provide a clearance between wall and equipment.

I. Circuit layouts shown are not intended to show the number of fittings, or otherinstallation details.

J. The ratings of motors and other electrically operated devices together with the sizeshown for their branch circuit conductors and conduits are approximate only andare indicative of the probable power requirements insofar as they can determinedin advance of the purchase of equipment.

293

Page 297: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

K. All connections to equipment shall be made as shown, specified, and directed andin accordance with the Manufacturer's approved shop drawings, regardless of thenumber of conductors shown on the Electrical Drawings.

1.08 SIZE OF EQUIPMENT

A. Investigate each space in the building where equipment must pass to reach itsfinal location. If necessary, the Manufacturer shall be required to ship his materialin 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 tiltedfor ease of passage through restricted areas during transportation, theManufacturer shall be required to brace the equipment suitably, to insure that thetilting does not impair the functional integrity of the equipment.

1.09 RECORD DRAWINGS

A. As the work progresses, legibly record all field changes on a set of project ContractDrawings. When the project is completed, furnish a complete set of reproducible"As-built" drawings and electronic files (Autocad) for the Project RecordDocuments. These documents shall be 24" x 36" in size.

1.10 SHOP DRAWINGS

A. As specified under other sections shop drawings shall be submitted for approvalof all materials, equipment, apparatus, and other items as required by theEngineer.

B. Shop drawings shall be submitted for the following equipment:

1. Automatic Transfer Switch2. Generator, Alternator, Breaker, Enclosure, Fuel Tank3. Dry Type Transformers4. Panelboards5. Disconnect Switches7. UPS Battery Systems9. Wire and Cable10. Variable Frequency Drives11. PSCP modifications12. Grounding13. Field Instruments

C. The Manufacturer name and product designation and catalog data sheet shall besubmitted for the following material:

1. Conduit2. Receptacles3. Boxes and fittings4. Switches5. Control Relays

294

Page 298: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

D. Prior to submittal by the Contractor, all shop drawings shall be checked foraccuracy and contract requirements. Shop drawings shall bear the date checkedand shall be accompanied by a statement that the shop drawings have beenexamined for conformity to Specifications and Drawings. This statement shall alsolist all discrepancies with the Specifications and Drawings. Shop drawings not sochecked and noted shall be returned.

E. The Engineer's check shall be only for conformance with the design concept of theproject and compliance with the Specifications and Drawings.

F. The responsibility for all dimensions to be confirmed and correlated at the job siteand for coordination of this work with the work of all other trades is also includedunder the work of this Section.

1.11 MANUFACTURER SERVICES

A. Provide Manufacturer services for testing and start-up of the following equipment:

1. Sanders Company Modifications to the existing Sanders Pump StationControl Panel (PSCP).

2. Generator and Automatic Transfer Switch3. Other items as required by appropriate specification sections.

B. The Manufacturer of the above listed equipment shall provide experienced FieldService Engineer to accomplish the following tasks:

1. The equipment shall be visually inspected upon completion of installationand prior to energization to assure that wiring is correct, interconnectioncomplete and the installation is in compliance with the manufacturer'scriteria. Documentation shall be reviewed to assure that all Drawings,operation and maintenance manuals, parts list and other data required tocheck out and sustain equipment operation is available on site.Documentation shall be red-lined to reflect any changes or modificationsmade during the installation so that the "As-built" equipment configurationwill be correctly defined. Spare parts shall be inventoried to assure correcttype and quantity. The Manufacturer shall provide written approval thatequipment supplied is approved for energization.

2. The Field Service Engineers shall provide engineering support during theenergization and check out of each major equipment assembly. They shallperform any calibration or adjustment required for the equipment to meetthe Manufacturer's performance specifications.

3. Upon satisfactory completion of equipment test, they shall provideengineering support of system tests to be performed in accordance withManufacturer's test specifications.

3. A final report shall be written and submitted to the Contractor withinfourteen days from completion of final system testing. The report shalldocument the inspection and test activity, define any open problems andrecommend remedial action. The Contractor shall forward a copy of thisreport to the Engineer for approval.

295

Page 299: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

1.12 DEMOLITION

A. Remove all electrical work associated with equipment shown to be removed exceptthose portions indicated to remain or be reused. Remove all unused exposedconduit and wiring back to point of concealment. Remove unused wiring inconcealed conduits back to source (or nearest point of usage). Electrical work tobe removed corresponds to the associated mechanical equipment to be removed.

B. All removals and relocations of existing installations cannot be completely detailedon the Drawings. Survey the existing sites before submitting bid proposal.

C. Continuous service is required on all circuits and outlets affected by thesechanges, except where the Owner will permit outage for a specific time. Whererequired to disconnect and/or remove any part of an existing circuit, reconnect thatcircuit to reestablish service in the remaining portion.

D. Remove exposed conduits, wireways, outlet boxes, pull boxes and hangers madeobsolete by the alternations, unless specifically designated to remain. Exposedconduits shall be removed back to point of concealment, where they shall be cutand threaded for a cap. A threaded cap shall then be installed. Conduits may beremoved back to first coupling if within 3-inches of point of concealment. Cut backin traffic areas to the floor level and patch.

E. Repair all walls to “Like new” condition and paint to match existing wall color.

1.13 DISPOSITION OF REMOVED MATERIALS AND EQUIPMENT

A. In general, it is intended that all materials and equipment indicated to be removedand disposed of by the Contractor shall, upon removal, become the Contractor'sproperty and shall be disposed of off the site by the Contractor, unless otherwisedirected by the Owner.

B. Reuse of wire will not be permitted. An exception is the reuse or relocation whenwire is part of an existing lighting branch circuit and reuse or relocation isspecifically designated and can be accomplished without removing and re-pullingthe wire.

C. All reusable and salvageable equipment and devices shall be sorted andreturned to the Owner.

1.14 MATERIALS

A. The materials used in all systems shall be new, unused and as hereinafterspecified. All materials where not specified shall be of the very best of theirrespective kinds. Samples of materials or Manufacturer's specifications shall besubmitted for approval as required by the Engineer.

B. Materials and equipment used shall be Underwriters Laboratories, Inc. listed.

C. Electrical equipment shall at all times during construction be adequately protectedagainst mechanical injury or damage by water. Electrical equipment shall not be

296

Page 300: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

stored outdoors. If any apparatus has been damaged, such damage shall be repaired by the Contractor at his own cost and expense. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and put through such special tests as directed by the Engineer, at the expense of the Contractor, or shall be replaced by the Contractor at his own expense.

1.15 COORDINATION AND SHORT CIRCUIT STUDY

A. General:

1. The Contractor shall provide a Power System Study for the electrical powerdistribution and motor control equipment. The study shall be prepared bya professional engineer, registered in the State of Florida, withdemonstrated experience in the performance of industrial power systemanalysis.

B. Scope:

1. The short circuit, coordination, and arc flash study shall be in accordancewith ANSI Standard C37.010 and C37.13, shall be performed to check theadequacy, and to verify the correct application of circuit protective devicesand other system components specified. The study shall address the casewhen the system is being powered from the normal source as well as fromthe on-site generating facilities. Minimum as well as maximum possiblefault conditions shall be adequately covered in the study.

1.16 OPERATION AND MAINTENANCE DATA

A. Submit complete operations and maintenance data for all equipment furnishedunder this Division in accordance with Section 01730. The manuals shall beprepared specifically for this installation and shall include all required cuts,Drawings, equipment lists, descriptions, complete part lists, etc. that are requiredto instruct operating and maintenance personnel unfamiliar with such equipment.

1.17 WARRANTY

A. Provide a warranty for all the electrical equipment in accordance with therequirements of other sections, but in no case less than two (2) years from date ofowner acceptance.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

297

Page 301: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 16110 RACEWAYS AND FITTINGS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish and install complete raceway systems as shown on the Drawings and asspecified herein.

1.02 APPLICATIONS

A. Except where otherwise shown on the Drawings, or hereinafter specified. Thefollowing describes the conduit requirements of the project:

1. All exposed raceways shall be in aluminum conduit unless otherwise notedin 2 through 3 below.

2. Underground power conductors (Non VFD motor units) shall be installed inschedule 80 PVC conduits.

3. Conduit installed in "Corrosive" areas or chemical rooms shall be PVCschedule 80.

B. All conduit of a given type shall be the product of one manufacturer.

C. Unless otherwise hereinafter specified or shown on the Drawings, all boxesinstalled outdoors shall be NEMA 4X stainless steel. All boxes installed indoorsshall be PVC construction.

D. Exposed switch, outlet and control station boxes and fittings shall be cast iron or"Feraloy" by Crouse-Hinds in NEMA 1 areas, and stainless steel where outdoors,where located in NEMA 4 areas or in "Corrosive" areas.

PART 2 PRODUCTS

2.01 MATERIALS

A. Rigid Metal Conduit

1. Rigid metal conduit shall be for use under the provisions of NEC Article346.

2. Rigid steel conduit interior and exterior shall be hot-dipped galvanized afterthreading and be as manufactured by the Allied Tube and Conduit Corp.,Wheatland Tube Co., Triangle PWC Inc., or approved equal.

3. Rigid aluminum conduit shall be 6063 alloy and shall be as manufacturedby New Jersey Aluminum Corp., AFC Co., VAW of America, Inc., orapproved equal.

4. PVC coated rigid steel conduit shall have a 1/50-in thick, polyvinyl chloridecoating permanently bonded to hot-dipped galvanized steel conduit and an

298

Page 302: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

internal phenolic coating, and shall be plasti-bond 2" as manufactured by Robroy Industries, Triangle PWC Inc., Perma-Cote Industries, or approved equal.

B. Rigid Nonmetallic Conduit

1. Rigid nonmetallic conduit shall be for use under the provisions of NECArticle 347.

2. PVC conduit shall be rigid polyvinyl chloride Schedule 80 as manufacturedby Carlon, An Indian Head Co., Kraloy Products Co., Inc., Highland PlasticsInc., or approved equal.

C. Liquidtight Flexible Metal Conduit, Couplings and Fittings

1. Liquidtight flexible metal conduit shall be for use under the provisions ofNEC Article 351A.

2. Liquidtight flexible metal conduit shall be Sealtite, Type UA, manufacturedby the Anaconda Metal Hose Div., Anaconda American Brass Co.,American Flexible Conduit Co., Inc., Universal Metal Hose Co., orapproved equal.

3. Fittings used with liquidtight flexible metal conduit shall be of the screw-intype as manufactured by the Thomas and Betts Co., Crouse-Hinds Co., orapproved equal.

D. Flexible Couplings

1. Flexible couplings shall be as manufactured by the Crouse-Hinds Co.,Appleton Electric Co., Killark Electric Manufacturing co., or approved equal.

E. Boxes and Fittings:

1. Steel elbows and couplings shall be hot-dipped galvanized. An extra 40mil PVC protective coating shall be provided when used with PVC coatedsteel conduit. Joints shall be tapped.

2. Conduit hubs shall be as manufactured by Meyers Electric Products, Inc.,Raco Div., Appleton Electric Co., or approved equal. Conduit hubs shallbe provided for all outdoor conduit terminations.

3. Conduit wall seals shall be type WSK as manufactured by the O.Z.Electrical Mfg. Co., or approved equal.

4. Conduit wall seals for cored holes shall be type CSML as manufactured bythe O.Z./Gedney Co., or approved equal.

5. Conduit wall and floor seals for sleeved openings shall be type CSMI asmanufactured by the O.Z./Gedney Co., or approved equal.

6. Conduit sealing bushings shall be O.Z./Gedney Type CSB or approvedequal.

299

Page 303: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

F. Conduit Mounting Equipment:

1. In dry indoor areas, hangers, rods, backplates, beam clamps, channel, etc.shall be galvanized rigid steel or FRP construction.

2. FRP channel, and stainless steel hardware shall be used in areasdesignated "WET," "CORROSIVE," or NEMA 4 on the Drawings.Fiberglass channel shall be resistant to the chemicals present in the areain which it is used.

3. Channel installed outdoors shall be stainless steel.

PART 3 EXECUTION

3.01 INSTALLATION

A. No conduit smaller than 3/4-inch electrical trade size shall be used, nor shall anyhave more than four 90 degree bends in any one run. Pull boxes shall be providedas required or directed. Minimum size in floor slabs shall be 3/4-inch.

B. No wire shall be pulled until the conduit system is complete in all details; in thecase of concealed work, until all rough plastering or masonry has been completed;in the case of exposed work, until the conduit system has been completed in everydetail.

C. Single conduits shall be supported by means of strut and clips to raise conduitsfrom the surface. Multiple runs of conduits shall be supported on trapeze typehangers with steel horizontal members and threaded hanger rods. The rods shallbe not less than 3/8-inch diameter.

D. Conduit hangers shall be attached to structural steel by means of beam or channelclamps. Where attached to concrete surfaces, concrete inserts shall be provided.

E. All conduits on exposed work shall be run at right angles to and parallel with thesurrounding walls and shall conform to the form of the ceiling. All conduit shall berun perfectly straight and true. Conduits not installed in this fashion shall bereplaced.

F. Conduit terminating in pressed steel boxes shall have locknuts and insulatedbushings.

G. Conduit terminating in gasketed enclosures shall be terminated with conduit hubs.

H. Conduit wall seals shall be used for all conduits penetrating walls below grade orother locations shown on the Drawings.

I. Liquidtight flexible PVC conduit shall be used for all motor and transformerterminations and other equipment where vibration is present.

J. Flexible couplings shall be used in hazardous locations for all motor andtransformer terminations and other equipment where vibration is present.

300

Page 304: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

K. Conduit stub outs for future construction shall be provided with threaded PVC endcaps at each end.

L. Splices shall not be made in above or below grade pull boxes without priorapproval.

M. All field cut threads on galvanized steel conduit shall be cleaned and painted withzinc-rich paint before installing.

N. A 4-inch concrete conduit housekeeping pad shall be required for all exposedconduit stub-ups. This applies to ALL exposed conduits installed indoors oroutdoors.

END OF SECTION

301

Page 305: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 16120 WIRES AND CABLES

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish, install and test all wire, cable, and appurtenances as shown on theDrawings and as hereinafter specified.

1.02 SUBMITTALS

A. Samples of proposed wire and cable shall be submitted for approval. Each sampleshall 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 theResident Engineer with the wire actually installed.

C. Installed, unapproved wire shall be removed and replaced at no additional cost tothe Owner.

1.03 APPLICATIONS

A. Wire for all power circuits shall be type THWN.

B. Single conductor wire for control, indication and metering shall be type MTW No.14 AWG, 19 strand or type XHHH No. 14 AWG stranded.

C. Multi-conductor control cable shall be No. 14 AWG, 19 strand.

D. Wire for process instrumentation or shielded control cable shall be No. 16 AWG,shielded and stranded. All shielded cables shall be provided with a #16 shieldedground.

E. All power cables between the motor and VFD shall be VFD rated cable.

1.04 MINIMUM SIZES

A. Except for control and signal leads, no conductor smaller than No. 12 AWG shallbe used.

PART 2 PRODUCTS

2.01 MATERIALS

A. All wires and cables shall be of annealed, 98 percent conductivity, soft drawnstranded copper conductors.

2.02 600 VOLT WIRE AND CABLE

A. Type XHHW shall be cross-linked polyethylene (XLP); as manufactured byGeneral Cable, Southwire Co., Collyer Insulated Wire Co., Rome Cable orapproved equal.

302

Page 306: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

B. Type THWN shall be as manufactured by General Cable, Southwire Co., CollyerInsulated Wire Co., Rome Cable or approved equal.

2.03 INSTRUMENTATION AND CONTROL CABLE

A. Process instrumentation wire shall be twisted pair, 600V, cross-linked polyethyleneinsulated, aluminum tape shielded, polyvinyl chloride jacketed, type "XLP" asmanufactured by General Cable, American Insulated Wire Co., Eaton Corp."Polyset," or approved equal. Multi-conductor cables shall be supplied withindividually shielded twisted pairs.

C. Multi-conductor control cable shall be stranded, 600V, cross-linked polyethyleneinsulated with PVC jacket, type "XLP" as manufactured by General Cable,American Insulated Wire Co., Eaton Corp. "Polyset," or approved equal.

2.04 TERMINATIONS AND SPLICES

A. Power Conductors: Terminations shall be compression lugs or set screw typepressure connectors as specified. Splices are not allowed.

B. Control Conductors: Termination on saddle-type terminals shall be wired directlywith a maximum of two conductors per termination. Termination on screw typeterminals shall be made with a maximum of two spade connectors. Splices (whereallowed) shall be made with insulated compression type connectors and heatshrink sleeves.

C. No splices will be allowed in manholes, handholes or other below grade boxes.Splices shall not be made in push button control stations, control devices, orconduit bodies.

2.05 VARIABLE FRQUENCY DRIVE (VFD) OUTPUT POWER CABLE

A. Section applies to power cables routed between the output of VFD’s and motorterminals.

B. Cable shall be rated for 2000 volts and shall meet the requirements below:

1. Conductors shall be stranded Class B bare copper.2. All wire shall be brought to the job in unbroken packages and shall bear the

data of manufacturing; not older than 12 months.3. Type of wire shall be XLPE RHH/RHW-2 rated 90 degrees C suitable for

wet locations.4. Provide overall 5 millimeters metallic shield (copper tape shield)

overlapped 50%.5. No wire smaller than No. 12 gauge shall be used unless specifically

indicated.6. Cable construction shall consist of three insulated current-carrying phase

conductors and three bare ground conductors, symmetrically placedbetween the phase conductors, and twisted beneath a continuous overallPVC polymeric jacket.

303

Page 307: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

C. Manufacturers:

1. Belden 2. Saab Cable 3. General Cable 4. Houston Wire PART 3 EXECUTION 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. It shall be installed in rigid steel conduit and pull boxes that contain only shielded instrumentation wire. Shielding on instrumentation wire shall be grounded at one end only, as directed by supplier of the instrumentation equipment.

D. Wire and cable connections to terminals 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.

E. All 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.

F. Steel fish tapes and/or steel pulling cables shall not be used in PVC conduit runs.

G. All control and instrumentation circuits and wiring shall be clearly and permanently

numbered and labeled at each end so as to identify the location of the opposite end and the function of the circuit. Individual wires in a multi-wire circuit shall be identified with wire numbers. Labeling shall be in place prior to turnover of any equipment, system or sub-system to Owner.

3.02 TESTS

A. All 600-volt wire insulation shall be tested with a meg-ohmmeter after installation. Tests shall be made at not less than 1,000 VDC. See 16050 for additional testing requirements. A written report shall be submitted to the engineer for review.

END OF SECTION

304

Page 308: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 16217 AUTOMATIC TRANSFER SWITCH

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required to install, put intooperation, and field test the Automatic Transfer Switch (ATS) and appurtenancesas shown on the Drawings and specified herein. The ATS shall be furnished bythe Generator Supplier as a warranted component.

B. For a complete and fully functional standby power system, furnish and installed allnecessary and desirable accessory equipment and auxiliaries whether specificallymentioned in these Specifications or not. The Contractor is responsible for fieldtesting of the entire installation and instruction of the regular operating personnelin the care, operation and maintenance of all equipment.

1.02 DESCRIPTION OF SYSTEMS

A. The ATS shall be rated and mounted as shown on the Drawings and shall bearranged for automatic starting and stopping, and load transfer upon failure of thenormal source of power.

B. All conduit and wire installation requirements are the responsibility of theContractor.

PART 2 PRODUCTS

2.01 AUTOMATIC TRANSFER SWITCH (ATS)

A. The automatic transfer switch shall be contactor type and shall be a standardproduct of a manufacturer regularly engaged in the manufacture of automatictransfer switches for a period of at least 10 years.

B. Subject to compliance with requirements, provide products by one of the following:

1. ASCO 300 series.2. Or equal.

C. Transfer Switch Construction and General Product Requirements

1. The automatic transfer switch shall be rated for continuous duty andsuitable for use in emergency situations. Apply as defined in UL 1008 forcontinuous loading and total system transfer.

2. The complete automatic transfer switch shall be listed under U.L. 1008 foruse on emergency standby systems. The switch shall be contactor type,mechanically interlocked with double actuator for center-off lockout positioncontrol.

3. A neutral assembly shall be provided.

305

Page 309: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

4. The automatic transfer switch shall be rated for 35,000 AIC short circuit availability. Contractor coordinate the generator and service main breaker brands and types for proper ATS series-ratings.

5. The automatic transfer switch shall be positively and reliably interlocked to

prevent both sources from being simultaneously connected to the load unless intended.

6. The automatic transfer switch shall be mechanically held and electrically

operated, energized by the source to which it is being transferred. Connection to the transfer mechanism shall be accomplished by a simple over-center toggle mechanism, which shall mechanically lock the main contacts in place. Main contacts shall be fully rated, self-wiping, and arc quenching.

7. The automatic transfer switch shall be provided with a permanently

attached means to manually operate the switch without the use of special tools, devices or fixtures. The manual operating means shall provide safety to operators performing transfer under load.

8. The cable entry area of the transfer switch shall be accessible from the top,

bottom or front of the enclosure. All control components and wiring shall be front accessible.

9. The switch shall have a transfer programmable time delay between

opening one source and closing the other shall be provided. This shall allow residual voltages to decay before reapplying power to the load.

D. Automatic Transfer Switch Controls

1. Controls shall be microprocessor based and shall provide all necessary functions of the automatic transfer switch. The controller shall be equipped with a real time and date clock, battery backup, and non-volatile memory storage.

2. An HMI shall be provided containing a 16 character with automatic scrolling

features for necessary data display, LCD display, LED indicating lights as specified herein, and a touch pads to allow access to the system.

3. A standard option (Accessory 1UP) UPS Backup power 30 seconds shall be provided for the HMI and Controller.

4. The controller shall be equipped to accept power quality or condition

signals from a variety of external relays or monitors connected to either the normal or emergency sources.

5. The controller shall store all timer and mode settings in non-volatile

memory so that upon re-energizing the switch it will return to the previous position without loss of data.

6. The controller shall allow for five modes of operation: Off/Reset, Automatic,

Load Test, Engine Start and Fault.

306

Page 310: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

a. In the fault mode, the transfer switch shall be locked out and the

reason for its failure shall be displayed on the HMI display. b. The controller shall have complete diagnostic capabilities so that

every input and output can be monitored for troubleshooting or maintenance purposes. Specifically, the transfer switch controller shall display 3-phase voltage and frequency values for both power sources. It shall also display timer functions as they execute in normal operation.

c. The controller shall have an operating range of -40C to +85C d. The controller shall meet IEEE C62.41 surge test. e. The controller shall be able to withstand unlimited power

interruptions.

E. Automatic Transfer Switch Features

1. The transfer switch controller shall be equipped with no less than 6 timers as follows:

a. Time Delay in Neutral: Adjustable time delay to provide delay

between opening the contacts on one source and closing the contacts on the other source. This shall be the programmable time delay required when the automatic transfer switch is serving inductive loads. Timer shall be field adjustable from 0 to 300 seconds, in 1-second increments.

b. Time Delay to Engine Start: Adjustable time delay after a failure of

the Normal source before initiating an Engine-Start signal to allow for temporary short-duration fluctuations in voltage. Timer shall be field adjustable from 0 to 300 seconds, in 1-second increments.

c. Time Delay to Emergency: Adjustable time delay after the engine

has started before transferring the load from the Normal source to the Emergency source. Timer shall be field adjustable from 0 to 300 seconds, in 1-second increments.

d. Time Delay to Return Adjustable time delay after the return of

Normal power before retransferring the load from the Emergency source to the Normal source. Timer shall be field adjustable from 0.0 to 60.0 minutes.

e. Engine Cool Down Timer: Adjustable time delay after retransferring

the load from the Emergency source to the Normal source before shutting down the engine. Timer shall be field adjustable from 0.0 to 60 minutes, in 0.1-minute increments.

307

Page 311: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

f. Minimum Run Timer: Adjustable time delay after starting engine before shutting it down. Timer shall be field adjustable from 0.0 to 60 minutes, in 0.1-minute increments.

2. A Digital Plant Exerciser (Accessory 11BE) shall be provided to provide for

the regular automatic exercising of the Emergency Power System on a pre-selected schedule at field adjustable periods. The controller shall allow exercising with load or without load. In the event of an engine-generator failure, when operating in the plant exerciser mode, the automatic transfer switch shall immediately return to the normal source, if available.

3. A Close Differential Under Voltage Relay shall be provided to continuously

monitor normal voltage. The under voltage relay shall be field adjustable from 70% (seventy percent) to 100% (one hundred percent) of nominal voltage. Factory set at 90% (ninety percent) pick-up and 80% (eighty percent) dropout.

4. The transfer switch controller shall incorporate A Loss of Phase protection

for both sources. In the event of the loss of phase or under voltage of the normal source, the transfer switch shall immediately be disconnected from the normal source to present damage to connected equipment. The transfer switch shall automatically return to service when the power problem no longer exists.

5. Transfer switch controller shall include data logging feature to provide

troubleshooting aid to field technicians.

7. Transfer switch assembly shall include 5 year warranty, inclusive of parts and labor.

8. A single-phase frequency and voltage-sensing relay shall be provided for

protection against transferring to the Emergency source until the generator has reached both operating frequency and voltage.

9. Light Emitting Diode (LED) pilot lights shall be provided on the HMI panel

to indicate the following conditions:

a. Normal Source Available b. Normal Switch Closed c. Emergency Source Available d. Emergency Switch Closed e. System not in Automatic (Flashing light)

10. A controller Load Test Switch shall be mounted on the controller for ease

of servicing. This switch shall cycle the transfer switch through a complete transfer to emergency and retransfer to normal.

11. Overcurrent protection shall be provided on the (Normal or Emergency)

sources with “tripped” indication on the HMI panel.

308

Page 312: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

12. Dry contacts consisting of two normally open and two normally closed contacts shall be provided to indicate the following:

ATS In Normal ATS In Emergency ATS Fail

F. Enclosure

1. The automatic transfer switch shall be enclosed in a NEMA ICS 250, NEMA 3R 316 painted steel enclosure, unless otherwise shown on the drawings.

G. Source Quality Control

1. Factory test components assembled switches and associated equipment to ensure proper operation. Check transfer time and voltage, frequency and time-delay settings for compliance with specified requirements. Perform dielectric strength test complying with NEMA ICS 1.

PART 3 EXECUTION 3.01 SERVICES

A. Furnish the services of a competent and experienced field service technician who has complete knowledge of proper operation and maintenance of the equipment for a period of not less than one day in two separate visits to inspect the installed equipment, supervise the initial test run, and to provide instructions to the plant personnel. The first visit will be for checking and inspecting the equipment after it is installed.

B. Three final copies of operation and maintenance manuals specified must be

delivered to the Engineer prior to scheduling the instruction period with the OWNER.

C. A five (5) year extended warranty shall be provided to the Owner from the date of

initial start up.

END OF SECTION

309

Page 313: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 16231 ENGINE GENERATOR SYSTEMS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Scope:

1. Engine generator systems shall be furnished by the GENERATOR SUPPLIER in a separate procurement package for each lift station. The Generator, alternator, controller, breaker, enclosure, fuel tank, and automatic transfer switch shall be furnished as an integral emergency standby power system.

2. Provide all labor, materials, equipment, and incidentals as shown specified and required to furnish and install 480-volt standby power generator system with appurtenances for complete and operational system.

3. The following generator system(s) are included in this Section:

a. (2) 250 KW, Standby Service, 312 KVA, 0.8 power factor, 480/277 volts, Critcial-grade sound attenuated outdoor enclosure, engine generator, located at Lift Station No. 1 and No. 2 City of Gulfport.

4. Provide a Generator Main Breaker as shown on drawings. Refer to specifications for specific details.

5. Provide a Generator and alternator Controller and include all hardware and software with HMI screens. Controller and mounting bracket shall be LESS THAN 6'-0" ABOVE FINISHED GRADE.

6. Provide a fuel system for direct fuel feed from a 540 gallon base tank.

7. Provide an aluminum powder-coated white, coastal 200 mph wind rated enclosure with Critical-grade Level 3 sound attenuation.

B. Coordination:

1. Review installation procedures under other Sections and coordinate installation of items that must be installed with or before engine generator Work. Installation shall maintain operation above the EL. 7.0 for the 10-year flood elevation.

1.02 SUBMITTALS

A. The Contractor shall submit shop drawings in accordance with the contractrequirements. Submit the following:

1. Shop Drawings:

a. Installation drawings specific to the Project.

310

Page 314: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

b. Bill of material for all equipment and spare parts.

c. Electrical wiring and interconnection diagrams with all externalconnections identified.

d. Control panel data shall include:

i. Description of control features.

ii. Operator panel control switches and functions.

iii. Alarm and status displays.

iv. Provisions for remote start signal and remote status andalarm.

v. Compliance with UL 508.

e. Enclosure data shall include the following:

i. Plan and elevation drawings showing overall dimensions,interior equipment arrangement, and working spaces.

ii. Construction details and hardware specifications.

iii. Exhaust piping and silencer mounting arrangement.

iv. Sound attenuation provisions and decibel levels.

f. Fuel system data shall include:

i. Fuel draw and return data for direct bulk tank fuelconsumption at maximum load.

ii. Hours of operation at rated load and 3/4 load.

iii. Piping arrangements and details. Provide external radiatorflush, fuel supply with ball valve connections.

iv. Compliance with UL 142 and local codes.

g. Provide the following relative to installation:

i. Seismic restraint requirements.

ii. Provisions for fuel piping, electrical conduits, and otherexternal connection requirements.

h. Provide FDEP “EQ#” of applicable products supplied.

2. Product Data:

311

Page 315: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

a. Manufacturer’s literature, specifications, engineering data sheets,and standard drawings, necessary to fully describe the enginegenerator sets and appurtenances, and substantiate compliancewith the Contract Documents. Information shall be annotated toclearly indicate ratings, features, and options specific to the Project.

b. Generator data shall include:

i. Listed to UL 2200.

ii. Factory painting specifications.

c. Engine data shall include:

i. Fuel flow at rated load.

ii. Fuel consumption at 1/4, 1/2, 3/4, and full load.

iii. Engine Type: Naturally aspirated or turbocharged and after-cooled.

iv. Maximum exhaust backpressure.

v. Silencer attenuation rating.

vi. Jacket water heater system.

vii. Gaseous emissions data measurements for hydrocarbons,carbon monoxide, particulate matter, and NOx.

d. Alternator data shall include:

i. Winding insulation class and temperature rise inaccordance with NEMA MG-1-1.65

ii. Standby and continuous KW/KVA ratings.

iii. Motor starting KVA at 90 percent sustained voltage.

iv. Surge KW capacity.

v. Machine reactances and time constants.

e. Starting system data shall include:

i. Battery system.

ii. Battery charger.

iii. Cycle cranking configuration.

3. Testing Procedures:

312

Page 316: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

a. Site Quality Control Testing Procedures: Testing procedures,provided at least thirty days prior to scheduled start of testing.

B. Informational Submittals: Submit the following:

1. Manufacturer’s Instructions:

a. Manufacturer’s unloading, rigging, installing, testing, and startupinstructions. Information shall be specific to and indicate options forthe Project

2. Source Quality Control Submittals:

a. Provide a prototypical testing certification.

3. Site Quality Control Submittals:

a. Services to be performed by Supplier’s representative, provided atleast thirty days prior to start of Site testing.

b. Report on results of testing at the Site, provided within seven daysof completion of testing.

4. Manufacturer Reports: Reports of visits to Site by Supplier’s representative,including purpose of visit, problems encountered, and resolutions.

5. Qualifications Statements:

a. Manufacturer: When requested by Engineer, submit datadocumenting compliance with qualifications requirements of theContract Documents.

C. Closeout Submittals:

1. Operations and Maintenance Manuals shall include:

a. Operating Instructions: Instructions for starting, stopping, protectionof circuits, automatic controls, battery charging and safetyconsiderations. Methods for adjusting speed, output voltage, andcontrol timers.

b. Performance Parameters: Provide nominal values and acceptablelimits for output voltage, frequency, load, engine temperature, andoil pressure Include circuit drawings with component identificationsfor reference.

c. Maintenance Instructions: Procedures for daily, weekly, monthly,and annual basis, or on an hours-run basis. Include guidance forselecting fuel oil, lubricating oil, use of water treatment additives,and anti-freeze.

313

Page 317: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. Warranty Documentation.

D. Maintenance Materials:

1. Provide the following spare parts for each generator set:

a. Two sets of primary and secondary fuel filters.

b. One set of air filters.

c. Two control circuit fuses of each size used.

d. Two sets of lube oil filters.

e. One set of fan belts.

2. Spare parts shall be packed with identification markings and shall be storedin a dry, warm location until transferred to the OWNER at the conclusion ofthe project.

1.03 REFERENCE STANDARDS

A. Standards referenced in this section are:

1. NEMA MG-1, Motors and Generators.

2. NFPA 30, Flammable and Combustible Liquids Code.

3. NFPA 37, Standard for the Installation and Use of Stationary CombustionEngines and Gas Turbines.

4. NFPA 110, Standard for Emergency and Standby Power Systems.

5. UL 142, Steel Aboveground Tanks for Flammable and CombustibleLiquids.

6. UL 2200, Standard for Safety Stationary Engine Generator Assemblies(rated 600 volts or less)

1.04 QUALITY ASSURANCE

A. The Contractor shall provide quality assurance measures for the items specified inthis Section.

B. Component Supply and Compatibility:

1. Obtain all equipment included in this Section regardless of componentmanufacturer from a single generator set manufacturer. Materials, equipment, and parts shall be new, of current production of a firm that manufactures the generator set as a matched system. Manufacturer shall have full responsibility for engine generator performance. Generator set

314

Page 318: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

manufacturer shall prepare or approve all Shop Drawings and other submittals for all components furnished under this Section.

2. Engine generator shall be factory-assembled. Factory test and verify in thefactory that system is free from electrical and mechanical defects and conforms to the Contract Documents.

C. Regulatory Requirements: Comply with applicable provisions of authorities havingjurisdiction, including the following:

1. Code of Federal Regulations (CFR), Title 40, Part 89, Control of Emissionsfrom New and In-Use Nonroad Compression Ignition Engines, Subpart DEmission Test Equipment Provisions

2. Local Ordinances: Systems shall conform to Laws and Regulations relativeto noise control and emissions.

3. Local and State Building Codes: Installations shall conform to applicablecodes including requirements of local fire marshals.

4. Permits: Obtain and pay for required permits, fees, and inspections byauthorities having jurisdiction

1.05 WARRANTY

A. Warranties shall be in accordance with Section 00800, Supplemental Conditions,Section 01005, General Requirement, and Section 01740, Warranties and Bonds.

B. Special Warranty:

1. Provide manufacturer’s written warranty, running to the benefit of OWNER,agreeing to correct or, at option of OWNER remove or replace materials orequipment specified in this Section found to be defective during a period offive years after date of Substantial Completion or 3,000 hours of OWNERoperation.

2. Products supplied under this Section shall be covered by a single warrantyfor the coverage period. Warranty shall provide for free replacement orrepair of parts for five years from date of Substantial Completion or 3,000hours of OWNER operation, and free labor for the first two years.

1.06 DELIVERY, STORAGE AND HANDLING

A. The Contractor shall adhere to the requirements specified in this Section for thestorage and protection of the items specified in this Section.

B. Delivery:

1. Cover all generator air and exhaust openings with vapor inhibiting andwater repellent material.

315

Page 319: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2. Deliver anchorage devices that are to be embedded in cast-in-placeconcrete in ample time to prevent delaying the Work.

3. Inspect equipment for shipping damage or loose parts upon delivery.Check for evidence of water that may have entered equipment duringtransit.

4. Notify Engineer of loss or damage to equipment or components. Replaceloss and repair damage to new condition in accordance with manufacturer'sinstructions.

C. Handle equipment in accordance with manufacturer’s instructions. Furnish at leastone copy of instructions with equipment at time of shipment.

D. Storage:

1. Store equipment in a clean, dry location with controls for uniformtemperature and humidity. Protect equipment with coverings and maintainenvironmental controls.

2. Store materials for easy access for inspection and identification. Keep allmaterials off the ground, using pallets, platforms or other supports. Protectequipment from corrosion and deterioration.

1.07 QUALIFICATIONS

A. The manufacturer of the equipment specified in this Section shall meet thequalifications specified in Section 11000, General Equipment Requirements.

B. Qualifications:

1. Manufacturer:

a. Supplier shall have complete parts and service facilities, factory-trained service staff available for 24-hour emergency service, andbe authorized to administer the warranty for all components ofengine generator systems.

b. Shall be approved by the Florida Department of EnvironmentalProtection.

1.08 SYSTEM OPERATION DESCRIPTION

A. The generator controller and the automation transfer switch shall provide acomplete and automatic system for transfers to and from the utility to generatorstandby power in the event of a loss of and return of the Utility supply.

B. Exercise Mode: Exercise of the generators shall be determined by the position ofan exercise Auto-Manual selector switch. The switch shall be located on the ATScontrol panel and operation shall be as follows.

1. In Automatic Mode:

316

Page 320: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

a. The generators shall exercise when the individual generatorexerciser On-Off switch is in the On position. The sequence shallrepeat on a periodic basis, from a calendar time function. Thecontrol shall initiate the exercise operation which shall repeat on aperiod (weekly, biweekly etc.) selected by the OWNER. TheOWNER shall be able to change the period.

b. Transfer to generator operation: When the timer cycles on, start allgenerators and initiate the following:

i. Transfer the ATS to generator main breaker.ii. The generator shall load to supply the plant load.

c. Return to normal: When the generator run period times out:

1) Transfer the ATS and shutdown the generator after an adjustable cool downperiod.

2. In Manual Mode:

a. Manual exercise of generator(s) shall be initiated by moving theselector switch into the Manual position. The generator(s) to beexercised in the manual mode shall be determined by the individualexercise on-off switches.

c. Operation and sequencing of the generators, and distributionequipment, under manually initiated exercise shall be the same asdescribe in Automatic Mode above.

c. Under manually initiated exercise the generator(s) shall operate aslong as the selector switch is in Manual.

3. When the selector is in the off (O) position controlled exercise of generatorsshall be disabled. All other operating modes, to include standby, load shaveand manual operation from the individual generator control panel, shall beavailable.

C. Manual Mode: With master Auto-Manual switch in the Manual position the controlshall operate in accordance with the following:

1. Manual transfer: When the master switch is in manual, generator transfershall be open transition manually initiated.

2. Generator run: Generator start shall be manually initiated by placing thegenerator Auto-Off-Run switch to Run.

a. When the generator(s) are up to speed and voltage they can beverified.

b. When return to the normal utility source is desired the transfer shallbe open transition.

317

Page 321: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3. Manual mode of operation shall be available under the condition of TransferControl System failure.

PART 2 PRODUCTS

2.01 SYSTEM REQUIREMENTS

A. Quantity and ratings of the systems shall be as indicated in Paragraph 1.01.A ofthis Section.

B. Generators shall be rated for standby operation for duration of normal utility outageas defined by ISO 8528 for limited time operation. Generators shall be capable ofoperating for up to 500 hours per year, of which maximum of 300 hours iscontinuous running, and no overload is allowed.

C. Generator assemblies shall be UL 2200-listed, control panels shall be UL 508-listed and above-ground fuel tanks shall be UL 142-listed.

D. Generators shall be rated for the specified KW, without overload, at the followingSite conditions:

1. Maximum Ambient Temperature: 40 degrees Celsius.

2. Altitude: 76 feet above mean sea level.

2.02 MANUFACTURERS

A. Provide generator systems of one of the following:

1. Blue Star

2. Or equal.

2.03 ENGINE

A. Engine Type: Four-cycle compression ignition, water cooled diesel 1800 RPM.Two-cycle engines are not acceptable. Manufactured by Deere or Volvo, or equal.

B. Engine Construction:

1. Steel-backed bearings.

2. Crank Case: Reinforced cast iron.

3. Crank Shaft: Forged alloy steel with hardened journals, finished anddynamically balanced.

4. Cylinder Head: Cast iron.

5. Pistons: Aluminum alloy with chrome faced rings.

318

Page 322: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

6. Replaceable cylinder liners and valve seat inserts for engines rated over200 horsepower.

7. Single-block construction. Bolted, multiple blocks are not acceptable.

C. Cooling System:

1. Radiator: Engine-mounted with engine-driven blower fan capable of coolingthe engine under full load conditions in an ambient temperature of 104degrees Fahrenheit without de-rating, Provide external flush and drainconnections.

2. Thermostatic valve in jacket water outlet between radiator and engine tomaintain proper jacket water temperature. Engine-driven pump to circulatewater through cooling system.

3. Coolant: Fill system with 50 percent solution of ethylene glycol.

4. Coolant water temperature gauge.

5. High engine temperature shutdown.

6. Loss of coolant shutdown.

7. Fan guard.

8. Radiator face duct connection.

9. Engine coolant heaters, thermostatically controlled, capable of keepingjacket water at temperature not less than 90 degrees Fahrenheit incompliance with NFPA 110. Coolant heaters shall operate at 208 volts,single phase. House contactor for controlling heater in NEMA 4X stainlesssteel enclosure mounted on unit.

D. Lubrication System: Positive displacement, mechanical, full pressure lube pump,full flow and bypass lubrication filters with replaceable spin-on canister elements,oil drain line with valves and dipstick oil level indicator. Provide external greasefittings.

E. Fuel System: Suitable for operation on No. 2 diesel fuel oil. System to includeprimary and secondary fuel filters, fuel/water separator, fuel priming pump, flexiblefuel lines and fuel pressure gauge. Provide external fill and drain valves.

F. Governor: Electronic PMG system to provide automatic isochronous frequencyregulation. System dynamic capabilities to be controlled as function of enginetemperature for fast stable operation at varying engine operating conditions.System to actively control fuel rate and excitation. Fuel rate to be regulated asfunction of starting, accelerating to start disconnect speed, accelerating to ratedspeed, and operating in various isochronous states.

319

Page 323: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

G. Air Supply/Exhaust Systems:

1. Heavy duty air cleaner with service indicator.

2. Flexible stainless steel exhaust connector.

3. Critical grade silencer with condensate drain ports.

4. Schedule 40 stainless steel piping. Insulate indoor piping to limit surfacetemperature to 50 degrees Celsius.

5. All piping and mufflers shall be installed and insulated by the Contractor.

6. Exhaust characteristics shall be furnished for compliance with Air PollutionControl District (APCD) regulations. Certified test reports shall be furnishedfor approval by the APCD and for the Engineer’S approval.

I. Air Emissions:

1. Comply with United States Environmental Protection Agency (USEPA)standards for non-road engines and with state and local requirements.

2. Submit emissions data measurements for hydrocarbons (HC), carbonmonoxide (CO), particulate matter (PM) and oxides of nitrogen (NOx)conforming to USEPA test procedures. Include USEPA not-to-exceedrequirements for each pollutant and maximum run times at full load not toexceed USEPA pollutant limitations.

J. Starting System: DC system complete with engine mounted batteries, locallymounted charger and connecting cables between batteries and engine andbetween charger and batteries.

1. Batteries: Lead-acid or calcium/lead antimony, engine cranking type, ratedin accordance with engine manufacturer’s requirements for minimum ofthree 15-second cranking cycles at firing speeds without recharging, andto accommodate DC power requirements of control panel and otheraccessories requiring DC power.

2. Battery racks, cables, connectors, and disconnect switch.

3. Engine-mounted battery charging alternator and solid state voltageregulator.

4. Battery Charger:

a. UL-listed, voltage regulated and equipped with float, taper andequalize charge settings.

b. Analog DC ammeter and voltmeter; 12-hour equalize timer; AC andDC fuses.

320

Page 324: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

c. Loss of AC power, low battery voltage and high battery voltagealarm lights and contacts for remote annunciation; power on light.

2.04 ALTERNATOR

A. Construction: Synchronous generator, four-pole, 2/3 pitch, revolving field, self-ventilated, drip-proof construction, single bearing, dynamically balanced rotor withamortisseur windings to minimize voltage deviations and heating effects underunbalanced load conditions. Rotor directly connected to engine flywheel housingto ensure permanent alignment. Alternator shall be manufactured by Marathon.

B. Winding Insulation Systems: Class H in accordance with NEMA MG-1.Temperature rise shall not exceed 80 degrees Celsius over 40 degrees Celsiusambient at rated load. Epoxy coating for fungus resistance and abrasionprotection.

C. Excitation System: Brushless construction. Excitation support system, permanentmagnet type, to sustain 300 percent rated current for up to 10 seconds under shortcircuit conditions. Provide surge suppressors to protect against voltage spikes.

D. Voltage Regulator: Automatic solid state system to maintain generator outputvoltage within plus or minus 0.5 percent from no load to full load. Control voltagebuildup, provide volts per Hertz regulation, protect from over-excitation, limitvoltage overshoot on startup, and be environmentally sealed.

E. Provide anti-condensation heater to maintain temperature approximately fivedegrees Fahrenheit above ambient when generator is idle.

2.05 ENGINE-GENERATOR CONTROL PANEL

A. Controls shall be in accordance with NFPA 110, Level 1, and control panel shallbe manufactured by Deep Sea Controllers and shall conform to the following:

1. Install control panel with digital display controls, instruments, lights, anddevices necessary to manually and automatically start, stop, monitor, andprotect the generator. Provide external “STOP” on the generatorenclosure.

2. Controls shall be non-proprietary, UL 508-listed and microprocessor-basedwith programmable adjustments. Control power from starting batterysystem. Panel shall include the following:

a. Emergency stop pushbutton.b. Adjustable cycle cranking.c. KW, KVA, KVAR, and power factor meters.d. Engine coolant temperature readout.e. Engine oil pressure readout.f. Running time readout.g. RPM meter.h. Cool down timer.i. Hand-Off-Autoj. Anti-siphon valve control

321

Page 325: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

3. Readouts and dry contact outputs shall be provided as required by NFPA 110,Level 1.

4. Provide output dry contacts for remote monitoring and control for the following:

a. Generator running statusb. Start-stop of generatorc. Local-Remote switching of controld. Emergency Shutdowne. Generator common warning alarm.f. Generator common shutdown alarm.g. Liquid leak in containments areas, including tank, double walled

piping, and other fuel supply components (warning alarm).

5. Reset Control: Manual or remote restarts are not allowed and alarm lamps shall remain in alarm state until manual reset is accomplished even if alarm condition has been corrected.

6. Provide enclosure anti-condensation space heater.

7. Controller and mounting bracket shall be installed LESS THAN 6'-0" above finished grade.

2.06 CIRCUIT BREAKERS

A. General: Provide main and exciter circuit breakers, sized for protecting the enginegenerator.

1. Enclosure terminal box shall be oversized to connect conduit. Provideterminal lugs for connection of wiring. Refer to drawings for number andsize of wire.

B. Type: UL-listed, molded case for 3P-400A with LSIG trip unit. Provide NEMA 1enclosed units and mount on engine generator inside the enclosure.

2.07 ENCLOSURE

A. Provide engine-generator system with outdoor weatherproof Critical-grade Level 3 sound attenuating enclosure.

B. Sound attenuated enclosure shall be custom built for proper access to all components within enclosure. Working space shall comply with NFPA 70, 70E, OSHA, and Laws and Regulations. Enclosure shall be constructed to withstand 200mph continuous wind loading.

1. Provide vertical intake inlet and outlet enclosure. Extend enclosure to provide recommended size as required for sufficient engine combustion and radiator cooling. Install removable screen to prevent intrusion by animals.

2. Finishing: Complete enclosure shall be powder-coated white.

3. Enclosure shall be wired with the following equipment:

322

Page 326: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

a. 120/208-volt, three-phase load center panelboard with circuitbreakers for all power requirements including lighting, conveniencereceptacle, battery charger, day tank, generator space heater,ventilation fans and engine jacket water heater.

b. Vapor-tight lighting fixtures within the enclosure with snap switch atentrance door.

c. Duplex convenience receptacle.

d. Battery-powered emergency lighting fixture positioned to lightengine starting controls.

e. Thermostatically controlled ventilation fans to operate whentemperature exceeds 40 degrees C.

B. Sound Attenuation: Engine-generator enclosure shall be sound-attenuated toreduce noise level from engine-generator in free air environment, while operatingat full load.

2.08 ACCESSORIES

A. Engine Generator Mounting:

1. Vibration Isolators: Steel springs in combination with rubber pads.

2. Vibration Isolation: Provide flexible connections between engine-generatorset and fuel lines, exhaust system, electrical conduits, and other externallyconnected support systems.

3. Anchor Bolts: Type 316 stainless steel, conforming to Section 05051,Anchor Bolts, Toggle Bolts, and Concrete Inserts.

4. Template shall be furnished by manufacturer for setting anchoragesdevices, pipe sleeves, and nuts for mounting spring-type isolators toconcrete foundation. Provide bolts and nuts for bolting isolators to channelframe base of engine-generator set.

B. Enclosure exterior-mounted Emergency Stop Button

2.09 FINISHING

A. Engine generator ferrous metal surfaces shall be prime-coated for corrosionprotection and finish-painted in accordance with manufacturer’s standard paintingsystem.

B. Color of finish paint to be selected by Engineer from manufacturer’s standardcolors.

323

Page 327: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

2.10 SOURCE QUALITY CONTROL

A. Factory Tests: Provide results of tests and evaluations previously performed onprototype generator sets representative of the models to be provided, inaccordance with NFPA 110.

PART 3 EXECUTION

3.01 INSPECTION

A. Examine the conditions under which the Work is to be installed and notify Engineerin writing of conditions detrimental to the proper and timely completion of the Work.Do not proceed with the Work until unsatisfactory conditions have been corrected.

B. As part of the contract, the contractor shall provide the required inspection of fueltanks and generators as required for permitting.

3.02 INSTALLATION

A. Install engine generator system in accordance with the Contract Documents,approved Shop Drawings, and manufacturer’s recommendations.

B. Contractor shall coordinate with Generator Manufacturer. Controller and generatormain circuit breaker shall be installed with the top below 6'-6" above finishedconcrete slab.

3.03 SITE QUALITY CONTROL

A. Site Testing: Test engine-generator set in accordance with NFPA 110. Provide allmaterials and equipment, including load banks, fuel, lubricants and materialrequired for Site testing. Completely fill fuel tank at conclusion of testing.

B. Manufacturer’s Services: Provide qualified, factory-trained serviceman to performthe following:

1. Supervise unloading and installation of equipment. Instruct Contractor inthe installation of equipment. Inspect and adjust equipment afterinstallation and ensure that equipment operates properly. InstructOWNER’s personnel in operating and maintaining the equipment.

2. Service representative shall make a minimum of 2 visits, with a minimumof 2 hours at the Site for each visit. First visit shall be for unloadingsupervision and instruction of Contractor in installing equipment; secondvisit shall be for checking completed installation and start-up of system.Representative shall revisit the Site as often as necessary until installationis acceptable.

END OF SECTION

324

Page 328: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 16370 VARIABLE FREQUENCY DRIVES

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required to furnish andinstall variable frequency drives as shown on the Drawings and as specified herein.The VFDs shall be Danfoss FC202 type furnished by the Sanders Company as anintegral replacement for the PSCP upgrades.

1.02 DESCRIPTION OF SYSTEM

A. All VFDs furnished for this project shall be the responsibility of the SandersCompany. The Contractor shall be responsible for complete system operation andall required coordination with all disciplines. VFD’s shall be furnished and installedby the SUPPLIER.

B. The drives furnished herein under shall be totally compatible and adequately sizedwith the new motors.

C. Installation of the VFDs shall be provided as indicated on the electrical drawings.

1.03 QUALIFICATIONS

A. Variable speed drives shall be sized to operate the ampacity shown on theelectrical drawings.

B. The drives covered by these Specifications are intended to be equipment of provenability as manufactured by reputable manufacturers having long experience in theproduction of identical units. The equipment furnished shall be designed,constructed and installed in accordance with the best practice and methods, andshall operate satisfactorily when installed.

C. The variable frequency control shall operate satisfactorily when connected to a bussupplying other solid state power conversion equipment which may be causing upto 10% total harmonic voltage distortion and commutation notches up to 36,500volt microseconds, or when other variable frequency drives are operated from thesame bus.

Individual or simultaneous operation of the variable frequency drives shall not addmore than 5% total harmonic voltage distortion to the normal bus, nor more than10% while operating from standby generator (if applicable) per IEEE 519, latestedition. The load side of the main breaker shall be the point of common coupling(PCC). The short circuit current at point of common coupling under utility operationis approximately 22,533 Amps. A preliminary harmonic (voltage and current)analysis must be submitted by the variable frequency drive manufacturer, this mustinclude all calculations, simply a statement of compliance is not acceptable.Compliance shall be verified by the variable frequency drive manufacturer with fieldmeasurements of the harmonic distortion difference at the point of commoncoupling with and without variable frequency drives operating. See testingrequirements.

325

Page 329: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

D. The variable frequency drive manufacturer shall maintain and staff engineeringservice and repair shops through the United States, including the State of Florida,trained to do start up service, emergency service calls, repair work, servicecontracts and training of customer personnel.

E. The variable frequency drives shall be as manufactured by Danfoss Model FC202Aqua Drive.

1.04 SUBMITTALS

A. Copies of all materials required to establish compliance with the specificationsshall be submitted. Submittals shall include at least the following:

1. Certified shop and erection drawings showing all important details ofconstruction, dimensions and anchor bolt locations.

2. Descriptive literature, bulletins and/or catalogs of the equipment.

3. Data on the characteristics and performance of the variable frequencydrives. Data shall include certification that the variable frequency drives arewarranted for use with the motors specified in Division 11 and Division 16.

4. Complete drawings shall be furnished for approval before proceeding withmanufacture and shall consists of master wiring diagrams, elementary orcontrol schematics including coordination with other electrical controldevices operating in conjunction with the variable frequency drive, andsuitable outline drawings with sufficient details for locating conduit stub-upsand field wiring. Generic schematics not specific to this project shall not beacceptable.

5. A list of the manufacturer's recommended spare parts with themanufacturer's current price for each item. Include gaskets, packing, etc.on the list. List bearings by the bearing manufacturer's numbers only.

1.05 TOOLS AND SPARE PARTS

A. One (1) set of all special tools required for normal operation and maintenance shallbe provided. If no special tools are required then a statement to this effect shallbe provided.

1.06 PRODUCT HANDLING

A. All parts shall be properly protected so that no damage or deterioration will occurduring a prolonged delay from the time of shipment until installation is completedand the units and equipment are ready for operation.

B. All equipment and spare parts must be properly protected against any damageduring a prolonged period at the site.

C. Factory assembled parts and components shall not be dismantled for shipmentunless permission is received in writing from the Engineer.

326

Page 330: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

D. Each box or package shall be properly marked to show its net weight in additionto its contents.

1.07 WARRANTY

A. Five (5) - year on-site warranty shall be provided such that the owner is notresponsible for any warranty costs including travel, labor, parts, or other costs fora full 5 years from the date of manufacture of the Drive. The warranty shall coverall Drive failures including line anomalies – including lightning strikes, loadanomalies, accidental exposure to moisture or corrosives and accidental collisionof other physical damage; product misapplications, vandalism and chronicproblems due to the misapplication are not covered. The cost of the warranty shallbe included in the bid.

PART 2 PRODUCTS

2.01 GENERAL

A. The Contractor is responsible for the start up of all VFD drives furnished on thisproject.

B. The Contractor shall be responsible for the erection and installation of allequipment defined in this section of the contract documents.

C. The variable frequency drive shall be comply with the latest applicable standardsof ANSI, NEMA, IEEE, and the National Electric Code.

D. Variable frequency drive shall operate as specified on standby generators ornormal power sources.

E. The Contractor shall provide a listing of all programmable parameters that aredifferent from the factory default values. For each indicate:

1. The factory default and meaning2. The revised value and meaning

2.02 CONSTRUCTION

A. Each variable frequency drive shall consist of a 460V, 3-phase rectifier, DC linkand variable frequency inverter with features, functions and options as specified.The inverter shall be voltage source design using pulse width modulation (PWM)techniques.

B. Controllers shall be rated for an ambient temperature of 0oC to 40oC and humidityof 0 to 95% non-condensing.

C. VFDs shall have complete front accessibility. All VFD openings shall be filtered.

D. The following standard basic control features shall be provided on the inverterkeypad module:

327

Page 331: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

1. Start, Stop, "Power On" indicating light and speed control potentiometer.Terminations for remote mounted operator control devices shall befurnished.

2. Unidirectional operation, coast to rest upon stop.

3. Variable linear independent timed acceleration.

4. Variable torque performance from 4 to 60 Hertz.5. All variable frequency drives shall be furnished with integral input power

line reactors.

6. Frequency stability of 2% for 24 hours with voltage regulation of +2% ofmaximum rated output voltage.

7. LCD status indication for Power On, Run, Inverter Enable, Overcurrent,Overvoltage, Overtemperature, Low Supply, and Phase Loss.

8. Integral 24vdc control power for operator devices.

9. Phase insensitive to input power.

10. Automatic restart upon return of power following a utility outage.

G. The following protective features shall be provided on the drive:

1. Electronic overcurrent trip for instantaneous overload protection.

2. Undervoltage and phase loss protection of output.

3. Over-frequency protection.

4. Over-temperature protection.

5. Surge protection from input AC line transients.

6. Electrical isolation between the power and logic circuits, as well as betweenthe 115V AC control power and the static digital sequencing.

7. Drive to be capable of withstanding output terminal line short or opencircuits without component failure.

8. di/dt and dv/dt protection for converter semiconductors.

9. Units shall have an English language (no codes) alphanumeric diagnosticdisplay. LED indication of over frequency, instantaneous overcurrent, DCover voltage, AC undervoltage/loss-of-phase, emergency stop, overload,over temperature, inverter pole trip and standby modes shall be providedand door mounted. Additional door mounted status indicating LEDs forself-diagnostic including run, phase loss, micro-processor fault, as well asboard mounted LEDs including one for each inverter pole gating signal,each inverter pole status and each logic level VDC used. A comprehensive

328

Page 332: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

microprocessor based digital diagnostic system which monitors its own control functions and displays faults and operating conditions is also approved.

H. The following standard independent adjustments shall be provided on the inverter:

1. Minimum speed (12 to 54 HZ).2. Maximum speed (40 to 60 HZ).3. Acceleration time 6 to 60 Sec. (minimum).4. Deceleration time 6 to 60 Sec. (minimum).5. Volts per Hertz.6. Stability adjustment, if required.7. Voltage boost (100 to 600 percent of nominal V/HZ ratio at 1 HZ tapering

to 100 percent at 20 HZ).

I. The following shall be furnished with each controller:

1. Isolated process instrument speed input signal of 4-20 mA DC.

2. Isolated process instrument speed output signal 4-20 mA DC.

3. Built-in self diagnostics.

4. Relay output auxiliary contacts as shown on the drawings.

5. All openings in the VFD shall be filtered.

PART 3 EXECUTION

3.01 INSTALLATION

A. Installation shall be in strict accordance with the manufacturer's instructions andrecommendations in the locations shown on the Drawings. Field wiring shall be inaccordance with manufacturer's recommendations. Anchor bolts shall be stainlesssteel and set in accordance with the manufacturer's recommendations.

3.02 TESTING

A. Tests and Check

1. The drive manufacturer shall test the drive controller with a motor load priorto shipment. A certified copy of all tests and checks shall be available uponrequest..

B. The SUPPLIER shall provide the services of a competent and experiencedequipment manufacturer's factory field engineer to supervise start-up and providetraining to the Owner's personnel. The factory field engineer shall be available toinspect the installed equipment and supervise the start-up demonstration andtesting.

3.03 TRAINING

329

Page 333: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

A. The training and instruction shall be directly related to the System being supplied.

B. The SUPPLIER shall provide classroom training detailed manuals to supplementthe training courses. The manuals shall include specific details of equipmentsupplied and operations specific to the project.

C. The Supplier shall make use of teaching aids, manuals, slide/video presentations,etc. After the training services, such materials shall be delivered to Owner.

D. All training schedules shall be coordinated with, and at the convenience of theOwner. Shift training may be required to correspond to the Owner's workingschedule.

E. On-site Training: On-site (field) training shall be conducted at the Owner's PlantSite and shall provide detailed hands-on instruction to Owner's personnel covering:system debugging, program modification, trouble-shooting, maintenanceprocedures, calibration procedures, and system operation.

END OF SECTION

330

Page 334: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

SECTION 16450 GROUNDING SYSTEM

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish and install a complete service entrance ground electrode system in strictaccordance with Article 250 of the National Electrical Code and as specified andshown on the Drawings.

1.02 RELATED WORK

A. Wire shall be as specified under Section 16120.

B. Conduit shall be as specified under Section 16110.

PART 2 PRODUCTS

2.01 MATERIALS

A. Ground rods: Ground rods shall be copperclad steel 5/8-inch x 20 foot. Groundrods shall be Copperweld or be an approved equal product. Install ground grid atnew electrical building as shown on the plans.

PART 3 EXECUTION

3.01 GENERAL

A. The service entrance equipment ground bus shall be grounded to the groundelectrode conductor (GEC) system as indicated on the Drawings. The protectingconduits shall be bonded to the grounding conductor at both ends. The Contractorshall not allow the water pipe connections to be painted. If the connections arepainted, they shall be disassembled and remade with new fittings.

B. Ground bus shall be connected to the service entrance equipment ground bus witha No. 1/0 conductor.

C. Conduits stubbed-up below a motor control center shall be fitted with insulatedgrounding bushings and connected to the motor control center ground bus. Boxesmounted below motor control centers shall be bonded to the motor control centerground bus. The grounding wire shall, unless otherwise indicated on the drawings,be sized in accordance with Table 250-122 of the National Electrical Code, exceptthat a minimum No. 12 AWG shall be used.

E. Motors shall be grounded as specified in Section 16150 and as shown on theelectrical drawings.

F. Lighting transformer neutrals shall be grounded to a grounding electrode and theservice entrance ground.

G. Grounding electrodes shall be driven as required. Where rock is encountered,grounding plates may be used in lieu of grounding rods.

331

Page 335: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

H. All equipment enclosures, motor and transformer frames, conduits systems, cablearmor, exposed structural steel and similar items shall be grounded.

I. Exposed connections shall be made by means of approved grounding clamps.Exposed connections between different metals shall be sealed with No-OxidePaint Grade A or approved equal. All buried connections shall be made by weldingprocess equal to Cadweld.

J. For reasons of mechanical strength, grounding conductors extending from theplant grounding grid to the ground buses of control centers shall be No. 1/0 AWG.

K. The plant grounding grid conductors shall be embedded in backfill material aroundthe structures.

L. All underground conductors shall be laid slack and where exposed to mechanicalinjury shall be protected by pipes or other substantial guards. If guards are ironpipe or other magnetic material, conductors shall be electrically connected to bothends of the guard.

M. The Contractor shall exercise care to insure good ground continuity, in particularbetween the conduit system and equipment frames and enclosures. Wherenecessary, jumper wires shall be installed.

3.02 TESTS

A. The Contractor shall test the ground resistance of the system. All test equipmentshall be provided by the Contractor and approved by the Engineer. Dry seasonresistance of the system shall not exceed 5 ohms. If such resistance cannot beobtained with the system as shown, the Contractor shall provide additionalgrounding as directed by the Engineer, without additional payment. TheContractor shall submit all grounding system test results to the Engineer for review.The Contractor shall test the ground resistance of the system by 3 point method fallof potential.

END OF SECTION

332

Page 336: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Part C Tech Specs_Front End

Part C – Forms

(Page Intentionally Left Blank)

333

Page 337: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Bid Tabulation Form Tech Specs_Front End

Section 1. Bid Tabulation Forms

(Page intentionally left Blank)

334

Page 338: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

LS 1 IMPROVEMENTS

1.1 Mobilization/Demobilization LS 1

1.2 Furnish & Install Demolition of Lift Station Equipment and Floor Slab LS 1

1.3 Furnish & Install Lift Station Building Improvements LS 1

1.4 Furnish & Install Non-Clog Centrifugal Pumps (6-inch), Motors (100 HP) and Variable Frequency Drives EA 2

1.5 Furnish & Install Lift Station Ductile Iron Piping, Fittings and Valves LS 1

1.6 Furnish & Install 250 KW Emergency Generator with Sub-Base Fuel Tank LS 1

1.7 Furnish & Install Emergency Generator Slab LS 1

1.8 Furnish & Install Lift Station Electrical Modifications LS 1

1.9 Furnish & Install Miscellaneous SCADA Improvements LS 1

1.10 Furnish & Install Bypass Pumping LS 1

CONTINGENT BID ITEM

1.11 Furnish Non-Clog Centrifugal Spare Pump (Uninstalled, 6-inch, 100 HP Motor) EA 1

TOTAL LIFT STATION 1 IMPROVEMENTS

LS 2 IMPROVEMENTS

2.1 Mobilization/Demobilization LS 1

2.2 Furnish & Install Demolition of Lift Station Equipment and Floor Slab LS 1

2.3 Furnish & Install Lift Station Building Improvements LS 1

2.4 Furnish & Install Non-Clog Centrifugal Pumps (5-inch), Motors (125 HP) and Variable Frequency Drives EA 2

2.5 Furnish & Install Lift Station Ductile Iron Piping, Fittings and Valves LS 1

2.6 Furnish & Install 250 KW Emergency Generator with Sub-Base Fuel Tank LS 1

2.7 Furnish & Install Emergency Generator Slab LS 1

2.8 Furnish & Install Lift Station Electrical Modifications LS 1

2.9 Furnish & Install Miscellaneous SCADA Improvements LS 1

2.10 Furnish & Install Bypass Pumping LS 1

CONTINGENT BID ITEM

2.11 Furnish Non-Clog Centrifugal Spare Pump (Uninstalled, 5-inch, 125 HP) EA 1

TOTAL LIFT STATION 2 IMPROVEMENTS

FORCE MAIN IMPROVEMENTS

3.1 Mobilization LS 1

3.2 Furnish & Install 12-inch DR 18, C900 RJ PVC PIPE by HDD LF 3,700

3.3 Furnish & Install 12-inch DR 18 C900 RJ PVC Pipe by Open Cut LF 700

3.4 Furnish & Install 10-inch DR 18 C900 RJ PVC Pipe by Open Cut LF 30

3.5 Furnish & Install 12-inch Resilient Seated Gate Valve and Box EA 3

3.6 Furnish & Install 10-inch Resilient Seated Gate Valve and Box EA 2

3.7 Furnish & Install 12-inch Temporary Line Stop Assembly EA 1

3.8 Furnish & Install Restrained Ductile Iron Mechanical Joint Fittings TON 2

3.9 Furnish & Install Manual Air Release Valve Assembly EA 5

3.10 Furnish & Install 12-inch Magnetic Flow Meter and Vault EA 1

3.11 Furnish & Install Connection to Existing LS 1 12-inch Force Main LS 1

3.12 Furnish & Install Connection to Existing LS 2 10-inch Force Main LS 1

3.13 Furnish & Install Emergency Bypass Connection Assembly at LS 1 LS 1

3.14 Furnish & Install Maintenance of Traffic LS 1

3.15 Furnsh & Install Concrete Restoration (6-inch thick) SY 50

3.16 Furnish & Install Brick Road Restoration SY 200

3.17 Furnish & Install Unsuitable Material Removal CY 50

3.18 Furnish & Install Additional Select Fill Material CY 50

TOTAL FORCE MAIN IMPROVEMENTS

TOTAL BID PRICE

TOTAL BID PRICE ($)

BID FORM

PAY ITEM NO.

DESCRIPTION UNITSTOTAL QTY.

BID PRICE PER UNIT ($)

LIFT STATION 2 FORCE MAIN EXTENSION AND LIFT STATION IMPROVEMENTS

Page 1 of 1335

Page 339: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Proposal Signature Form Tech Specs_Front End

The City may select pricing from the Base Bid Tabulation Items based on available funding and may select the lowest bidder based on the selected items for the project total bid price.

CONTRACTOR:

Printed Name:

Signed:

Title:

Firm:

Date:

Grand Total:

336

Page 340: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Public Entity Crime Form Tech Specs_Front End

Section 2. Public Entity Crime Form

SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES.

THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to:

(print name of the public entity)

by (print individual's name and title)

for (print name of entity submitting sworn statement)

whose business address is:

and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ).

2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes,means a violation of any state or federal law by a person with respect to and directly related tothe transaction of business with any public entity or with an agency or political subdivision of anyother state or with the United States, including, but not limited to, any bid or contract for goods orservices to be provided to any public entity or an agency or political subdivision of any other stateor of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering,conspiracy, or material misrepresentation.

3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), FloridaStatutes, means a finding of guilt or a conviction of a public entity crime, with or without anadjudication of guilt, in any federal or state trial court of record relating to charges brought byindictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of aplea of guilty or nolo contendere.

4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:a. A predecessor or successor of a person convicted of a public entity crime: orb. An entity under the control of any natural person who is active in the management of the

entity and who has been convicted of a public entity crime. The term "affiliate" includesthose officers, directors, executives, partners, shareholders, employees, members, andagents who are active in the management of an affiliate. The ownership by one person ofshares constituting a controlling interest in another person, or a pooling of equipment orincome among persons when not for fair market value under an arm's length agreement,shall be a prima facie case that one person controls another person. A person whoknowingly enters into a joint venture with a person who has been convicted of a publicentity crime in Florida during the preceding 36 months shall be considered an affiliate.

337

Page 341: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Public Entity Crime Form Tech Specs_Front End

5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means anynatural person or entity organized under the laws of any state or of the United States with thelegal power to enter into a binding contract and which bids or applies to bid on contracts for theprovision of goods or services let by a public entity, or which otherwise transacts or applies totransact business with a public entity. The term "person" includes those officers, directors,executives, partners, shareholders, employees, members, and agents who are active inmanagement of an entity.

6. Based on information and belief, the statement which I have marked below is true in relation tothe entity submitting this sworn statement. (Please indicate which statement applies.)

Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners,shareholders, employees, members, or agents who are active in management of the entity, nor anyaffiliate of the entity have been charged with and convicted of a public entity crime subsequent toJuly 1, 1989.

The entity submitting this sworn statement, or one or more of the officers, directors, executives,partners, shareholders, employees, members, or agents who are active in management of theentity, or an affiliate of the entity has been charged with and convicted of a public entity crimesubsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of its officers, directors, executives,partners, shareholders, employees, members or agents who are active in the management of theentity, or an affiliate of the entity has been charged with and convicted of a public entity crimesubsequent to July 1, 1989. However, there has been a subsequent proceeding before a HearingOfficer of the State of Florida, Division of Administrative Hearings and the Final Order entered bythe hearing Officer determined that it was not in the public interest to place the entity submittingthis sworn statement on the convicted vendor list (attach a copy of the final order).

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.

(Signature)

Sworn to and subscribed before me this day of . Personally known OR Produced Identification

(Type of identification)

Notary Public - State of Florida My Commission expires

338

Page 342: INVITATION TO BID...this Invitation to Bid and subsequent investigation by the City. 3.2 Preliminary Ranking A Selection Committee may determine from the response to this Invitation

Invitation to Bid City of Gulfport Lift Station 2 Force Main Extension and Lift Station Improvements

June 2020 Cardno, Inc. Part D Tech Specs_Front End

Part D – Additional Information

(Page Intentionally Left Blank)

339