Loading...
R24-072 1 RESOLUTION NO. R24-072 2 3 4 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 5 APPROVING TASK ORDER NO. WP-18-2024 WITH FLORIDA DRILLING 6 CORPORATION FOR 1 MILLION GALLON STORAGE TANK & WEST 7 WATER TREATMENT PUMP CONTROL VALVES REPLACEMENT AND 8 PURCHASE ORDER FOR AN AMOUNT NOT TO EXCEED $207,025; 9 PROVIDING AN EFFECTIVE DATE; AND FOR ALL OTHER PURPOSES. 10 11 12 WHEREAS, the City issued a Request for Qualifications ("RFQ") No. 028-2821-19/MFD- 13 Pre-Qualification of Contractors for Minor Utility Construction Services; and 14 WHEREAS, the City selected Florida Design Drilling Corporation as a Pre-Qualified 15 Contractor for Utility Minor Construction Services; and 16 WHEREAS, the City issued an Invitation to Bid ("ITB") for Task Order#WP-18-2024 for a 17 1 Million Gallon Storage Tank&West Water Treatment Plant Pump Control Valves Replacement; 18 and 19 WHEREAS, on February 15, 2024, the City Utilities Department received two (2) bids, in 20 which the lowest bid was from Florida Design Drilling Corporation; and 21 WHEREAS, the City selected Florida Design Drilling Corporation for Task Order#WP-18- 22 2024 for a 1 Million Gallon Storage Tank & West Water Treatment Plant Pump Control Valves 23 Replacement; and 24 WHEREAS, the City Commission of the City of Boynton Beach, Florida, deems it to be in 25 the best interests of the citizens and residents of the City of Boynton to approve Task Order 26 #WP-18-2024 for a 1 Million Gallon Storage Tank & West Water Treatment Plant Pump Control 27 Valves Replacement with Florida Design Drilling Corporation, and a Purchase Order for an 28 amount not to exceed of$207,025. 29 30 31 32 33 34 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 35 BEACH, FLORIDA, THAT: 36 37 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 38 being true and correct and are hereby made a specific part of this Resolution upon adoption 39 hereof. 40 SECTION 2. The City Commission hereby approves Task Order #WP-18-2024 for a 1 41 Million Gallon Storage Tank & West Water Treatment Plant Pump Control Valves Replacement 42 with Florida Design Drilling Corporation and a Purchase Order for an amount not to exceed of 43 $207,025, in form and substance similar to that attached as "Exhibit A," and authorizes the City 44 Manager to execute the Task Order. 45 SECTION 3. The fully executed Task Order shall be retained by the City Clerk as a 46 public record, and a copy shall be provided to Keith Webber and Theresa Gonzalez to forward 47 to Florida Design Drilling Corporation. 48 SECTION 4. This Resolution shall take effect as provided by law. 49 50 51 52 53 54 [signatures on following page] 55 56 57 58 59 60 61 62 63 64 PASSED AND ADOPTED this 2nd day of April 2024. 65 CITY OF BOYNTON BEACH, FLORIDA 66 YES NO 67 c/ 68 Mayor— Ty Penserga 69 C. 70 O+m ,‘,on.ii— Thomas Turkin 71 72 Q mrft. rmei —Angela Cruz 73 / 74 — Woodrow L. Hay �/ 75 IV 76 —Aimee Kelley 77 78 VOTE 6---0 79 ATTEST: 80 81 i --- 83 .di 82 It►.� �.� _............._ Mayl_e i - esus, MP MMC Ty P- er. . 84 City le- Mayor 85 86 :07pYNTpN`‘,� APP'OVED AS TO FORM: 87 %�:c,ORFORgpe �nl,� 88 (Corporate Seal) f z3/ SEAL =�- 89 i ;INCORPORATED; , Ad/a J, gph 90 4' 1920 / % Shawna G. Lamb 91 111 ‘`‘„•FLORIOP r / City Attorney Y O� \ v L 4, P ETON gfr CITY OF BOYNTON BEACH Pre-Qualification of Contractors for Utility Construction Services Task Order Task Order No. WP-18-2024 Contractor: Florida Design Drilling, LLC Contract No.: RFQ No. 028-2821-19/MFD 1. Task/Project. Minor Utility Construction Services — 1. Million Gallon Storage Tank & West Water Treatment Plant Pump Control Valves Replacement. 2. Detailed Scope of Services. A detailed scope of services under this Task Order, in accordance with the phases of service detailed in the Agreement, is attached as Exhibit A. 3. Deliverables and Schedule. Contractor shall deliver to the City the deliverables specified at the time indicated on the attached Exhibit B. 4. Compensation. The total Fee to be paid to Contractor under this Task Order shall not exceed $ 207,025.00, based on the hourly rates currently in effect under the Agreement. A detailed fee schedule is attached as Exhibit C. 5. Agreement Reference. This Task Order shall be performed under the terms and conditions described within the R20-003 RFQ No. 028-2821-19/MFD Pre-Qualification of Contractors for Minor Utility Construction Services Agreement, dated January 7, 2020, by and between the City of Boynton Beach and Florida Design Drilling, LLC ("Contractor"), Contract No. RFQ No. 028-2821-19/MFD. 6. Insurance. Contractor shall maintain insurance coverages in accordance with the Agreement and hereby confirms that Certificate(s) of Insurance evidencing current policies meeting the requirements of the Agreement are on file with the City as of the date of this Task Order. 7. Exhibits. All attached Exhibits are incorporated fully into this Task Order and the Agreement. Task Order-FL Design Drilling 3.22.24 (SRW) 8. Notice to Proceed. LI If checked, Contractor's receipt of a fully-executed copy of this Task Order shall serve as the Notice to Proceed under this Task Order, effective as of the date the fully- executed Task Order was emailed to the Contractor. If checked, Contractor shall commence Services under this Task Order as specified in a forthcoming Notice to Proceed. CONTRACTOR: CITY OF BOYNTON BEACH Florida Design Drilling, LLC 00 By: _�l By: '/ Da iel Dugp-r, ip y Manager Print Name: /� / c/vid 07 y0%- l Date: '3/ L Z , 2024 Date: ! _ , 2024 Atte•t:, i ' '101 Clerk oyN��N.BF ‘‘ QORATE ••.9C'y City Attorney's e "ice S 0)-) Approv- as to ford j• legality • r1 v•• \Noor(20 By: .4 1�1�a • . ��.. 't '•.......••'W Task Order-FL Design Drilling 3.22.24 (SRW) EXHIBIT A gvo t To N13 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement—Minor Construction The City of Boynton Beach 1Y 04„ Finance/Procurement Services 100 E. Ocean Avenue Boynton Beach,FL 33435 o P P.O. Box 310 h7.0 N gF' Boynton Beach, FL 33425-0310 (561)742-6310 INVITATION TO BID TASK ORDER # WP-18-2024 NOTICE TO PRE-QUALIFIED CONTRACTORS SCOPE OF WORK: The City of Boynton Beach is seeking services from the pre-qualified contractors as a result of the Request for Qualifications No. 028-2821-19/MFD — PRE-QUALIFICATION OF CONTRACTORS FOR MINOR UTILITY CONSTRUCTION SERVICES. Task Order No.WP-18-2024— 1 Million Gallon Storage Tank& West Water Treatment Plant Pump Control Valves Replacement. The City of Boynton Beach Utilities Department is seeking the services of a qualified Contractor for the replacement of two existing pump control valves, four butterfly valves, all piping and control wiring to accommodate and operate the proposed configuration per engineering drawing, and the installation of air release valves for the 1 Million Gallon Storage Tank Pump Room in Woolbright Rd. In addition, the replacement of a control valve in the pump room located at the West Water Treatment Plant in Boynton Beach Blvd is included. The work includes but is not limited to furnishing all labor, materials, equipment, tools, construction equipment and machinery,transportation,water, heat, utilities,and temporary facilities necessary for the proper execution and completion of work. The work also includes the removal and disposal of accumulated debris, site cleanup, restoration, and all incidentals as required to complete the work. All work will be completed in accordance with the technical specifications. A MANDATORY Pre-Bid Meeting and Site Visit is scheduled for Thursday, February 1, 2024 at 10:00 A.M. (local time), to be held at the Utilities Administration Building located at address: 124 E. Woolbright Road,Boynton Beach,Florida 33435.Attendance is mandatory and proof of attendance will be evidenced by the Bidder's signature or signature of Bidder's designee on the attendance sign-in sheet provided at the Pre-Bid Meeting. Attendees shall visit the site locations immediately following the meeting. At the time of the opening of bids, each bidder shall be presumed to have inspected the site and to have read the contract and bid to be thoroughly familiar with the plans and Contract Documents (including all Addenda). Failure or omission of any bidder to examine any form,instrument or document shall in no way relieve any bidder from any obligation with respect to this bid. Award will be made to the lowest, most responsive, responsible bidder whose Bid is the most advantageous to the City, price,and other factors considered.The City reserves the right to reject any and all Bids and to waive technical errors as set forth in the proposal. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement—Minor Construction 3 Any questions relative to any item(s) or portion(s) of this solicitation should be directed to Theresa Gonzalez,Senior Buyer, (561)742-6353,gonzalezt@ibbfl.us with the office hours: MONDAY—FRIDAY,8:00 A.M. to 5:00 P.M. ATTENTION,ALL INTERESTED BIDDERS: All Bids shall remain open for the required number of days after the date of the Bid opening stated in the special provisions, or if no such number of days is stated, all Bids shall remain open for ninety (90) days after the Bid opening prior to award. Bids may be modified by an appropriate document duly executed (in the same manner that the Bid must be executed) and delivered to the place where the Bids are to be submitted at any time prior to the solicitation closing date and time.The Bidder must present certification to assure that they are indeed an authorized representative of the Bidder's firm at the time modification to the Bid is presented. LOBBYING/CONE OF SILENCE: Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall imposed upon each competitive solicitation as of the deadline to submit the proposal, bid, or other response and shall remain in effect until the City Commission awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation.Additionally,the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. PUBLIC RECORDS DISCLOSURE: Pursuant to Florida Statutes §119.07, sealed Bids, Proposal or Responses received by the City in response to a Request for Qualification or Invitation to Bid are exempt from public records disclosure requirements until the City provides a notice of decision or thirty (30) days after the opening of the Proposals/Bids. If the City rejects all Responses submitted in accordance with a Request for Proposal/Qualification or Invitation to Bid, and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected Responses remain exempt from public disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A Bid, Proposal, Response, or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all Bids, Proposals, or replies. CITY OF BOYNTON BEACH 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement—Minor Construction 4 SPECIFICATIONS & TECHNICAL REQUIREMENTS PRE-QUALIFIED CONTRACTORS FOR MINOR UTILITY CONSTRUCTION SERVICES RFQ 028-2821 -19/MFD 1 MILLION GALLON STORAGE TANK & WEST WATER PLANT PUMP CONTROL VALVES REPLACEMENT TASK ORDER # WP-18-2024 ççY 0 ,. G _ _ _ 2 NIA C 0 r4ON � 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement—Minor Construction 65 i~ z L 4 rO N 0b 1 MILLION GALLON STORAGE TANK &WEST WATER TREATMENT PLANT PUMP CONTROL VALVES REPLACEMENT Task Order No.: WP-18-2024 SPECIFICATIONS AND TECHNICAL REQUIREMENTS DIVISION 1 SC01000 General Requirements SC01010 Summary of Project SC01025 Measurement and Payment Procedures SC01027 Applications for Payments SC01041 Project Coordination SC01070 Abbreviations and Symbols SC01110 Environmental Protection Procedures SC01153 Change Order Procedures SC01200 Project Meetings SC01310 Progress Schedules SC01330 Submittal Procedures SC01340 Shop Drawings, Work Drawings, and Samples SC01370 Schedule of Values SC01380 Construction Photographs SC01390 Video and Photographic Site Survey SC01400 Quality Requirements SC01505 Mobilization SC01540 Security and Safety Procedures for Infrastructure Projects SC01570 Maintenance of Traffic SC01580 Project Identification and Signs SC01600 Material and Equipment SC01630 Substitutions and Product Options SC01700 Contract Closeout SC01720 Project Record Documents SC01730 Operating and Maintenance Data SC01800 Miscellaneous Work and Clean Up DIVISION 2 SCO2516 Disinfection of Potable Water Distribution Systems SCO2668 Valves and Appurtenances DIVISION 16 SC16110 Raceways, Boxes, Fittings and Supports SC16120 Wires and Cables SC16195 Electrical Identification END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement—Minor Construction 66 SECTION 01000 - GENERAL REQUIREMENTS PART 1 -GENERAL B. Intent: 1.01 DESCRIPTION 1. Work not specified in the Specifications, but involved in carrying out their intent or in the A. Scope of Work: The work to be done consists complete and proper execution of the work, is of the furnishing of all labor, materials and required and shall be performed by the equipment, and the performance of all work Contractor as though it were specifically included in this Contract. The summary of the delineated or described. Work is presented in Section SC01010: Summary of Project. 2. The silence of the Specifications as to any detail, or the omission from them of a detailed B. Work Included: description concerning any work to be done and materials to be furnished, shall be 1. The Contractor shall furnish all labor, regarded as meaning that only the best superintendence,materials,plant power, general practice is to prevail and that only light, heat, fuel, water, tools, appliances, material and workmanship of the best quality equipment, supplies, and means of is to be used, the interpretation of these construction necessary for proper Specifications shall be made upon that basis. performance and completion of the work. The Contractor shall perform and 1.03 MATERIALS AND EQUIPMENT complete the work in the manner best calculated to promote rapid construction A. Manufacturer: consistent with safety of life and property and to the satisfaction of the Consultant, 1. All transactions with the manufacturers or and in strict accordance with the Contract subcontractors shall be through the Documents. The Contractor shall clean Contractor. up the work and maintain it during and after construction, until accepted, and 2. Any two (2) or more pieces of material or shall do all work and pay all costs equipment of the same kind, type or incidental thereto. The CONTRACTOR classification, and being used for identical shall repair or restore all structures and types of service, shall be made by the same property that may be damaged or manufacturer. disturbed during performance of the work. B. Delivery: 2. The cost of incidental work described in 1. The Contractor shall deliver materials in ample these Contract Requirements, for which quantities to insure the most speedy and there are no specific Contract Items,shall uninterrupted progress of the work so as to be considered as part of the general cost complete the work within the allotted time. of doing the work and shall be included in the prices for the various Contract Items. 2. The Contractor shall also coordinate deliveries No additional payment will be made in order to avoid delay in,or impediment of,the aforementioned incidental work. progress of the work of any related Contractor. 3. The Contractor shall provide and 1.04 INSPECTION AND TESTING maintain such modern plant, tools, and equipment as may be necessary, in the A. General: opinion of the Consultant,to perform in a satisfactory and acceptable manner all 1. For tests specified to be made by the the work required by this Contract. Only Contractor, the testing personnel shall equipment of established reputation and make the necessary inspections and proven efficiency shall be used. The tests and the reports thereof shall be in Contractor shall be solely responsible for such form as will facilitate checking to the adequacy of its workmanship, determine compliance with the Contract materials,and equipment. Documents. Five (5) copies of the reports shall be submitted and 1.02 CONTRACT DOCUMENTS authoritative certification thereof must be furnished to the Consultant as a A. The Technical Specifications consist of three prerequisite for the acceptance of any (3) parts: General, Products and Execution. material or equipment. The General part of a Specification contains General Requirements which govern the work. 2. If, in the making of any test of any Products and Execution Parts modify and material or equipment, it is ascertained supplement the General Requirements by by the Consultant that the material or detailed requirements for the work and shall equipment does not comply with the always govern whenever there appears to be Contract Documents, the Contractor will a conflict. be notified thereof and he will be directed to refrain from delivering said material or 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO1000-67 GENERAL REQUIREMENTS equipment,or to remove it promptly from 2. If the start-up tests disclose any equipment the site or from the work and replace it furnished under this Contract which does not with acceptable material, without cost to comply with the requirements of the Contract the CITY. Documents, the Contractor shall, prior to demonstration tests, make all changes, 3. Tests of electrical and mechanical adjustments and replacements required. The equipment and appliances shall be furnishing Contractor shall assist in the start- conducted in accordance with the up tests as applicable. recognized federal, state and local law test codes and manufacturer 1.05 CARE AND PROTECTION OF PROPERTY recommendation. The Contractor shall be responsible for the B. Costs: preservation of all public and private property, and shall use every precaution necessary to prevent 1. All inspection and testing of materials damage thereto. If any direct or indirect damage is furnished under this Contract will be provided done to public or private property by or on account by the Contractor, unless otherwise expressly of any act, omission, neglect, or misconduct in the specified. execution of the work on the part of the Contractor, such property shall be restored by the contractor,at 2. Materials and equipment submitted by the his expense, to a condition similar or equal to that Contractor as the equivalent to those existing before the damage was done, or he shall specifically named in the Contract may be make good the damage in other manner acceptable tested by the CITY for compliance. The to the Consultant. Contractor shall reimburse the CITY for the expenditures incurred in making such tests of 1.06 MEASUREMENT AND PAYMENT materials and equipment which are rejected for non-compliance. Payments will be made on completion of each phase of the Work and acceptance by the CITY C. Certificate of Manufacture: shall be made pursuant to this Contract. 1. Contractor shall furnish Consultant 1.07 WORKING HOURS: authoritative evidence in the form of Certificate of Manufacture that the materials to be used in 1. Working on this Contract shall be conducted the work have been manufactured and tested during normal working hours(7:00 AM to 5:00 in conformity with the Contract Documents PM) on weekdays. Unless otherwise upon Project completion. authorized in writing by the Project Manager, no work shall be performed on weekends, on 2. These certificates shall be notarized and shall City observed holidays or between 5:00 PM include copies of the results of physical tests and 7:00 AM on weekdays. and chemical analyses,where necessary,that have been made directly on the product or on 2. Construction observation and/or inspection similar products of the manufacturer. services needed beyond normal working hours as defined above, shall be paid for by D. Start-up Tests the Contractor at an hourly rate of$100.00 for each inspector providing such services. 1. As soon as conditions permit, the Contractor shall fumish all labor, materials, and PART 2- PRODUCTS(NOT USED) instruments and shall make start-up tests of equipment. PART 3- EXECUTION(NOT USED) END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO1000-68 GENERAL REQUIREMENTS SECTION 01010 - SUMMARY OF PROJECT PART 1 -GENERAL B. Coordinate use of premise under direction of CITY and/or Consultant. 1.01 WORK COVERED BY CONTRACT DOCUMENTS/REQUIREMENTS INCLUDED C. Assume full responsibility for the protection and safekeeping of Products under this A. The work under this project consists of: Contract,stored on the site. Boynton Beach Utilities is seeking the services of a qualified Contractor for the replacement of D. Move any stored Products,under Contractor's two existing pump control valves,four butterfly control, which interfere with operations of the valves, all piping and control wiring to CITY,other contractors or the general public. accommodate and operate the proposed configuration per engineering drawing, and 1.05 SAFETY AND OSHA COMPLIANCE the installation of air release valves for the 1 Million Gallon Storage Tank Pump Room inA. The Contractor shall comply in all respects Woolbright Rd. In addition,the replacement of with all Federal, State and Local safety and a control valve in the pump room located at the health regulations. Copies of the Federal West Water Treatment Plant in Boynton regulations may be obtained from the U.S. Beach Blvd is included. Department of Labor, Occupation Safety and Health Administration (OSHA), Washington, B. Omission of a specific item or component of a DC 20210 or their regional offices. system obviously necessary for the proper functioning of the equipment or system shallB. The Contractor shall comply in all respects not relieve the Contractor of the responsibility with the applicable Workman's Compensation of furnishing the item as part of the work at no Laws. additional expense to the Owner. PART 2—PRODUCTS C. Except as specifically noted elsewhere, Contractor(s) shall provide and pay for all 2.1 All materials are to be MADE IN THE UNITED labor, materials, equipment, tools, STATES OF AMERICA. Allowable exceptions are construction equipment and machinery, ductile iron fittings supplied by American Cast Iron transportation, water, heat, utilities, and Pipe Company from Brazil, Sigma Corporation from temporary facilities necessary for the proper China, and Star-Pipe Products from the United execution and completion of work. States and China; and Electronic Marking System (EMS)full-range makers by 3M from Mexico. D. Concurrent with the construction of the asphalted parking lot and when shown on the 2.2 SALVAGED MATERIALS project construction drawings, the work includes re grading, curb installation and all In the absence of special provisions to the Contract, surface restoration. salvaged materials, equipment or supplies that E. Restoration shall immediately follow the occur are the property of the CITY and shall be acceptance of required system testing and be cleaned, stored and delivered to the CITY as performed as required by Section 02960 directed by the CITY's Project Manager. RESTORATION OF SURFACE 2.3 CERTIFIED CHEMICALS IMPROVEMENTS. 1.02 RELATED REQUIREMENTS The Contractor shall use U.S. Department of Agriculture certified chemicals only during A. Section SC01025: Measurement and performance of all work under this contract. All Payment chemicals used during project construction or furnished for project whether herbicide, pesticide, B. Construction Facilities and Temporary disinfectant, polymer, reactant or other Controls: Section SC01500 classification, must show approval of either EPA or USDA and be accompanied by an MSDS.Use of all C. Restoration of Surface Improvements:Section such chemicals and disposal of residue shall be in SCO2960 strict conformance with manufacturer's instructions. 1.03 CONTRACTS A. Construct the Work in accordance with PART 3—EXECUTION Section SC01025: Measurement and 3.1 CONTRACTOR SUPERVISION Payment Procedures. 1.04 CONTRACTOR'S USE OF SITE/PREMISES A. As required by the Contract Documents, the Contractor's Project Representative A. Contractor shall limit their use of the premises (Superintendent) shall be on site at all times for Work and storage,to the areas designated. and actively engaged in controlling and coordinating all on site project activities 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO1010-69 SUMMARY OF PROJECT including direction and oversight of self- A. Prior to the commencement of work, the performed and subcontractor work activities. Contractor must obtain the permit coverage for stormwater discharge from large and small B. The Superintendent/Contractor's Project construction activities and must implement Representative shall have the full authority to appropriate pollution prevention techniques receive instructions to execute the orders or and SWPPP to minimize erosion and directions of the CITY and Consultant. sedimentation to properly manage the stormwater runoff. The Contractor shall 3.2 GENERAL prepare a NPDES Site Plan including sketches and Best Management Practice A. The Contractor shall, prior to entering any procedures for review and comment from the section, prepare Pre Construction video and Project Manager. The NPDES Site Plan shall digital photographs, in accordance with include the control of stormwater, ground Section 01390 VIDEO SITE SURVEY,of each water and subsurface water during dewatering property and Right-of-Way (ROW) areas to operations. determine existing site conditions. Together the video and photographs will provide the (DEP adopted Rule 62-621.300 (4), basis for the condition of restoration required F.A.C., with specific provisions for in Section 02960 RESTORATION OF requesting permit coverage for the SURFACE IMPROVEMENTS. management of stormwater discharge from large and small construction B. The Contractor shall notify all property owners activities.) / residents forty-eight (48) hours prior to working in public Rights-of-Way or easements B. The permit coverage for construction activities affecting or adjoining their properties. is to be obtained by submitting DEP form 62- Notification shall be by hand-delivered flyer 621.300 (4) (b) Notice of Intent (NOI)to Use that shall contain the following information: Generic Permit for Stormwater Discharge from Large and Small Construction Activities and 1. Project Name by preparing and implementing a Stormwater Pollution Prevention Plan (SWPPP). After 2. Date of Commencement construction is complete, Notice of Termination (NOT) to discontinue the permit 3. Description of Work coverage is to be submitted by utilizing form 62-621.300(6). 4. Name of Contractor C. For additional information contact NPDES 5. Name of Contractor's Representative Stormwater Section at: 6. Local Phone Number of Contractor's Florida Department of Environmental Representative Protection Tallahassee,FL 32399-2400 The CITY must approve the Contractor's (850)921-9904 notification prior to issuance. Contractor must submit Contractor's Notification to CITY and 3.4 PROTECTION OR REMOVAL OF UTILITY LINES CONSULTANT in writing within one (1)week prior to working in public Right-Of-Ways A. Prior to construction the Contractor shall (ROW) or easements affecting for adjoining locate for physical location, elevation and property owner's property. dimensions and adequately uncover existing utilities, (within the path of its proposed work), C. The Contractor shall,prior to the removal to determine possible conflicts. By starting of any fences, erect temporary fences to underground constructions, the Contractor secure the owner's property. These has agreed that it is fully responsible for any temporary fences shall be of 4' high and all damages and/or delays that may arise woven wire (2" x 4" grid), on the T line from not having adequately locating the post 10' on centers. These fences shall underground utilities. This applies to run along the easement line and will underground utilities that are shown on the remain in place until the permanent fence project construction drawings and those that is re-erected. have been physically marked in the field by the various locating organizations or agencies. D. The Contractor shall not start major construction activities, such as pipeline B. Information provided on the plans may be and structure excavations,or preparation used as an approximate guide to assist the for major activities, such as setting well Contractor, however, the Contractor shall rely points and header pipe, just prior to on actual field investigation to assure that all extended holiday periods such as the of the existing utilities are accurately located typical week taken off at the end of each prior to commencement of its work. year. C. Existing structures reflect the best available 3.3 NPDES COMPLIANCE information, but it shall be the Contractor's responsibility to acquaint itself with all information and to avoid conflict with existing 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01010-70 SUMMARY OF PROJECT conditions.Contractor shall protect all existing utility lines that are to be retained,or utility line constructed during excavation operations, from damage during excavation and backfilling; if damaged, repair at Contractor's expense. D. Existing Utility Lines to be Retained: Contractor shall repair damaged lines that are not shown on drawings, or locations of which are not known to Contractor in sufficient time to avoid further damage. E. Uncharted or incorrectly charted underground utilities that are discovered during construction shall be incorporated into the project As-Builts with vertical and horizontal coordinates. F. Prior to commencement of any excavation,the Contractor shall comply with Florida Statute 553.851 for the protection of underground gas lines and underground telecommunication lines. END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO1010-71 SUMMARY OF PROJECT SECTION 01025 - MEASUREMENT AND PAYMENT PROCEDURES PART 1 GENERAL B. Shop Drawings, Working Drawings, and Samples: Section SC01340 1.01 GENERAL C. Schedule of Values:Section SC01370 A. The Contractor shall receive and accept the compensation provided in the Bid and the D. Change Order Procedures:Section SC01153 Contract as full payment for furnishing all materials, labor, tools and equipment, for E. Field Engineering:Section SC01050 performing all operations necessary to complete the work under the Contract, and F. Quality Requirements: Section SC01400 also in full payment for all loss or damages arising from the nature of the work,or from any G. Record Drawing Requirements: Section discrepancy between the actual quantities of SC01705 work and quantities herein estimated by the CITY, or from the action of the elements or H. Testing Specific Utility Systems from any unforeseen difficulties which may be encountered during the prosecution of the 1. Refer to Section 02513 POTABLE work until the final acceptance by the CITY. WATER AND RECLAIMED WATER DISTRIBUTION SYSTEMS for applicable B. The prices stated in the Bid include all costs and specific requirements. Contractor is and expenses for taxes, labor, equipment, responsible for all testing costs associated materials, commissions, transportation with these systems. charges and expenses, patent fees and royalties, labor for handling materials during 1.05 ALLOWANCES—N/A inspection, together with any and all other costs and expenses for performing and completing the work as shown on the 1.06 SCHEDULE OF VALUES Drawings and specified herein. The basis of payment for an item at the unit price shown in A. Submit Schedule of Values at the Pre- the proposal shall be in accordance with the description of that item in this Section. Construction Meeting. C. The Contractor's attention is again called to B. The Schedule of Values shall be a computer the fact that the quotations for the various generated original. When the Contractor's items of work are intended to establish a total proposed Schedule of Values is accepted by price for completing the work in its entirety. the CITY, it shall become the basis for the Should the Contractor feel that the cost for any Application for Payment. item of work has not been established by the Bid Form or Payment Items, he shall include C. Contractor shall only revise the accepted the cost for that work in some other applicable Schedule of Values to identify, as separate bid item, so that his proposal for the project line items approved on a Field Order or does reflect his total price for completing the Change Order. The CITY may issue a Field work in its entirety. Order substituting or modifying Schedule of Value items. 1.02 MEASUREMENT 1.07 APPLICATIONS FOR PAYMENT A. The quantities for payment under this Contract shall be determined by actual measurement of A. Refer to Section SC01027—APPLICATIONS the completed items, in place, ready for FOR PAYMENT service and accepted by the CITY, in accordance with the applicable method of B. Submit four (4) original Applications for measurement therefore contained herein. Payment (AFP). After certification by the CITY,the CITY will retain one(1)copy,one(1) 1.03 AUTHORITY copy will be returned to the Contractor and three(3)copies will be forwarded to the CITY for review, authorization and processing. An A. Any requirements of the Contract Documents, electronic copy of the payment application i.e., technical specifications or project could be emailed in to the CITY project construction drawings for which the method of manager in lieu of the afore mentioned. payment is not explicitly defined are considered to be incidental costs and should I. Content and Format: Utilize Schedule of be included in other pay items as appropriate. Values for listing items in Application for Payment outlining the following: 1.04 RELATED SECTIONS: 1. Provide a column for each of the following: A. Applications for Payments:Section SC01027 a. Item Number 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01025-72 MEASUREMENT AND PAYMENT PROCEDURES b. Item Description day of the period then ending. The CITY will then review such estimate and make the c. Quantity necessary recommendations to the Contractor for revision. The Contractor shall revise the d. Unit of measurement Application for Payment and resubmit to the CITY for review and Certification. Redlined e. Scheduled Value Applications for Payment will not be accepted by the CITY. If the Contractor and the CITY f. Change Orders do not agree on the approximate estimate of the proportionate value of the work done for g. Work Completed: any pay period,the determination of the CITY shall be binding.The amount of such estimate 1. Previous Period(Quantity and Value) after deducting ten percent (10%) and all previous payments, shall be due and payable 2. This Period(Quantity and Value) to the Contractor in accordance with the Florida Prompt Payment Act, §218.70 Florida h. To Date(Quantity and Value) Statutes, as may be amended from time to time. i. Percentage of Completion B. Substantiating Data: When the CITY requires j. Balance to Finish substantiating information, Contractor shall submit data justifying quantities and dollar k. Retainage amounts in question. Contractor shall provide three (3) copies of data with cover letter for NOTE: There is no column for"Materials Stored", the CITY each copy of submittal showing application does not pay for items ordered and/or stored on site. As number and date,and line item by number and defined later in this Section, payment for pay items are paid description. for once the item is installed, measured in place, completed 1.09 MEASUREMENT AND PAYMENT-UNIT PRICES and accepted. J. Include one (1) set of progress photographs A. Measurement methods delineated in with each Application for Payment. Refer to individual specification sections complement the Contract Documents, specifically Section criteria of this section. In event of conflict, SC01380 CONSTRUCTION requirements of individual specification PHOTOGRAPHS for specific details and section govern. requirements. B. Contractor shall take daily and weekly K. Application for Final Payment must be marked measurements and compute quantities. The FINAL. Contractor must include in the FINAL Contractor shall review and sign these daily AFP package, proof of payment and final and weekly measurements with the CITY. The settlement with the CITY with regards to any CITY shall also sign off on the weekly temporary and/or construction water meters measurement sheets indicating the CITY's used during the course of the project. progressive concurrence with the quantities. The Contractor shall transmit the signed-off L. When existing Right-Of-Way(ROW)irrigation weekly measurement sheets to the CITY. must be disturbed due to pipeline installation, These measurement sheets shall be used to any existing irrigation lines shall be marked on form the basis of the quantities claimed on the the Contractors drawings prior to or at the time Application For Payment. of temporary cutting-&-capping. The C. Unit Quantities replacement of existing irrigation in the Public Right-Of-Way as the result of pipeline installation or swale development is NOT a 1. Quantities indicated in the Schedule of Bid pay item. Replacement of existing ROW Items are for bidding and contract irrigation shall be incidental to the Unit Price of purposes only. Quantities and the pipeline, measurements supplied or placed in the Work and verified by the CITY and CITY 1.08 MEASUREMENT OF AND PAYMENT FOR WORK determine payment. A. Monthly Payments to the Contractor. The 2. If the actual Work requires more or fewer quantities than those quantities indicated Contractor shall plan its work for construction in the bid items, Contractor shall provide on the basis of twelve (12) monthly pay the required quantities at the unit periods per year. So long as the work is sum/prices contracted. prosecuted in compliance with the provisions of the Contract,the Contractor will,on or about the last day of the pay period, make an D. Payment Includes: Full compensation for approximate estimate, in writing on a form required labor, products, tools, equipment, approved by the CITY of the proportionate facilities, transportation, services and value of the work done,items,and locations of incidentals;erection;application or installation the work performed up to and including the last of an item of the Work; and overhead and profit. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01025-73 MEASUREMENT AND PAYMENT PROCEDURES E. Final payment for Work governed by unit B. Mobilization/Demobilization, Bonds & prices will be made on the basis of the actual Insurance—Bid Item 1 measurements and quantities accepted by the CITY, multiplied by the unit sum/price for 1 Payment for the General Conditions shall Work, which is incorporated in or made be made on the basis of percentage of the necessary by the Work. Lump Sum Price and shall be full compensation for preparatory work and 1.10 Measurement of Quantities: operations in mobilizing and demobilizing for the project including but not limited to, A. Weigh Scales: Inspected, tested and certified those operations necessary for the by the applicable State of Florida Weights and movement of personnel, equipment, Measures department within the past year. supplies and incidentals to and from the project site, for establishment of B. Platform Scales: Of sufficient size and temporary offices/field trailer, buildings, capacity to accommodate the conveying safety equipment, sanitary and other vehicle. facilities and compliance with permit conditions for permits secured by either C. Metering Devices: Inspected, tested and the Owner or Contractor. This pay item certified by the applicable State of Florida shall include all General Requirements not Weights and Measures Department within the listed as separate items. The cost of past year. bonds, required insurance, permits and any other pre-construction expense D. Measurement by Weight:Concrete reinforcing necessary for the start of the work shall steel rolled or formed steel or other metal also be included in the General shapes will be measured by handbook Conditions. weights. Welded assemblies will be measured by handbook or scale weight. C. Consideration For Indemnification — Bid Item 2 E. Measurement by Volume: Measured by cubic dimension using mean length, width and 1. Payment under this item is in accordance height or thickness. with the front-end contract documents. F. Measurement by Area: Measured by square dimension using mean length and width or radius. 1 MILLION GALLON STORAGE TANK (2611 WOOLBRIGHT RD,BOYNTON BEACH, FL 33436) G. Linear Measurement. Measured by linear dimension, at the item centerline. Minor DEMOLITION offsets(less than a total of five(5)feet)will not be measured for payment. Measurement D. Removal & Disposal Of Valves, Reducers & shall be along the horizontal axis at finished Piping—Bid Item 3 grade. H. Stipulated Sum/Price Measurement: Items 1. This item includes disassembly, removal measured by weight, volume, area, or linear and disposal of the existing control valves, means or combination, as appropriate, as a butterfly valves with wheels, and 16x8 completed and accepted item or unit of the reducers. (Drawing Plan, Sheet 2 & 3) Work. Reducers(16"x10")to be relocated are to be cleaned and conditioned prior to I. Payment for Work does not indicate reinstallation. acceptance. Work items previously paid for may require additional work effort to bring 2. This price shall also include all necessary them into compliance with the requirements of labor, materials, setup, and equipment the specific technical specifications and/or that contractor deems necessary to safely project drawings. access the pipes, fittings, valves and appurtenances to be replaced. 1.11 UNIT OF MEASURE — SCHEDULE OF BID 3. Payment for this item shall be made as a PRICES lump sum and it is paid upon item completion by contractor and acceptance A. Payment for furnishing and installing those by the City. items cited in the Schedule of Bid Items and subsequent Schedule of Values is noted herein. If"remove and replace"is indicated on CONSTRUCTION the project construction drawings (by either annotation or line weight), then the item descriptions below include the removal and E. Furnish & Install Pump Control Valves, proper disposal of the existing items. Butterfly Valves with Handwheel, ARVs—Bid Item 4 General 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01025-74 MEASUREMENT AND PAYMENT PROCEDURES and material must be approved by the City 1. Furnish and install two (2) Bermad 10" Utilities inspector assigned to this project. Pump Control Valves according to the Pipes must be precoated with red primer plan (Drawing Plan, Sheet 5). This (rust-inhibitor), then to be painted Dark includes all electrical wiring for power and Blue Protective Marine Coating (Sherwin- communications rewiring for the remote Williams: Acrolon 218 HS, B65 T 604, control and operation of the valve per 6403-12484 Part A & Acrolon 218 HS, manufacturer's recommendation. Power B65 V 600, 6403-12526 Part B). Do not and control feed are existing and any paint over labels, tags or any stainless- required modification is included in this steel fitting. item. Contractor is responsible for understanding the existing logic and setup 7. Contractor is responsible for any of the pump control valve and its timing modification to the control assembly with the pump start/stop. Contractor must required to accommodate the new control coordinate with control valve manufacturer valve. representative and City's utilities inspector for setup/start-up. City project manager 8. Contractor must analyze existing will assist contractor in this coordination. operation, control schematic and Control Valve Specifications: BERMAD sequence. part # WW-10"-740-EN-03-55-PO-Y-C- A5-EB-5AC-NN-NS, 10" Pump control 9. Payment for this item shall be made as a valve, Sigma series,includes: lump sum and it is paid upon item completion by contractor and acceptance • NSF 61/372 rated by the City. Acceptance is contingent to • Closing and Opening speed completion of the work as specified in this control—solenoid-controlled set for 110V contract and drawings, it includes but not • Oblique design limited to the successfully completing the • Ductile iron construction following inspections: three consecutive • ANSI#150 RF remote pump startup/shutdown with • Epoxy FB coated—Dark Blue open/close pump control valve operation • Normally closed solenoids cycles, leak free piping, paint job, clean • 316 SS tubing and fitting and all project area. control accessories • Electric limit switch 2. Furnish and Install four (4) DeZurik 10" WEST WATER TREATMENT PLANT—PUMP ROOM(5469 butterfly valves with handwheel. 10" BOYNTON BEACH BLVD, BOYNTON BEACH,FL 33437) Butterfly valves shall meet or exceed the DEMOLITION latest revision of ANSI/AWWA Standard C504 and shall meet or exceed the requirements of this specification. Valves F. Removal & Disposal Of Control Valve — Bid shall have a working pressure of 250 psi Item 5 (1720 kPa). 1. This item includes disassemble, removal 3. Furnish and Install four Air Release Valves and of the existing control valve.(Drawing (ARI D-040 Combination ARV 2" Inlet). Plan,Sheet 8,9&10) Two-one inch (1") and two-three quarter inch (3/4") Materials and appurtenances 2. This price shall also include all necessary are included for the proper installation and labor, materials, setup, and equipment are not limited to isolation valves (ball that contractor deems necessary to safely valves, or approved equal), pipe stem, access the pipes, fittings, valves and saddle, tap, gaskets, bolts, nuts. Valve appurtenances to be replaced. sizes to be field verified by contractor and must be approved by the City via shop 3. Payment for this item shall be made as a drawings submittal prior to purchasing and lump sum and it is paid upon item installation. completion by contractor and acceptance by the City. 4. Valve fittings, piping, bolts, nuts, flanges, gaskets,fillers or any other appurtenances CONSTRUCTION and restrainers are included. Sizes to be field verified by contractor prior G. Furnish & Install Pump Control Valve — Bid procurement of parts. Item 6 5. Pipe support to support assembly to be installed per City's standards. All work 10. Furnish and install one (1) Bermad 12" and material for this installation is also Pump Control Valve for High Service included in this item. Pump#5 according to the plan (Drawing Plan, Sheet 9 & 10). Contractor is 6. All valves, pipes and fittings must be pre- responsible for field verifying pipe and chlorinated during installation. All pipes valve sizes prior to procuring. This 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01025-75 MEASUREMENT AND PAYMENT PROCEDURES includes all electrical wiring for power and communications rewiring for the remote control and operation of the valve per PART 2 PRODUCTS(NOT USED) manufacturer's recommendation. Power and control feed are existing and any required modification is included in this PART 3 EXECUTION(NOT USED) item. Contractor is responsible for understanding the existing logic and setup of the pump control valve and its timing *SPECIAL NOTE: (NOT USED) with the pump start/stop. Contractor must coordinate with control valve manufacturer END OF SECTION representative and City's utilities inspector for setup/start-up. City project manager will assist contractor in this coordination. 11. Control Valve Specifications: BERMAD part # WW-12"-740-EN-03-55-PO-Y-C- A5-EB-5AC-NN-NS, 12" Pump control valve,Sigma series,includes: • NSF 61/372 rated • Closing and Opening speed control—solenoid-controlled set for 110V • Oblique design • Ductile iron construction • ANSI#150 RF • Epoxy FB coated—Dark Blue • Normally closed solenoids • 316 SS tubing and fitting and all control accessories • Electric limit switch 12. Valve fittings, piping, bolts, nuts, flanges, gaskets,fillers or any other appurtenances and restrainers are included. Sizes to be field verified by contractor prior procurement of parts. 13. Payment for this item shall be made as a lump sum and it is paid upon item completion by contractor and acceptance by the City. Acceptance is contingent to completion of the work as specified in this contract and drawings, it includes but not limited to the successfully completing the following inspections: three consecutive remote pump startup/shutdown with open/close pump control valve operation cycles, leak free piping, paint job, clean project area. H. Pressure Test&Commissioning—Bid Item 7 1. This item also includes the necessary work and materials to perform a pressure test with the approval of the City at the 1 Million Gallon Storage Tank and West Water Treatment Plant Pump Room. 2. This item includes the cost of the start up in coordination with the pump control valves manufacturer's representative. 3. Payment for this item shall be made as a lump sum and it is paid upon item completion by contractor and acceptance by the City. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01025-76 MEASUREMENT AND PAYMENT PROCEDURES SECTION 01027 - APPLICATIONS FOR PAYMENTS PART 1 -GENERAL Order Number,and description,as for an original component item of work. 1.01 DESCRIPTION 4. As provided for in the "Application for A. Scope of Work: Submit Applications for Payment" form, the Contractor shall Payment to the CONSULTANT in accordance certify,for each current pay request,that with schedule established by Conditions of the all previous progress payments received Contract and Agreement between CITY and from the CITY, under this Contract, have Contractor. been applied by the Contractor to discharge in full all obligations of the B. Related requirements described elsewhere: Contractor in connection with Work covered by prior Applications for 1. Agreement: Payment, and all materials and equipment incorporated into the Work 2. Application for Payment Form. are free and clear of all liens, claims, security interest and encumbrances. 3. Progress Schedules: Section SC01310. Contractor shall attach to each Application for Payment like affidavits by 4. Schedule of Values:Section SC01370 all subcontractors. 5. Construction Photographs: Section 1.04 SUBSTANTIATING DATA FOR PROGRESS SC01380. PAYMENTS 6. Contract Closeout: Section SC01700. A. Contractor shall submit suitable information, with a cover letter identifying: 7. Project Record Documents: Section SC01720. 1. Project. 2. Application number and date. 1.02 FORMAT REQUIRED 3. Detailed list of enclosures. A. Submit applications typed on form acceptable B. Submit one (1) copy of data and cover letter to CITY, Documents (Application for Payment for each copy of application. Form), with itemized data typed on 8-1/2 inch x 11 inch or 8-1/2 inch x 14-inch white paper C. The Contractor is to maintain an updated set continuation sheets. of drawings to be used as record drawings in accordance with Section SC01720: Project 1.03 PREPARATION OF APPLICATION FOR EACH Record Documents. As a prerequisite for PROGRESS PAYMENT monthly progress payments, the Contractor is to submit the updated record drawings for A. Application Form: review by the CITY and the CONSULTANT. 1. Fill in required information, including that D. Each monthly application for payment shall for Change Orders executed prior to date incorporate the corresponding "monthly of submittal of application. progress status report" prepared per the requirements of Section SC01310: Progress 2. Fill in percent complete for each activity Schedules. and dollar value to agree with respective percents. E. Contractor shall submit a duly executed letter from surety consenting to payment due and 3. Execute certification with signature of a progress to date. responsible officer of Contract firm. F. Provide construction photographs in B. Continuation Sheets: accordance with Section SC01380: Construction Photographs. 1. Fill in total list of all scheduled component items of work, with item number and 1.05 PROGRESS PAYMENT PROCEDURES scheduled dollar value for each item. A. The Contractor will prepare and submit one(1) 2. Fill in dollar value in each column for original monthly invoice for work completed each scheduled line item when work has during the one-month period. Application for been performed. Round off values to Payment shall be submitted in the format of nearest dollar, or as specified for the sample form provided by the CITY. All Schedule of Values. information must be completed for the pay application to be accepted. CITY's purchase 3. List each Change Order executed prior to order number for the project must be placed date of submission, at the end of the on each application. The Application for continuation sheets. List by Change Payment must be submitted at least three (3) days in advance in an electronic format for 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01027-77 APPLICATION FOR PAYMENTS review by the CITY and CONSULTANT for approval. Redlined Applications for A. Submit Applications for Payment to the CITY Payment will not be accepted by the CITY. at the time stipulated in the Agreement. Review the percents complete with the B. If the Application for Payment and support CONSULTANT and resolve any conflicts or data are not approved, the Contractor is discrepancies. required to submit new, revised or missing information according to the CONSULTANT's B. Number of copies for each Final Application instructions. Otherwise, the Contractor shall for Payment: prepare and submit to the CITY or CONSULTANT an invoice in accordance with 1. CITY: One(1)copy. the estimate as approved. CITY will pay Contractor,in accordance with Florida Prompt 2. CONSULTANT:One(1)copy Payment Act, §218.70, Florida Statutes, as may be amended from time to time. C. When the CONSULTANT finds Application C. Each Application For Payment shall be properly completed and correct,it will transmit accompanied by an updated project schedule the certificate for payment to the CITY, with (three-week ahead schedule) along with the copy for the Contractor. Construction/Progress photographs and Project Record Drawings in accordance with PART 2-PRODUCTS(NOT USED) Section SC01720: PROJECT RECORD DOCUMENTS and SC01380: PART 3-EXECUTION CONSTRUCTION PHOTOGRAPHS or as directed by the CITY. Any Application For 3.01 Upon receipt by CONSULTANT and CITY of Payment that is received without these items Contractor's written Notice of Final Completion of will be returned to the Contractor without its work under this Contract, CONSULTANT and review. CITY shall verify all work has been completed on the project. When all work has been verified as D. The Contractor shall prepare a schedule of complete, and the Contractor submits the items values by phases of work to show a listed below,the Contractor may submit a final breakdown of the Contract Sum Application for Payment: corresponding to the payment request breakdown and progress schedule line items. A. Complete work listed as incomplete at the The schedule of values must also show dollar time of Substantial Completion and obtain value for each unit of work scheduled. CONSULTANT certification of completed Approved Change Order items shall be added Work. as separate line items. B. Provide copy of records indicating notification E. Prior to initial payment request,the to all subcontractors and material suppliers of Contractor shall submit the following Contractor's Performance and Payment documents to the CITY and Consultant for Bonds. their review and approval: C. Transfer operational,access,security and 1. List of principle subcontractors and similar provisions to CITY; remove temporary suppliers. facilities,tools and similar items. 2. Schedule of values. END OF SECTION 3. Shop drawing log. 4. Project schedule. 1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. Provide information as required by the General Conditions and Section SC01700: Contract Closeout. B. Furnish evidence of completed operations insurance in accordance with the General Conditions. C. Provide Final Release of Lien and other closeout submittals as required by the General Conditions. 1.07 SUBMITTAL PROCEDURES 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01027-78 APPLICATIONS FOR PAYMENTS SECTION 01041 - PROJECT COORDINATION PART I—GENERAL a. Verify that Contractor and subcontractors have obtained 1.01 REQUIREMENTS INCLUDED inspections for Work and for temporary facilities. A. The Contractor shall: 5. Control the use of Site: 1. Coordinate work of its employees and subcontractors. I. Allocate space for Contractor's use for field offices,sheds,and 2. Expedite its work to assure work and storage areas. compliance with schedules. 6. Inspection and Testing: 3. Coordinate its work with that of work by CITY. a. Inspect work to assure performance in accord with 4. Comply with orders and instructions requirements of Contract of CONSULTANT. Documents. 1.02 RELATED REQUIREMENTS b. Administer special testing and inspections of suspect Work. A. Section SC01010:Summary of Project. c. Reject Work, which does not B. Section SC01027: Applications for comply with requirements of Payment. Contract Documents. C. Section SC01200: Project Meetings. d. Coordinate Testing Laboratory Services: D. Section SC01310: Progress Schedules. 1. Verify that required E. Section SC01340: Shop Drawings,Work laboratory personnel are Drawings and Samples. present. F. Section SC01500:Construction Facilities 2. Verify that tests are made and Temporary Controls. in accordance with specified standards. G. Section SC01700: Contract Closeout. 3. Review test reports for 1.03 CONSTRUCTION ORGANIZATION & compliance with specified START-UP criteria. A. CONSULTANT shall establish on-site 4. Recommend and lines of authority and communications: administer any required re-testing. 1. Schedule and conduct pre- construction meeting and progress 1.04 CONTRACTOR'S DUTIES meetings as specified in Section SC01200: PROJECT MEETINGS. A. Construction Schedules: 2. Establish procedure for: 1. Prepare a detailed schedule of basic operations. a. Submittals b. Reports and records 2. Monitor schedules as work c. Recommendations progresses: d. Coordination of drawings e. Schedules a. Identify potential variances f. Resolution of conflicts between scheduled and probable completion dates for 3. Interpret Contract Documents: each phase. a. Transmit written b. Recommend to CITY interpretations to Contractor, adjustments in schedule to and to other concerned meet required completion parties. dates. 4. Assist in Obtaining permits and c. Document changes in approvals: schedule; submit to CITY, 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01041-79 PROJECT COORDINATION r CONSULTANT and to c. Materials and equipment involved subcontractors. records. 3. Observe work of each d. Applicable handbooks, codes subcontractor to monitor and standards. compliance with schedule. 3. Maintain file of record documents. a. Verify that labor and equipment are adequate for 1.05 CONTRACTOR'S CLOSE-OUT DUTIES the work and the schedule. A. Mechanical and Electrical equipment b. Verify that product start-up: procurement schedules are adequate. 1. Coordinate checkout of utilities, operational systems and c. Verify that product deliveries equipment. are adequate to maintain schedule. 2. Organize initial start-up and testing. d. Report noncompliance to 3. Record dates of start of operation of CONSULTANT, with systems and equipment. recommendation for changes. 4. Submit to CITY written notice of B. Process Shop Drawings, Product Data beginning of and Samples: 9 9 warranty period for P equipment put into service. 1. Prior to submittal to CONSULTANT, B. At completion of Work, conduct an review for compliance with Contract inspection to assure that: Documents: 1. Specified cleaning has been a. Field dimensions and accomplished. clearance dimensions. 2. Temporary facilities have been b. Relation to available space. removed from site. c. Effect of any changes on the C. Substantial Completion: work of any subcontractor. 1. Conduct an inspection to develop a A. Review Drawings prepared by list of Work to be completed or Mechanical and Electrical corrected. subcontractors: 2. Assist CONSULTANT in inspection. 1. Prior to submittal to CONSULTANT, review for compliance with Contract 3. Supervise correction and Documents: completion of work of subcontractors. B. Prepare Coordination Drawings as 1.06 CONSULTANT'S CLOSE-OUT DUTIES required to resolve conflicts and to assure coordination of the work of, or A. Final Completion: affected by, mechanical and electrical trades, or by special equipment 1. When Contractor determines that requirements. work is finally complete,conduct an inspection to verify completion of 1. Submit to CONSULTANT. Work. 2. Reproduce and distribute copies to B. Administration of Contract closeout: concerned parties after CONSULTANT review. 1. Receive and review Contractor's final submittals. C. Maintain reports and records at job site, available to CONSULTANT and CITY. 2. Transmit to CITY with recommendations for action. 1. Daily log of progress of work. PART 2—PRODUCTS(NOT USED) 2. Records. PART 3—EXECUTION(NOT USED) a. Contracts. END OF SECTION b. Purchase orders. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01041-80 PROJECT COORDINATION .40- SECTION SECTION 01070 - ABBREVIATIONS AND SYMBOLS PART 1 -GENERAL ATMA Acoustical and Insulating Materials Association 1.01 STANDARDS AND ABBREVIATIONS AISC American Institute of Steel Construction A. Referenced Standards: Any reference to AISI American Iron and Steel Institute published specifications or standards of any AITC American Institute of Timber organization or association shall comply with Construction the requirements of the specification or AMCA Air Moving and Condition standard which is current on the date of Association Advertisement for Bids. In case of a conflict ANSI American National Standard between the referenced specifications or Institute standards, the one having the more stringent APA American Plywood Association requirements shall govern. API American Petroleum Institute APWA American Public Works B. In case of conflict between the referenced Association specifications or standards and the Contract AREA American Railway Engineering Documents, the Contract Documents shall Association govern. ARI American Refrigeration Institute C. Abbreviations: ASA American Standards Association (Now ANSI) AA Aluminum Association ASAHC American Society of Architectural AAA American Arbitration Association Hardware Consultants AABC Associated Air Balance Council ASCE American Society of Civil AAMA Architectural Aluminum Engineers Manufacturers Assoc. ASHRAE American Society of Heating, AASHO The American Association of Refrigerating and Air State Highway Officials Conditioning Engineers ABA American Bar Association ASME American Society of Mechanical ABMA American Boiler Manufacturers Engineers Association ASSCBC American Standard Safety Code ABPA Acoustical and Board Products for Building Construction Association ASSHTO American Association of State ACI American Concrete Institute Highway Transportation Officials ACPA American Concrete Pipe ASTM American Society for Testing and Association Materials AEIC Association of Edison AWG American Wire Gauge Illuminating Companies AWI Architectural Woodwork Institute AFBMA Anti-Friction Bearing AWPA American Wood Preservers Manufacturers Assoc. Association AGA American Gas Association AWPB American Wood Preservers AGC Associated General Contractors Bureau of America AWPI American Wood Preserves AGMA American Gear Manufacturers Institute Association AWS American Welding Society AHA American Hardboard Association AWWA American Water Al The Asphalt Institute Works Association AIA American Institute of Architects BHMA Builders Hardware AIA American Insurance Association Manufacturers Association AIEE American Institute of Electrical BIA Brick Institute of America Engineers(Now IEEE) (formerly SCPI) 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01070-81 ABBREVIATIONS AND SYMBOLS 0 CDA Copper NBS National Bureau of Standards Development Association NCSA National Crushed Stone CFS Cubic Feet Per Second Association CMAA Crane Manufacturers NCSPA National Corrugated Steel Pipe Association of America Association CRSI Concrete Reinforcing Steel NEC National Electrical Code Institute NECA National Electrical Contractors' CS Commercial Standard Association DHI Door and Hardware Institute NEMA National Electrical DIPRA Ductile Iron Pipe Association Manufacturers'Association DOT Spec-Standard Specification for Road NFPA National Fire Protection and Bridge Construction Florida Association Department of Transportation, NLA National Lime Association 1982 NPC National Plumbing Code E/A Engineer and/or Architect NPDES National Pollutant Discharge EDA Economic Development Elimination System Association NPT National Pipe Threads EEI Edison Electric Institute NSC National Safety Council EPA Environmental Protection NSF National Sanitation Foundation Agency OD Outside Diameter FCI Fluid Control Institute OSHA U.S. Department of Labor, FDER Florida Department of Occupational Safety and Health Environmental Regulation Administration FDOT Florida Department of PCA Portland Cement Association Transportation PCI Prestressed Concrete Institute FEC Florida East-Coast Railway PS United States Products Fed Spec Federal Specification Standards FPL Florida Power and Light PSI Pounds per Square Inch FPS Feet Per Second PSIA Pounds per Square Inch FS Federal Standards Atmosphere GA Gypsum Association PSIG Pounds Per Square Inch Gauge GPM Gallons Per Minute RPM Revolutions Per Minute HMI Hoist Manufacturers Institute SAE Society of Automotive Engineers HP Horsepower SDI Steel Decks Institute HSBII Hartford Steam Boiler Inspection SFWMD South Florida Water and Insurance Co. Management District ID Inside Diameter SIGMA Sealed Insulating Glass IEEE Institute of Electrical and Manufacturer's Association Electronic Engineers SJI Steel Joists Institute IFI Industrial Fasteners Institute SMACNA Sheet Metal and Air Conditioning IPCEA Insulated Power Cable Contractors' National Engineers Association Association IPS Iron Pipe Size SSI Scaffolding and Shoring Institute LWDD Lake Worth Drainage District SSPC Steel Structures Painting Council MF Factory Mutual System SSPC Structural Steel Painting Council MGD Million Gallons Per Day STA Station(100 feet) MHI Materials Handling Institute TAS Technical MIL Military Specification Aid Series MMA Monorail Manufacturers TCA Tile Council America Association TDH Total Dynamic Head NBFU National Board of Fire TH Total Head Underwriters UBC Uniform Building Code NBHA National Builders' Hardware UL Underwriter's Laboratories, Inc. Association 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01070-82 ABBREVIATIONS AND SYMBOLS USAGE United States Army Corps of Engineers USASI United States of American Standards Institute C. Additional abbreviations and symbols are shown on the Drawings. PART 2—PRODUCTS(NOT USED) PART 3—EXECUTION (NOT USED) END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01070-83 ABBREVIATIONS AND SYMBOLS SECTION 01110 - ENVIRONMENTAL PROTECTION PROCEDURES PART 1 GENERAL receipt of such notice from the CITY or Consultant or from the regulatory agency 1.1 SCOPE OF WORK through the CITY and/or CONSULTANT, immediately take corrective action. Such A. The work covered by this Section consists of notice, when delivered to the Contractor or furnishing all labor, materials and equipment their authorized representative at the site of and performing all work required for the the work, shall be deemed sufficient for the prevention of environmental pollution in purpose. If the Contractor fails or refuses to conformance with applicable federal, state comply promptly,the CITY may issue an order and local laws and regulations, during and as stopping all or part of the work until the result of construction operations under this satisfactory corrective action has been taken. Contract.For the purpose of this Specification, No part of the time lost due to any such stop environmental pollution is defined as the orders shall be made the subject of a claim for presence of chemical, physical, or biological extension of time or for excess costs or elements or agents which adversely affect damages by the Contractor unless it is later human health or welfare; unfavorably alter determined that the Contractor was in ecological balances;adversely affect plants or compliance. animals; or degrade the utility of the environment for aesthetic and/or recreational 1.04 IMPLEMENTATION purposes. A. Prior to commencement of the Work, the B. The control of environmental pollution requires CONTRACTOR shall meet with the CITY and consideration of air, water and land, and CONSULTANT to develop mutual involves management of noise and solid understandings relative to compliance with waste,as well as other pollutants. this provision and administration of the environmental pollution control program. C. The Contractor shall schedule and conduct all work in a manner that will minimize the erosion B. The Contractor shall remove temporary of soils in the area of the work. Provide environmental control features, when erosion control measures required to prevent approved by the CITY or CONSULTANT,and silting, muddying, or pollution of wetlands, incorporate permanent control features into streams, rivers, impoundments, lakes, the project at the earliest practicable time. storrnwater ponds, etc. All erosion control measures shall be in place in an area prior to PART 2-PRODUCTS(NOT USED) any construction activity in that area and shall be maintained throughout construction. PART 3-EXECUTION Specific requirements for erosion and sedimentation controls are specified in 3.1 EROSION CONTROL Section 02270. The Contractor will be required to meet all the conditions specified in A. The Contractor shall provide positive means of the permits and in the Specifications. erosion control such as shallow run on and run off ditches around construction to carry off D. All specific conditions attached to existing surface water. Erosion control measures, permits for this site shall be included in the such as siltation basins, hay check dams, sedimentation and erosion control measures. mulching, jute netting and other equivalent techniques, shall be used as appropriate. 1.2 APPLICABLE REGULATIONS Flow of surface water into excavated areas shall be prevented. Ditches around A. The Contractor shall comply with all applicable construction area shall also be used to carry Federal, State and local laws and regulations away water resulting from dewatering of and applicable permits and their specific excavated areas. If dewatering is necessary conditions concerning environmental pollution and exceeds SFWMD thresholds, a control and abatement. dewatering plan must be prepared by a certified Registered Professional Engineer in 1.3 NOTIFICATIONS the State of Florida and submitted to the CITY and CONSULTANT; then submitted and A. The CITY and/or CONSULTANT will notify the approved by the South Florida Water Contractor in writing of any non-compliance Management District prior to the with the foregoing provisions or of any commencement of work requiring dewatering. environmentally objectionable acts and Contractor must comply with permits. corrective action to be taken. State or local However, no water from dewatering activities agencies responsible for verification of certain may be discharged offsite. At the completion aspects of the environmental protection of the Work,ditches shall be backfilled and the requirements shall notify the Contractor in ground surface restored to original condition. writing, through the CITY or CONSULTANT, of any non-compliance with State or local 3.2 PROTECTION OF STREAMS AND CANALS requirements. The Contractor shall, after 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO1110-84 ENVIRONMENTAL PROTECTION PROCEDURES • A. Care shall be taken by Contractor to prevent, D. Any trees or other landscape feature scarred or reduce to a minimum, any damage to any or damaged by the Contractor's equipment or ditch or the stormwater outfall canal, from operations shall be restored as nearly as pollution by debris,sediment or other material, possible to its original condition. or from the manipulation of equipment and/or materials in or near such ditches. Water that All trimming or pruning shall be performed in has been used for washing or processing, or an approved manner by experienced that contains oils or sediments that will reduce workmen with saws or pruning shears. Tree the quality of the water in the ditch, shall not trimming with axes will not be permitted. be directly returned to the ditch. Such waters will be diverted through a settling basin or filter Climbing ropes shall be used where approved by the CITY or CONSULTANT and necessary for safety.Trees that are to remain, meet required standards before being directed either within or outside established clearing into the ditches and other water bodies. limits, that are subsequently damaged by the Contractor and are beyond saving as B. The Contractor shall not discharge water from determined by the CITY and/or dewatering operations directly into any live or CONSULTANT shall be immediately removed intermittent stream, channel, wetlands, and replaced. surface water or any storm sewer. Water from dewatering operations shall be treated by E. The locations of the Contractor's storage, and filtration, settling basins, or other approved other construction structures required method to reduce the amount of sediment temporarily in the performance of the Work, contained in the water to allowable levels, shall be cleared as shown on the Drawings. Drawings showing storage facilities shall be C. All preventative measures shall be taken by submitted for approval of the CITY and Contractor to avoid spillage of petroleum CONSULTANT. products and other pollutants. In the event of any spillage, prompt remedial action shall be F. If the Contractor proposes to construct taken in accordance with a contingency action temporary roads or embankments and plan approved by the Florida Department of excavations for work areas, it shall submit the Environmental Protection. Contractor shall following for approval at least thirty(30)days submit two(2)copies of approved contingency prior to scheduled start of such temporary plans to the CITY and CONSULTANT. work. 3.3 PROTECTION OF LAND RESOURCES 1. A layout of all temporary roads, excavations and embankments to be A. Land resources within the project boundaries constructed within the work area. and outside the limits of permanent work shall be restored to a condition, after completion of 2. Details of temporary road construction. construction that will appear to be natural and not detract from the appearance of the project. 3. Drawings and cross sections of proposed Contractor shall confine all construction embankments and their foundations, activities to areas shown on the Drawings. including a description of proposed materials. B. Outside of areas requiring earthwork for the construction of the new facilities, the G. The Contractor shall remove all signs of Contractor shall not deface, injure, or destroy temporary construction facilities such as haul trees or shrubs, nor remove or cut them roads, work areas, structures, foundations of without prior approval from the CITY and temporary structures, stockpiles of excess of CONSULTANT. No ropes, cables, or guys waste materials, or any other vestiges of shall be fastened to or attached to any existing construction as directed by the CITY and nearby trees for anchorage unless specifically CONSULTANT. The disturbed areas shall be authorized by the CITY and CONSULTANT. prepared and seeded as described in Section Where such special emergency use is 02924 SEED,MULCH and FERTILIZER,or as permitted, first wrap the trunk with a sufficient approved by the CONSULTANT. thickness of burlap or rags over which softwood cleats shall be tied before any rope, H. All debris and excess material will be disposed cable,or wire is placed. The Contractor shall of in approved areas as noted on the in any event be responsible for any damage Drawings. resulting from such use. C. Where trees may possibly be defaced, 3.4 PROTECTION OF AIR QUALITY bruised,injured,or otherwise damaged by the Contractor's equipment, dumping or other A. Burning. No open fires or burning will be operations, protect such trees by placing permitted. If need dictates burning of any kind, barricades around them. Monuments and Contractor must obtain prior approval of CITY markers shall be protected similarly before and obtain appropriate permits from the state beginning operations near them. and local government agencies. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO1110-85 ENVIRONMENTAL PROTECTION PROCEDURES B. Dust Control. The Contractor will be required to maintain all excavations, embankment, stockpiles,access roads,waste areas,borrow areas, and all other work areas within or without the project boundaries free from dust which could cause the standards for air pollution to be exceeded, and which would cause a hazard or nuisance to others. C. An approved method of stabilization consisting of sprinkling or other similar methods will be required to control dust. The use of petroleum products is prohibited. D. Sprinkling, to be approved, must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the Contractor must have sufficient competent equipment on the job to accomplish this if sprinkling is used. Dust control shall be performed as the work proceeds and whenever a dust nuisance or hazard occurs, as determined by the CITY and/or CONSULTANT. 3.5 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION A. During the life of this Contract,the Contractor shall maintain all facilities constructed for pollution control as long as the operations creating the particular pollutant are being carried out or until the material concerned has become stabilized to the extent that pollution is no longer being created. END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO1110-86 ENVIRONMENTAL PROTECTION PROCEDURES SECTION 01153 - CHANGE ORDER PROCEDURES PART 1 —GENERAL I. Section SC01700: Contract Closeout. 1.01 SCOPE: 1.04 DEFINITIONS A. The CITY, without invalidating the Contract, may make adjustments to bid A. Change Order: See General Conditions. item quantities by adding to or deducting from the quantities on the Schedule of B. Construction Change Authorization: A Bid Items, as the Work progresses. written order to the Contractor,signed by These adjustments shall be in CITY and CONSULTANT,which amends accordance with the unit or line item price the Contract Documents as described, set forth on the Schedule of Bid Items and authorizes Contractor to proceed and are tracked as Work progresses,and with a change that affects the Contract approved on the monthly Application for Sum or the Contract Time, for inclusion Payment form. in a subsequent Change Order. 1.02 REQUIREMENTS INCLUDED C. Field Order:A written order, instructions, or interpretations, signed by A. Promptly implement Change Order CONSULTANT making minor changes in procedures. the Work not involving a change in Contract Sum or Contract Time. 1. Provide full written data required to evaluate change. 1.05 PRELIMINARY PROCEDURES 2. Maintain detailed records of work A. CONSULTANT may initiate changes by done on a time and material/force submitting a Proposal Request to account basis. Contractor. Request will include: 3. Provide full documentation to 1. Detailed description of the change, CONSULTANT on request. products, and location of the change in the Project. B. Designate in writing the member of Contractor's organization. 2. Supplementary or revised Drawings and Specifications. 1. Who is authorized to accept changes in the Work. 3. The projected time span for making the change, and a specific 2. Who is responsible for informing statement as to whether overtime others in the Contractor's employ work is,or is not,authorized. the authorization of changes in the Work. 4. A specific period of time during which the requested price will be C. CITY will designate in writing the person considered valid. who is authorized to execute Change Orders. 5. Such request is for information only, and is not an instruction to execute 1.03 RELATED REQUIREMENTS the changes, nor to stop work in progress. A. Bid Form. B. Contractor may initiate changes by B. Agreement. submitting a written notice to Consultant containing: C. General Conditions. 1. Description of the proposed D. Supplementary Conditions. changes. E. Section SC01027: Applications for 2. Statement of the reason for making Payments. the changes. F. Section SC01310: Progress Schedules. 3. Statement of the effect on the Contract Sum and the Contract G. Section SC01370: Schedule of Values. Time. H. Section SC01630: Substitutions and 4. Statement of the effect on the Work Product Options. of separate contractors. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01153-87 CHANGE ORDER PROCEDURES sum proposal, plus additional 5. Documentation supporting any information: change in Contract Sum or Contract Time,as appropriate. 1. Name of CITY's authorized agent who ordered the work,and the date 1.06 CONSTRUCTION-CHANGE of the order. AUTHORIZATION 2. Dates and times work was A. In lieu of Proposal Request, performed,and by whom. CONSULTANT may issue a construction change authorization for Contractor to 3. Time record, summary of hours proceed with a change for subsequent worked,and hourly rates paid. inclusion in a Change Order. 4. Receipts and invoices for: B. Authorization will describe changes in the Work, both additions and deletions, with a. Equipment used, listing dates attachments of revised Contract and times of use. Documents to define details of the change,and will designate the method of b. Products used, listing of determining any change in the Contract quantities. Sum and any change in Contract Time. c. Subcontractors. C. CITY and CONSULTANT will sign and date the Construction Change D. Document requests for substitutions for Authorization as authorization for the products as specified in Section Contractor to proceed with the changes. SC01630. D. Contractor shall sign and date the 1.08 PREPARATION OF CHANGE ORDERS Construction Change Authorization to indicate agreement with the terms A. CONSULTANT will initiate each Change therein. Order. 1.07 DOCUMENTATION OF PROPOSALS AND B. Change Order will describe changes in CLAIMS the Work, both additions and deletions, with attachments of revised Contract A. Support each quotation for a lump-sum Documents to define details of the proposal, and for each unit price which change. has not previously been established,with sufficient substantiating data to allow C. Change Order will provide an accounting CONSULTANT to evaluate the of the adjustment in the Contract Sum quotation. and in the Contract Time. B. On request provide additional data to 1.09 LUMP-SUM/FIXED PRICE CHANGE ORDER support time and cost computations: A. Content of Change Orders will be based 1. Labor required. on,either 2. Equipment required. 1. CONSULTANT's Proposal Request and Contractor's Responsive 3. Products required. Proposal as mutually agreed between CITY and Contractor;or a. Recommended sources of purchase and unit cost. 2. Contractor's Proposal for a change, as recommended by the b. Quantities required. CONSULTANT. 4. Taxes, insurance,and bonds. B. CITY and CONSULTANT will sign and date the Change Order as authorization 5. Credit for work deleted from for the Contractor to proceed with the Contract,similarly documented. changes. 6. Overhead and profit. C. Contractor shall sign and date the 7. Justification for any change in Change Order to indicate agreement with the terms therein. Contract Time. 1.10 UNIT PRICE CHANGE ORDER C. Support each claim for additional costs, and for work done on a time-and- A. Content of Change Orders will be based material/force account basis, with on,either documentation as required for a lump- 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01153-88 CHANGE ORDER PROCEDURES 9 supporting data as provided in the Article 1. CONSULTANT's definition of the "Documentation of Proposals and scope of the required changes;or Claims"of this Section. 2. Contractor's Proposal for a change, C. CONSULTANT will determine the as recommended by allowable cost of such work, as provided CONSULTANT;or in General Conditions and Supplementary Conditions. 3. Survey of completed work. D. CONSULTANT will sign and date the B. The amounts of the unit prices to be: Change Order to establish the change in Contract Sum and in Contract Time. 1. Those stated in the Agreement. E. CITY and Contractor will sign and date 2. Those mutually agreed upon the Change Order to indicate their between CITY and Contractor. agreement therewith. C. When quantities of each of the items 1.12 CORRELATION WITH CONTRACTOR'S affected by the Change Order can be SUBMITTALS determined prior to start of the work: A. Contractor shall periodically revise 1. CITY and CONSULTANT will sign Schedule of Values and Request for and date the Change Order as Payment forms to record each change as authorization for Contractor to a separate item of work,and to record the proceed with the changes. adjusted Contract Sum. 2. Contractor shall sign and date the B. Contractor shall periodically revise the Change Order to indicate Construction Schedule to reflect each agreement with the terms herein. change in Contract Time. D. When quantities of the items cannot be 1. Contractor shall revise sub- determined prior to start of the work: schedules to show changes for other items of work affected by the 1. CONSULTANT will issue a changes. construction change authorization- directing Contractor to proceed with C. Upon completion of work under a the change on the basis of unit Change Order, Contractor shall enter prices. pertinent changes in Record Documents. 2. At completion of the change, PART 2—PRODUCTS (NOT USED) CONSULTANT will determine the cost of such work based on the unit PART 3—EXECUTION (NOT USED) prices and quantities used. END OF SECTION a. Contractor shall submit documentation to establish the number of units of each item and any claims for change in Contract Time. 3. CONSULTANT will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. 4. CITY and Contractor will sign and date the Change Order to indicate their agreement with the terms therein. 1.11 TIME AND MATERIAL/FORCE ACCOUNT CHANGE ORDER/ CONSTRUCTION CHANGE AUTHORIZATION A. CONSULTANT will issue a Construction Change Authorization directing Contractor to proceed with the changes. B. At completion of the change, Contractor shall submit itemized accounting and 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01153-89 CHANGE ORDER PROCEDURES SECTION 01200 - PROJECT MEETINGS PART 1 -GENERAL 3. Resident project representative. 1.01 DESCRIPTION 4. Contractor and its superintendent. A. Scope of Work: 5. Major subcontractors. 1. The Consultant shall schedule and 6. Representatives of major suppliers and administer pre-construction meeting, manufacturers as appropriate. monthly progress meetings, and specifically called meetings throughout 7. Governmental and Utilities the progress of the Work. The representatives as appropriate. Consultant shall: 8. Others as requested by the Contractor, a. Prepare agenda for meetings. CITY and Consultant. b. Make physical arrangements for D. The purpose of the pre-construction meeting meetings. is to designate responsible personnel and establish a working relationship. Matters c. Preside at meetings. requiring coordination will be discussed and procedures for handling such matters 2. Representatives of Contractor, established. The suggested agenda should subcontractors and suppliers attending include: meetings shall be qualified and authorized to act on behalf of the entity 1. Distribution and discussion of: each represents. a. List of major subcontractors and 3. The Contractor shall attend meetings to suppliers. ascertain that work is expedited consistent with Contract Documents and b. Projected schedules. construction schedules. The Consultant shall record the pre-construction meeting c. Schedule of Values and each progress meeting in its entirety, and shall provide the Consultant with a d. NPDES plan voice recording,having good quality and clarity, and a typed transcript of the 2. Critical work sequencing: Relationships minutes of each meeting. A copy of the and coordination with other contracts minutes of each progress meeting shall and/or work. be available five (5)business days after the meeting. 3. Major equipment deliveries and priorities. B. Related Requirements Described Elsewhere: 4. Project coordination: Designation and responsible personnel. 1. Progress Schedules:Section SC01310. 2. Shop Drawings,Working Drawings, and 5. Procedures and processing of: Samples: Section SC01340. 3. Security and Safety Procedures for a. Field decisions. Infrastructure Projects:Section SC01540 4. Project Record Documents: Section b. Proposal requests. SC01720. c. Request for Information. 1.02 PRE-CONSTRUCTION MEETING d. Submittals. A. The Consultant shall schedule a e. Change Orders. preconstruction meeting within ten (10) days after the effective date of the contract. f. Applications for Payment. B. Location: A local site, convenient for all 6. Submittal of Shop Drawings,project data parties,designated by the Consultant. and samples. C. Attendance: 7. Adequacy of distribution of Contract Documents. 1. CITY's representative. 8. Procedures for maintaining Record 2. Consultant and Consultant's Documents. professional consultants. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01200-90 PROJECT MEETINGS I ' SECTION 01310 - PROGRESS SCHEDULES PART 1 -GENERAL Contractor or Contractor's consultant has successfully applied computerized CPM and 1.01 DESCRIPTION shall include at least two(2)projects valued at least half the expected value of this Project. A. Scope of Work: 1.03 FORM OF SCHEDULES 1. Prior to Pre-Construction Meeting, Contractor shall prepare and submit to A. Maximum Sheet Size: 24 inches by 36 inches. the CONSULTANT initial construction schedule(s) demonstrating complete 1.04 CONTENT OF SCHEDULES fulfillment of all Contract requirements utilizing a Critical Path Method A. Construction Progress Schedule: (hereinafter referred to as CPM) in planning, coordinating and performing 1. Show the complete sequence of the Work under this Contract (including construction by activity. all activities of subcontractors, equipment vendors and suppliers). The 2. Show the dates for the beginning of,and principles and definition CPM terms used completion of, each major element of herein shall be as set forth in the construction in no more than a two (2) Associated General Contractors of week increment scale. Specifically list, America (AGC) publication, The Use of but not limit to: CPM in Construction, A Manual for General Contractors and the a. Obtaining all permits/construction Construction Industry, latest edition, but easements(if needed) the provisions of this Specification shall b. Shop Drawing submitted/review govern the planning, coordinating and time performance of the Work. Assumed c. Site clearing/filling notice to proceed date for this schedule d. Site utilities shall be ninety (90) days from bid e. Pipeline installation opening date. f. Roadway installation g. Subcontractor work 2. After issuance of Notice To Proceed, h. Equipment installations Contractor shall submit revised progress i. Finishings schedules on a bi-weekly basis. No j. Instrumentation partial payments shall be approved until k. Painting there is an approved construction I. Operator training progress schedule on hand. m. Testing n. Start-up B. Related Requirements Described Elsewhere: o. Receipt of spare parts 1. Summary of Project: Section SC01010 3. Show projected percentage of completion for each item, as of the first 2. Applications for Payment: Section day of each month. SC01027 4. Show projected dollar cash flow 3. Change Order Procedures: Section requirements for each month of SC01153 construction and for each activity as indicated by the approved Schedule of 4. Project Meetings: Section SC01200 Values. 5. Shop Drawings, Working Drawings, and B. Submittals schedule for Shop Drawings and Samples: Section SC01340 Samples shall be in accordance with Section SC01340: Shop Drawings, Product Data and 6. Schedule of Values: Section SC01370 Samples. Indicate on the Schedule the following: 1.02 QUALIFICATIONS 1. The dates for Contractor's submittals. A A statement of computerized CPM capability shall be submitted by Contractor in writing 2. The dates submittals will be required for prior to the award of the Contract and shall CITY-furnished products,if applicable. verify that either Contractor's organization has in-house capability to use the CPM technique 3. The dates approved submittals will be or that Contractor will employ a CPM required from the CONSULTANT. consultant who is so qualified. C. A typewritten list of all long lead items B. In-house capability shall be verified by (equipment,materials,etc.). description of construction projects to which 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01310-93 PROGRESS SCHEDULES D. To the extent that the progress schedule or CONSULTANT within fifteen (15) working any revised progress schedule shows days after receipt. The network diagram and anything not jointly agreed upon or fails to tabulated schedule when accepted by the show anything jointly agree upon, it shall not CONSULTANT shall constitute the Project be deemed to have been approved by the work schedule unless a revised schedule is CONSULTANT. Failure to include any required due to substantial changes in the element of work required for the performance work scope, a change in Contract Time or a of this Contract shall not excuse the recovery schedule is required and requested. Contractor from completing all work required within any applicable Completion Date, C. Acceptance. The finalized schedule will be notwithstanding the CONSULTANTs acceptable to the CONSULTANT,when in the approval of the progress schedule. opinion of the CONSULTANT;it demonstrates an orderly progression of the Work to 1.05 PROGRESS REVISIONS completion in accordance with the Contract requirements. Such acceptance will neither A. Indicate progress of each activity to date of impose on the CONSULTANT responsibility submission. for the progress or scheduling of the Work nor relieve Contractor from full responsibility B. Show changes occurring since previous therefore. The finalized schedule of Shop submission of schedule: Drawing submittals will be acceptable to the CONSULTANT, when in the opinion of the 1. Major changes in scope. CONSULTANT, it demonstrates a workable 2. Activities modified since previous arrangement for processing the submittals in submission. accordance with the requirements. The finalized Schedule of Values(lump sum price 3. Revised projections of progress and breakdown), as applicable, will be acceptable completion. to the CONSULTANT as to form and content, when in the opinion of the CONSULTANT, it 4. Other identifiable changes. demonstrates a substantial basis for equitably distributing the Contract Sum. When the C. Provide a narrative report as needed to define: network diagram and tabulated schedule have been accepted,The Contractor shall submit to 1. Problem areas, anticipated delays, and the CONSULTANT five(5)copies of the time- the impact on the schedule. scaled network diagram, five (5) copies of a computerized tabulated schedule in which the 2. Corrective action recommended, and its activities have been sequenced by numbers, effect. five (5) copies of a computerized tabulated schedule in which the activities have been 3. The effect of changes on schedules of sequenced by early starting date, and five(5) other prime contractors. copies of a computerized,tabulated schedule in which activities have been sequenced by D. If the Work falls behind the critical path total float, and five (5) copies sorted by schedule by two (2) weeks or more, the predecessor/successor. Contractor must prepare a recovery schedule. D. Revised Work Schedules. Contractor, if 1.06 SUBMISSION requested by the CONSULTANT, shall provide a revised work schedule if,at any time, A. Submittal Requirements. the CONSULTANT considers the completion Date to be in jeopardy because of "activities 1. Logic network and/or time phased bar behind schedule." The revised work schedule chart,computer generated. shall include a new diagram and tabulated schedule conforming to the requirements of 2. Computerized network analysis: Paragraph 1.09, herein, designed to show how Contractor intends to accomplish the a. Sort by early start work to meet the completion date. The form and method employed by Contractor shall be b. Sort by float the same as for the original work schedule. No payment will be made if activities fall more c. Sort by predecessor/successor than two (2) weeks behind schedule and a revised work schedule is not furnished. 3. Narrative description of the logic and reasoning of the schedule. E. Schedule Revisions. The CONSULTANT may B. Within ten (10) working days after the require Contractor to modify any portions of conclusion of the CONSULTANT's review of the work schedule that become infeasible initial schedule, Contractor shall revise the because of"activities behind schedule"or for network diagram as required and resubmit the any other valid reason. An activity that cannot network diagram and a tabulated schedule be completed by its original latest completion produced therefrom. The revised network date shall be deemed to be behind schedule. diagram and tabulated schedule shall be No change may be made to the sequence, reviewed and accepted or rejected by the 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01310-94 PROGRESS SCHEDULES duration or relationships of any activity without description and a duration, as described approval of the CONSULTANT. in Paragraph 1.09D.,herein. 1.07 DISTRIBUTION 2. All construction activities and procurement shall be indicted in a time- A. Contractor shall distribute copies of the scaled format, and a calendar shall be reviewed schedules to: shown on all sheets along the entire sheet length. Each activity arrow shall be 1. CONSULTANT plotted so the beginning and completion dates of such activity can be determined 2. Jobsite file graphically by comparison with the calendar scale. All activities shall be 3. Subcontractors shown using the symbols that clearly distinguish between critical path 4. Other concerned parties activities, non-critical path activities and float for each non-critical activity. All non- 5. CITY(two copies) critical path activities shall show estimated performances time and float B. Instruct recipients to report promptly to the time in scaled form. Contractor, in writing, any problems anticipated by the projections shown in the D. The duration indicated for each activity shall schedules. be in calendar days and shall represent the single best time considering the scope of the 1.08 CHANGE ORDERS Work and resources planned for the activity including time for inclement weather. Except A. Upon approval of a Change Order, the for certain non-labor activities,such as curing approved changes shall be reflected in the concrete or delivering materials, activity next scheduled revision or update submittal by durations shall not exceed fourteen (14)days Contractor. nor be less than one(1)day unless otherwise accepted by the CONSULTANT. 1.09 CPM STANDARDS E. Tabulated Schedules. The initial schedule A. CPM, as required by this Section, shall be shall include the following minimum data for interpreted to be generally as outlined in the each activity. Associated General Contractor's (AGC) publication, The Use of CPM in Construction, 1. Activity Beginning and Ending Numbers, A Manual for General Contractors and the single activity numbers may be used. Construction Industry,Copyright 1976. 2. Duration. B. Work schedules shall include a graphic network and computerized, tabulated 3. Activity Description. schedules as described below. To be acceptable the schedule must demonstrate 4. Early Start Date(Calendar Dated). the following: 5. Early Finish Date(Calendar Dated). 1. A logical succession of work from start to finish. 6. Identified Critical Path. 2. Definition of each activity. 7. Total Float(Note: No activity may show more than 20 days float). 3. A logical flow of work crews/equipment (crews are to be defined by manpower 8. Cost of Activity. category and man-hours; equipment by type and hours). 9. Equipment Hours by type, man power/hours by crew or trade. 4. Show all work activities and interfaces including submittals as well as major F. Project Information. Each tabulation shall be material and equipment deliveries. prefaced with the following summary data. C. Networks. 1. Project Name. 1. The CPM network, or diagram, shall be 2. Contractor. in the form of a time-scaled diagram of the customary activity-on-type and may 3. Type of Tabulation(Initial or Updated). be divided in to a number of separate pages with suitable notation relating the 4. Project Duration. interface points among the pages. Individual pages shall not exceed 36 5. Project Scheduled Completion Date. inches by 60 inches. Notation on each activity line shall include a brief work 6. Effective or Starting Date of the Schedule. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01310-95 PROGRESS SCHEDULES 7. New Projects Completion Date and Project Status, if an updated or revised schedule. 8. Actual Start Date and Finish Date for all update schedules. 1.10 SCHEDULE MONITORING A. At not less than monthly intervals or when specifically requested by CONSULTANT, Contractor shall submit to the CONSULTANT a computer printout of an updated schedule for those activities that remain to be completed. B. The updated schedule shall be submitted in the form, sequence, and number of copies requested for the initial schedule. 1.11 PROGRESS MEETINGS For the monthly progress meeting,Contractor shall submit a revised CPM schedule and a 3-week look- ahead schedule, showing all activities in progress, uncompleted or scheduled to be worked during the weeks. The 3 weeks include the current week plus the next 2 weeks. All activities shall be from the approved CPM and must be as shown on the CPM unless behind or ahead of schedule. PART 2—PRODUCTS (NOT USED) PART 3—EXECUTION (NOT USED) END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01310-96 PROGRESS SCHEDULES SECTION 01330 - SUBMITTAL PROCEDURES PART 1 GENERAL 1. A=Accepted as submitted, no comment 1.1 SECTION INCLUDES 2. B = Make corrections as noted and A. Submittal Procedures resubmit B. Shop Drawings 3. C=Rejected C. Project Schedule 4. I=For Information Only D. Request For Information C. Transmit each submittal with the City furnished transmittal form. Sequentially E. Test Reports number each transmittal form. Revise submittals with original number and a F. Manufacturer's Instructions sequential alphabetic suffix. G. Substitutions D. The Contractor shall group their submittals by materials,components and/or disciplines such H. Construction Photographs as: 1.2 RELATED SECTIONS 1. Pipe for water systems, gravity sewer, force main, fittings, tapping sleeves, A. Individual Sections as applicable valves, EMS markers, service saddles, corp and curb stops (all "brass"), poly 1.3 REFERENCES pipe, fire hydrants, permanent sample points,etc. A. Review and authorization to proceed by 2. Manholes and structures with necessary Project Manager and/or Engineer as stated in frames,grates and/or covers,etc. City of Boynton Beach Project Contract 3. Drainage pipe (conveyance or Documents does not constitute acceptance or perforated), filter fabric, fittings, ballast approval of design details, calculations, rock, etc. analyses, test methods, certificates or 4. Roadway materials such as sub grade materials developed or selected by the stabilization, road rock, asphalt mix Contractor and does not relieve Contractor design, concrete mix design, pavement from full compliance with contractual markings(stripping and RPMs),signage, obligations. etc. 5. Electrical, Instrumentation, Control B. As part of the Pre Construction Meeting Systems,etc. package, the Contractor was provided with a 6. Mechanical equipment,etc. Submittal Requirements / Record Log. The 7. Structural,architectural,etc. Contractor shall utilize this Submittal Requirements / Record logs and provide It is also required that the submittals be updates at the Weekly and/or Monthly bound for ease of handling. Progress Meeting. E. In general, the Contractor is limited to seven 1.4 SUBMITTAL PROCEDURES (7) submittal packages and up to one (1) revision for each submittal package.After that, A. All submittals shall be addressed to the the Contractor will be charged for the Engineer with a complete "copy" package to Engineer's review time and the amount the Project Manager. Unless specified withheld from the next Application for elsewhere in this Section,the Project Manager Payment. / Engineer shall have twenty-one (21) calendar days to review and respond to F. Apply Contractor's stamp, signed or initialed submittals. Once reviewed by the Engineer, certifying that review, approval, verification of the Engineer shall distribute an original products required, field dimensions, adjacent package to the Contractor with a "copy" construction work, and coordination of package to the Project Manager. information is in accordance with the requirements of the Work and Contract B. All submittals by the Contractor shall be Documents. certified and dated by the Contractor on the face of each document/drawing, be current, G. Schedule submittals to expedite the project, accurate and shall be furnished in accordance and deliver to the Engineer and the Project with requirements of the specifications. The Manager at the address noted on the Contract Engineer will conduct a review of Contractor's Documents. Coordinate submission of related submittals and return an original to the items. Contractor. Submittals will be marked and dated with comments similar to the following: 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01330-97 SUBMITTAL PROCEDURES tr. H. For each submittal for each review, allow 01700,Section 1.8 Master Project twenty-one (21) calendar days for the Schedule and Engineer/Project manager review process Baseline Schedule (excluding delivery times). (w/input from Engineer) I. Identify variations from Contract Documents 01720, Section 1.6 Record drawing and product or system limitations. If the format, content and Project Manager approves any such data variation(s), an appropriate contract 01740, Section 3.4.E Closeout modifications will be issued,except that, if the documentation format variation is minor and does not involve a and content change in price or in time of performance, a modification need to be issued. 1.5 SHOP DRAWINGS/CATALOG CUT SHEETS J. Provide space for Contractor and Engineer A. If the Contractor elects to utilize the City's review stamps. Exhibit "D" Shop Specifications, the Contractor must still submit the corresponding K. When revised for resubmission, identify all shop drawings and catalog cut sheets for the changes made since previous submission. Exhibit"D"items. L. Distribute, via Transmittal copies of approved B. Shop Drawings / Catalog Cut Sheets For submittals as follows: One copy to the City's Review and Authorization to Proceed: Resident Observer and on copy to the Contractor's Project Superintendent. Instruct 1. Submit four (4) original to the Engineer subcontractors to promptly report any inability for review and acceptance and one (1) to comply with requirements. copy to the Project Manager for M. Submittals not required will not be recognized information only. Submit shop drawings / catalog cut sheets as required by the or processed. applicable individual Sections. N. As a guide to assist both the Engineer and 2. For drawings greater in size than 11" x Contractor,the City has prepared the following 17",one reproducible and four(4)copies table to identify the specific submittals that shall be submitted to the Engineer and requires the City's acceptance and/or Project Manager and at the expense of approval in addition to the acceptance and/or the Contractor. The Engineer will be the approval in addition to the acceptance and/or sole judge of the adequacy of the quality approval of the Engineer. However, this does of the reproducible and prints and my NOT affect the submittal mechanics as reject reproductions and/or prints on the identified above. The submittals identified in basis of quality alone. Such drawings will the following table are representative and may not be folded, but will be transmitted in not contain all of the individual documents as mailer rolls manufactured expressly for required in the Contract Documents. that purpose. Specification Description 01100, Section 3.2.B Resident notification C. Shop Drawings / Catalog Cut Sheets For letters Project Close-out: 01100, Section 3.3 NPDES Site Plan and/or SWPPP 1. Submitted in accordance with Section (w/input from 01700 EXECUTION REQUIREMENTS Engineer) 01200, Section 1.5 Schedule Of Values 1.6 PROJECT SCHEDULE 01330, Section 1.9 Substitutions (w/input from Engineer) A. Refer to Section 1700 EXECUTION 01380&01390 Pre/Post construction REQUIREMENTS for additional requirements video, video log and and conditions. photos 01500,Section 1.4.A Engineer's field office 1.7 Request for Information 01500,Section 1.18 Project sign (after fabrication but prior to A. Contractor shall generate a Request For installation) Information (RFI) when they believe that 01570, Section 1.3.A MOT (w/input from additional information of formal clarifications is Engineer and before needed. Contractor shall submit the RFIs submittal to City for directly to the Engineer with a copy to the ROW permit) Project Manager. 01700, Section 1.3.A Contractor's storage 1.8 TEST REPORTS yard/facilities 01700, Section 1.6.8 Construction layout control points A. Contractor shall direct their testing laboratory to provide copies of all test reports to both the 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01330-98 SUBMITTAL PROCEDURES Project Manager and Engineer. Submit expressed in the contract documents. test reports for information for the limited Refer to Section 01200 PRICE AND purpose of assessing conformance with PAYMENT PROCEDURES for additional information given and the design concept requirements. 1.9 MANUFACTURER'S INSTRUCTIONS 4. The specified product or method of construction cannot be provided within A. When specified in individual specification the Contract time. The Owner will not sections, submit printed instructions for consider the request if the product or delivery, storage,assembly,installation,start- method cannot be provided as a result of up, adjusting, and finishing, to Engineer for failure to pursue the work promptly or delivery to owner in quantities specified for coordinate activities properly. Product Data. 5. The request is directly related to an "or B. The Project Manager and Engineer will equal" clause or similar language in the consider requests for substitutions only within Contract Documents or "Shop 15 days after date established in Notice to Specifications". Proceed. The Engineer will make recommendations to the Project Manager for 6. The requested substitution offers the any substitutions. The decision to accept or Owner a substantial advantage, in cost, reject the requested substitution by the Project time, energy conservation or other Manager is final. considerations,after deduction additional responsibilities the Owner must assume. C. Substitutions may be considered when a The Owner's additional responsibilities product becomes unavailable through no fault may include compensation for any of the Contractor. redesign and evaluation services, increased cost of other construction by D. The burden of proof or equality of a proposed the Owner, and similar considerations. substitution for a specified item shall be upon the Contractor. 7. The specified product or method of construction cannot receive necessary E. Document each request with complete data approval by a governing authority, and substantiating compliance of proposed the requested substitution can be substitution with Contract Documents. approved. F. If Project Manager or Engineer rejects 8. The specified product or method of Contractor's substitute item on the original construction cannot be provided in a submittal, Contractor may make only one (1) manner that is compatible with other additional submittal in the same category. On materials and where the Contractor the second submittal and all future submittals, certified that the substitution will the Contractor shall be charged for costs and overcome the incompatibility. expenses incurred by Owner,including but not limited to staff time in re-reviewing submittal 9. The specified product or method of data including Project Manager,Engineer and construction cannot be coordinated with overhead costs and the amount withheld from other materials and where the Contractor the next Application for Payment. certifies that the proposed substitution can be coordinated. G Requests for substitutions shall not relieve Contractor of its sole and primary 10. The specified product or method of responsibility for timeliness of delivery of the construction cannot provide a warranty equipment and material to be furnished under required by the Contract Documents or this Contract. "Shop Specifications" and where the Contractor certified that the proposed H. The Engineer and Project Manager will substitution provides the required receive and consider the Contractor's request warranty. for substitution when one or more of the following conditions are satisfied, as 11. Where a proposed substitution involves determined by the Project Manager. more than one sub-contractor,each sub- contractor shall cooperate with the other 1. Extensive revisions to the Contract sub-contractors involved to coordinate Documents are not required. the work, provide uniformity and consistency, and assure compatibility of 2. Proposed changes are in keeping with products. the general intent of the Contract Documents or"Shop Specifications". The Contractor's submittal and the Owner's acceptance of shop drawings, 3. The request is timely, fully documented, product data,or samples for construction and properly submitted. activities not complying with the Contract Documents does not constitute an acceptable or valid request for 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01330-99 SUBMITTAL PROCEDURES substitution, nor do they constitute approval. Substitution Submittal Procedure: 2.1 All materials are to be MADE IN THE UNITED 1. Submit written request for substitution for STATES OF AMERICA.Allowable exceptions are consideration. Limit each request to one ductile iron fittings supplied by American Cast Iron proposed substitution. Pipe Company from Brazil,Sigma Corporation from China, and Star Pipe Products from the United 2. Submit shop drawings,product data,and States and China;and EMS iD ball markers by 3M certified test results attesting to the from Mexico. proposed Product equivalence. Burden of proof is on the Contractor. PART 3 EXECUTION 3. The Engineer will notify Contractor in writing of decision to accept or reject the NOT USED request. END OF SECTION PART 2 PRODUCTS 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01330-100 SUBMITTAL PROCEDURES SECTION 01340 - SHOP DRAWINGS, WORKING DRAWINGS, AND SAMPLES PART 1 -GENERAL f. Date material release for 1.01 DESCRIPTION fabrication. A. Scope of Work: g. Projected date of fabrication. 1. The Contractor shall submit to the h. Projected date of delivery to CONSULTANT for review and site. approval, such Shop Drawings, Test Reports and Product Data on i. Status of O&M manuals materials and equipment submittal. (hereinafter in this Section called Data), and material samples j. Specification Section. (hereinafter in this Section called Samples) as are required for the k. Drawings Sheet Number. proper control of work, including but not limited to those Shop Drawings, B. Related Requirements Described Data and Samples for materials and Elsewhere: equipment specified elsewhere in the Specifications and in the 1. General Conditions. Contract Drawings. 2. Progress Schedules: Section 2 With the Contractor's executed SC01310. agreement and Bond Submittal,the Contractor shall submit to the 3. Material and Equipment: Section CONSULTANT a complete list of SC01600. preliminary Data on items for which Shop Drawings are to be submitted. 4. Project Record Documents:Section Included in this list shall be the SC01720. names of all proposed manufacturers furnishing specified 5. Operating and Maintenance Data: items. Review of this list by the Section SC01730. CONSULTANT shall in no way expressed or implied relieve the 1.02 CONTRACTORS RESPONSIBILITY Contractor from submitting complete Shop Drawings and A. The Contractor shall furnish the providing materials, equipment, CONSULTANT a schedule of Shop etc., fully in accordance with the Drawings submittals fixing the respective Specifications. This procedure is dates for the submission of Shop required in order to expedite final Drawings, the beginning of manufacture, review of Shop Drawings. The testing and installation of materials, Contractor shall include Shop supplies and equipment. This schedule Drawing review time on the Project shall indicate those that are critical to the schedule(see section SC01310). progress schedule. 3. The Contractor is to maintain an B. The Contractor shall not begin any of the accurate updated submittal log and work covered by a Shop Drawing, Data, will bring this log to each scheduled or a Sample returned for correction until progress meeting with the City and a revision or correction thereof has been the CONSULTANT. This log should reviewed and returned to him, by the include the following items: CONSULTANT,with approval. a. Submittal-Description and C. The Contractor shall submit to the Number assigned. CONSULTANT all drawings and schedules sufficiently in advance of b. Date to CONSULTANT. construction requirements to provide no less than twenty-one (21)calendar days c. Date returned to Contractor. for checking and appropriate action from the time the Consultant receives them. d. Status of Submittal (Approved as Noted, Rejected/Re- D. All submittals shall be accompanied with submit). a transmittal letter prepared in duplicate containing the following information: e. Date of Resubmittal and Return(as applicable). 1. Date. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01330-101 SUBMITTAL PROCEDURES 2. Project Title and Number. 1.03 CONSULTANT'S REVIEW OF SHOP DRAWINGS 3. Contractor's name and address. A. The CONSULTANTs review of Shop 4. The number of each Shop Drawings, Data and Samples as Drawings, Project Data, and submitted by the Contractor, will be to Sample submitted. determine if the items(s) conform to the information in the Contract Documents 5. Notification of Deviations from and are compatible with the design Contract Documents. concept. The CONSULTANTs review and exceptions, if any,will not constitute a The Contractor shall indicate an approval of dimensions, connections, in bold type at the top of the quantities, and details of the material, cover sheet of submittal of equipment,device,or item shown. Shop Drawing if there is a deviation from Contract B. The review of drawings and schedules Drawings, Project will be general, and shall not be Specifications and referenced construed: specifications or codes. 1. As permitting any departure from b. The Contractor shall also list the Contract requirements. any deviations from Contract Drawings, Project 2. As relieving the Contractor of Specifications and referenced responsibility for any errors, specifications or codes and including details, dimensions, and identify in "green" ink materials. prominently on the drawings. 3. As approving departures from 6. Submittal Log Number conforming details furnished by the Consultant, to Specification Log Number. except as otherwise provided herein. E. The Contractor shall submit SHOP DRAWINGS electronically to the C. If the drawings or schedules as submitted CONSULTANT through eBuilder. The describe variations and show a departure CONSULTANT will review the submittal from the Contract requirements which the and return to the Contractor with CONSULTANT finds to be in the interest appropriate review comments. of the City and to be so minor as not to involve a change in Contract Price or F. The Contractor shall be responsible for time for performance,the CONSULTANT and bear all costs of damages which may may return the reviewed drawings result from the ordering of any material or without noting an exception. from proceeding with any part of work prior to the completion of the review by D. "Approved As Noted" - Contractor shall the CONSULTANT of the necessary incorporate CONSULTANT's comments Shop Drawings. into the submittal before release to manufacturer. The Contractor shall send G. The Contractor shall not use Shop a letter to the CONSULTANT Drawings as means of proposing acknowledging the comments and their alternate items to demonstrate incorporation into the Shop Drawing. compliance to Contract requirements. E. "Amend And Resubmit"-Contractor shall H. Each submittal will bear a stamp resubmit the Shop Drawing to the indicating that Contractor has satisfied CONSULTANT. The resubmittal shall Contractor's obligations under the incorporate the CONSULTANT's Contract Documents with respect to comments highlighted on the Shop Contractors review and approval of that Drawing. submittal. F. "Rejected" - Contractor shall resubmit I. Drawings and schedules shall be Shop Drawing for review by Consultant. checked and coordinated with the work of all trades and sub-contractors involved, G. Resubmittals will be handled in the same before they are submitted for review by manner as first submittals. On the CONSULTANT and shall bear the resubmittals the Contractor shall direct Contractor's stamp of approval as specific attention, in writing or on evidence of such checking and resubmitted Shop Drawings,to revisions coordination. Drawings or schedules other than the corrections requested by submitted without this stamp of approval the CONSULTANT on previous shall be returned to the Contractor for submissions. The Contractor shall make resubmission. any corrections required by the CONSULTANT. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01340-102 SHOP DRAWINGS,WORKING DRAWINGS,AND SAMPLES H. If the Contractor considers any correction other standard descriptive data shall be indicated on the drawings to constitute a clearly marked to identify pertinent change to the Contract Drawings or materials, product or models. Delete Specifications, the Contractor shall give information which is not applicable to the written notice thereof to the Work by striking or cross-hatching. CONSULTANT. C. Each Shop Drawing shall have a blank I. When the Shop Drawings have been area 3-1/2 inches by 3-1/2 inches, completed to the satisfaction of the located adjacent to the title block. The CONSULTANT, the Contractor shall title block shall display the following: carry out the construction in accordance therewith and shall make no further 1. Project Title and Number. changes therein except upon written instructions from the CONSULTANT. 2. Name of Project building or structure. J. No partial submittals will be reviewed. Submittals not deemed complete will be 3. Number and title of the Shop stamped "Rejected" and returned to the Drawing. Contractor for resubmittal. Unless otherwise specifically permitted by the 4. Date of Shop Drawing or revision. CONSULTANT, make all submittals in groups containing all associated items 5. Name of Contractor and for: subcontractor submitting drawing. 1. Systems. 6. Supplier/manufacturer. 2. Processes. 7. Separate detailer when pertinent. 3. As indicated in specific 8. Specification title and number. Specifications Sections. 9. Specification section. K. All drawings,schematics,manufacturer's product Data, certifications and other 10. Application Contract Drawing Shop Drawing submittals required by a Number. system specification shall be submitted at one time as a package to facilitate D. Data on materials and equipment interface checking. include, without limitation, materials and equipment lists, catalog data sheets, L. Only the CONSULTANT shall utilize the cuts, performance curves, diagrams, color "red" in marking Shop Drawing materials of construction and similar submittals. descriptive material. Materials and equipment lists shall give, for each item M. For any submittal returned to the thereon, the name and location of the Contractor marked "Amend and Submit" supplier or manufacturer, trade name, or"Rejected,"Contractor shall pay CITY catalog reference, size, finish and all a resubmittal fee of $250.00. Monies other pertinent Data. shall be deducted from monies owed Contractor by CITY monthly and 1.05 WORKING DRAWINGS incorporated into a Change Order at completion of the contract. A. When used in the Contract Documents, the term 'Working Drawings" shall be 1.04 SHOP DRAWINGS considered to mean the Contractors plan for temporary structures such as A. Shop Drawings shall be complete and temporary bulkheads, support of open detailed and shall consist of fabrication, cut excavation, support of utilities, erection and setting drawings and ground water control systems, forming schedule drawings,manufacturer's scale and false work;for underpinning;and for drawings, and wiring and control such other work as may be required for diagrams. Cuts, catalogs, pamphlets, construction but does not become an descriptive literature, and performance integral part of the Project. and test data,shall be considered only as supportive information. As used herein, B. Working Drawings shall be signed by a the term "manufactured" applies to registered Professional Consultant, standard units usually mass-produced; currently licensed to practice in the State and"fabricated"means items specifically of Florida. assembled or made out of selected materials to meet individual design 1.06 SAMPLES requirements. A. The Contractor shall furnish, for the B. Manufacturer's catalog sheets, approval of the Consultant, samples brochures, diagrams, illustrations and required by the Contract Documents or 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01340-103 SHOP DRAWINGS,WORKING DRAWINGS,AND SAMPLES requested by the CONSULTANT. change or modify any Contract Samples shall be delivered to the requirements. CONSULTANT as specified or directed. The Contractor shall prepay all shipping F. Approved samples not destroyed in charges on samples. Materials or testing shall be sent to the equipment for which samples are CONSULTANT or stored at the site of the required shall not be used in work until Work. Approved Samples of the approved by the CONSULTANT. hardware in good condition will be marked for identification and may be B. Samples shall be of sufficient size and used in the work. Materials and quantity to clearly illustrate: equipment incorporated in work shall match the approved Samples. Samples 1. Functional characteristics of the which failed testing or were not approved product,with integrally related parts will be returned to the Contractor at its and attachment devices. expense, if so requested at time of submission. 2. Full range of color, texture and pattern. PART 2-PRODUCTS(NOT USED) 3. A minimum of two(2)samples of each item shall be submitted. PART 3-EXECUTION (NOT USED) C. Field samples and mock-ups: END OF SECTION 1. Contractor shall erect,at the Project site, at a location acceptable to the Consultant. 2. Size of area: 15 feet long x 6 feet high or that specified in the respective specification section. 3. Fabricate each sample and mock- up complete and finished. 4. Remove mock-ups at conclusion of Work or when acceptable to the Consultant. D. Each sample shall have a label indicating: 1. Name of Project. 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 marking that will identify them under the finished schedules. E. The Contractor shall prepare a transmittal letter in triplicate for each shipment of samples containing the information required in Paragraph 1.06B above. It shall enclose a copy of this letter with the shipment and send a copy of this letter to the CONSULTANT. Approval of a sample shall be only for the characteristics or use named in such approval and shall not be construed to 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01340-104 SHOP DRAWINGS,WORKING DRAWINGS,AND SAMPLES SECTION 01370 - SCHEDULE OF VALUES PART 1 -GENERAL 1. Each item shall include a directly proportional amount of the Contractor's 1.01 DESCRIPTION overhead and profit. A. Scope of Work: 2. For items on which progress payments will be requested for stored materials, break 1. Contractor shall submit to the Consultant down the value into: a Schedule of Values allocated to the various lump sum portions of the Work, a. The cost of the materials, delivered within fifteen (15) days of the Notice to unloaded, with taxes paid. Paid Proceed date. invoices required for materials. Payment for materials shall be 2. Upon request of the Consultant, limited to the invoiced amount only. Contractor shall support the values with data which will substantiate their b. The total installed value. correctness. The data shall include, but not be limited to quantity of materials, all F. The sum of all lump sum values listed in the sub-elements of the activity and their schedule shall equal the total Contract Sum. units of measure. 1.03 UNIT QUANTITIES: 3 Schedule of Values shall establish the actual value for each activity of the Work A. Quantities indicated in the Schedule of Bid to be completed taken from the approved Items are for bidding and contract purposes Critical Path Method(CPM),and shall be only. Quantities and measurements supplied used as the basis for the Contractor's or placed in the Work and verified by the Applications for Payment. Consultant and CITY determines payment. B. Related Requirements Described Elsewhere: B. If the actual Work requires more or fewer quantities than those quantities indicated in 1. Conditions of the Construction Contract. the bid items, Contractor shall provide the required quantities at the unit sum/prices 1.02 FORM AND CONTENT OF SCHEDULE OF contracted. VALUES 1.04 REVIEW AND RESUBMITTAL A. Type schedule on an 8-1/2 inch by 11 inch or 8- 1/2 inch by 14 inch white paper. Contractor's A. After review by Consultant, Contractor shall standard forms and computer printout will be revise and resubmit Schedule of Values and considered for approval by the Consultant Schedule of Unit Material values pursuant to upon Contractor's request. Identify schedule this Section. with: B. Contractor shall resubmit revised Schedules in 1. Title of Project and location. same manner pursuant to this Section. 2. Consultant and Project number. PART 2-PRODUCTS(NOT USED) 3. Name and address of Contractor. PART 3-EXECUTION(NOT USED) 4. Contract designation. END OF SECTION 5. Date of submission. B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing item prices for progress payments during construction C. Identify each line item with the number and the title of the respective section of the Specifications. D. For each line item, list sub-values of major products or operations under the item. E. For the various portions of the Work: 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement 5C01370-105 SCHEDULE OF VALUES SECTION 01380 - CONSTRUCTION PHOTOGRAPHS PART 1 -GENERAL A. The negatives/digital files are to be categorized by month taken and must 1.01 DESCRIPTION correspond to the progress photographs that accompany each. At project closeout, the A. Scope of Work: The Contractor shall employ negatives/digital files are to be submitted to a competent professional photographer to the CITY. If the Contractor uses digital take construction record photographs photography, then the images shall be periodically during the course of the Work provided on CD. using a digital camera and a preconstruction PART 3 EXECUTION video inspection. B. Related Requirements Described 3.01 TECHNIQUE Elsewhere: A. Factual Presentation. 1. General Requirements: Section SC01000. B. Correct exposure and focus. 2. Summary of Project: Section SC01010. 1. High resolution and sharpness. 3. Video and Photographic Site Survey: 2. Maximum depth-of-field. Section 01390 3. Minimum distortion. 4. Project Record Documents: Section SC01720. 3.02 VIEWS REQUIRED 1.02 PHOTOGRAPHY REQUIRED A. Photograph from locations to adequately illustrate condition of construction and state A. Photographs taken in conformance with this of progress. Section shall be furnished to the Consultant with each Application for Payment. 1. At successive periods of photography, take at least one (1) photograph from B. Views and Quantities Required: the same overall view as previously. 1. Five (5) views of overall Project site 2. Consult with the Consultant at each monthly, or as directed by the period of photography for instructions Consultant(for facilities projects only). concerning views required. 2. Two (2) aerial views of overall Project 3. All views to contain a relative dimension site after completion of site restoration reference that is easily recognizable by and landscaping (for facilities projects the average person. In views where only). dimensions are critical, use of recognizable measuring devices such 3. Provide electronically at least five (5) as a folding ruler, measuring tape in a photographs (views) of progress work manner the makings are clear and with each Application for Payment. sharp in the photograph and the device located in close relationship with 4. Additional aerial photographs may be subject of photograph. used upon prior approval by the CITY. 3.03 DELIVERY OF PHOTOGRAPHS C. In addition to the general progress photographs required, photographs of each A. Deliver electronic files to the CONSULTANT tie-in point shall be taken prior to backfill and to accompany each Application for Payment. turned in with the monthly Application for Payment. END OF SECTION 1.03 COSTS OF PHOTOGRAPHY A. The Contractor shall pay costs for specified photography and prints. Parties requiring additional photography or prints shall pay the photographer directly. PART 2-PRODUCTS 2.01 NEGATIVES/DIGITAL FILES 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01380-106 CONSTRUCTION PHOTOGRAPHS SECTION 01390 - VIDEO AND PHOTOGRAPHIC SITE SURVEY PART 1 -GENERAL A. The Contractor shall provide the CONSULTANT with a DVD accurately 1.01 SECTION INCLUDES: representing existing conditions of the site to be disturbed by its operations. This DVD A. The work under this Section includes the shall be submitted at least twenty-one (21) performance of a Pre and Post Construction days prior to the start of work on this project. Video Survey of the condition of existing facilities, public Rights-of Way (ROW), B. Recording shall be on a new, high quality, easements, roads, private property, and DVD. The camera shall be capable of other surface features and"before and after" producing clean color images. The original digital still photographs. is to be submitted to the CONSULTANT for review and a copy is to be retained by the 1.02 RELATED SECTIONS: Contractor until Final Acceptance. CITY shall receive one (1) copy of the Final A. Section SC01050—Field Engineering Videotaping after approval by the CONSULTANT. B. Section SC01380 — Construction Progress Photographs C. At a minimum,the video shall contain: 1.03 PRE/POST-CONSTRUCTION VIDEO 1. At the beginning of the video,the project INSPECTION name and date of taping shall be superimposed on the picture. A. Prior to start of construction,Contractor shall 2. As the location of the video tapping retain the services of a firm specializing in progresses, i.e., the individual street pre-construction video inspection. name shall be temporally superimposed on the picture. B. Video inspection shall delineate all aspects of facilities on site and surrounding 3. Centerline stationing at 100 feet properties. intervals or clear reference to the individual residences (by street C. Any claims for damages not clearly shown as number) and/or business (by street existing prior to construction shall be paid for number and name). by the Contractor, unless conclusive evidence to the contrary is provided. 5. The video shall be run twice the full length of the project, first facing and 1.04 SUBMITTALS: proceeding ahead station wise and slightly angled to the right of centerline. A. Pre-Construction Video and Photographic The second run shall be the full length Site Survey of the project facing and proceeding back station wise and slightly angled to 1. The Contractor shall submit one(1)copy the right of centerline. of the Pre Construction Video Survey with video log to the CITY for review and 6. Both shootings shall contain the acceptance. centerline within the view of the observer. The taping is to be B. Post-Construction Video Site Survey continuous during each run. Areas of special importance / interest may be 1. At the discretion of the CITY, the "zoomed-in" on to provide the requirement for a Post-Construction necessary details but must be"zoomed- video may be waived, out" to the original view before proceeding. 2. The Contractor shall submit one(1)copy of the Post-Construction Video Survey D. Audio content with log to the CITY for review. 3. Accompanying this submittal, or as a 1. Simultaneously record the audio portion separate submittal in the event the CITY during videotaping. waives the Post-Construction Video, 2. Audio recording shall assist in viewer the Contractor shall issue a letter orientation and in any Audio recording attesting to having reviewed the Pre will only consist of camera operator Construction Video Survey and confirm commentary. restoration of surface attributes. PART 3-EXECUTION E. Prepare a written video log that describes the 4. VIDEO SITE SURVEY contents of each tape including: 1. Name of streets and/or easements. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01390-107 VIDEO AND PHOTOGRAPHIC SITE SURVEY ark 2. Videotape location designator. 3. "Before" photographs (color prints and CD)shall be submitted twenty-one(21) days in advance of the commencement 3. Coverage begin/end, station and of the work. "After" photographs (color location. prints and CD) shall be submitted with the final Application For Payment(refer to Section 01380 PROGRESS 4. Recording date. PHOTOGRAPHS for additional requirements). F. The video shall present a clear and accurate C The Contractor shall provide a bound set of representation of existing conditions. If the accepted pre-construction photographs to CITY determines that this intent is not met, the Consultant to be maintained at the the tape shall be returned and the area re- Consultant's Field Office for use during the televised at no additional cost to the CITY. project. G. This accepted video along with the still D. An additional page (page 3), with sample photographs will serve as an aid to the CITY photographs,follows the End of Section. in determining existing conditions. Nothing contained in the video or still photographs will supersede or relieve the CITY from END OF SECTION determining the acceptability of restoration. H. Prior to Substantial Completion, the Contractor is responsible to review the video and still photographs and prepare a detailed list of surface improvements to be reinstated. This list shall include lawn areas, trees and plants, driveways, driveway aprons, roadways, signage, sprinkler systems, sidewalks, mailboxes and any other existing conditions affected by the work and submit to the CITY for review and approval. 3.02 PHOTOGRAPHIC SURVEY A. In addition to the videotape, the Contractor shall take "before and after" digital still photographs of each home and/or property. The photographs of each home and/or property shall consist of a set of photographs (3 minimum) and shall provide property-line to property-line coverage of the roadway, swale and sidewalk areas for each property. The "areas of interest" are the edge of roadway, condition of the swale, type of grass,landscaping within the swale,mail box and driveway apron. B. The digital"file"name is to be the address of the property being photographed and shall be incorporated as part of the image. The Contractor shall provide the CITY with the following for review and acceptance: 1. One(1)CD with the digital files in street named/numbered subdirectory and a digital file log. 2. Two(2)sets of"Before"color prints and one(1)set of"After"color prints of each digital file,with the file name displayed. Color print sets are to be bound with a Table of Contents and divided and tabbed by street name/number. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01390-108 VIDEO AND PHOTOGRAPHIC SITE SURVEY SECTION 01400 - QUALITY REQUIREMENTS PART 1 GENERAL 3. Plus/minus 10%of specified vertical slope 1.01 GENERAL 4. Plus/minus 5% uniformity of specified A. Contractor is required to follow all technical vertical slope measured between any specification requirements with regards to two points of a single run of pipe. material quality, certification, placement and installation. If the Contractor has questions B. Monitor fabrication and installation tolerance concerning these items, it is required to control of products to produce acceptable generate and issue a Request For Work. Do not permit tolerances to Information to the CITY and Consultant for accumulate. resolution and or guidance. C. Comply with manufacturers' tolerances. B. In the absence of other quality requirements, Should manufacturers' tolerances conflict FDOT Standard Specifications and Index, of with Contract Documents, request the most current edition,shall prevail. clarification from Consultant before proceeding. 1.02 RELATED SECTIONS D. Adjust products to appropriate dimensions, A. Section SC01025 — Measurement and position before securing products in place. Payment Procedures 1.05 TESTING SERVICES B. Section SC01050—Field Engineering A. Contractor required to hire a professional, C. Section SC01340 — Shop Drawings, Work licensed independent firm to perform tests Drawings and Samples and other services specified. 1.03 Field QA/QC B. Field copies of on site density testing are to be left on site at the completion of each day's A. The Contractor shall monitor quality control testing. The independent firm is required to over suppliers,subcontractors, products and "map"the results of each day's testing results workmanship, to produce work of specified on the Contractor's. quality. C. Certified, signed and sealed test reports will B. Comply with manufacturers' instructions, be submitted by the independent firm to the including each step in sequence. Consultant, CITY and Contractor, indicating observations and results of tests and C. Should manufacturers' instructions conflict indicating compliance or non-compliance with Contract Documents,issue Request For with Contract Documents. Information to the Consultant before proceeding. D. Cooperate with independent firm; furnish samples of materials,design mix,equipment, D. Comply with specified standards as minimum tools, storage, safe access, and assistance quality for the work except where more by incidental labor as requested. stringent tolerances, codes, or specified requirements indicate higher standards or E. Testing does not relieve Contractor to more precise workmanship. perform work to Contract requirements. E. Perform work by persons qualified to F. Re-testing required because of non- produce required and specified quality. conformance to specified requirements shall F. Verify that field measurements are as be performed by the same independent firm indicated on shop drawings / catalog cut on instructions by the CITY or Consultant. sheets or as instructed by the manufacturer. 1.06 INSPECTION SERVICES G. Secure products in place with positive anchorage devices designed and sized to A. The CITY shall appoint, employ, and pay withstand stresses, vibration, physical inspector for specified services for distortion,or disfigurement. inspection. These services may be from the Consultant, or from the CITY or any 1.04 TOLERANCES combination of the above. A. Installed tolerances: B. The Inspector shall perform construction observation, inspections and other services 1. Plus/minus 0.20 foot radius of plan specified in individual specification sections center and as required by the CITY and/or Consultant. 2. Plus/minus 0.05 foot vertical 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01400-109 QUALITY REQUIREMENTS C. The Contractor shall cooperate with Inspector; furnish safe access and assistance by incidental labor as requested. Additionally, the Contractor shall keep the inspection personnel fully informed of the needs, scheduling and progress of the project. D. This inspection does NOT relieve the Contractor from performing their own QA/QC on the Work as required in this and other technical specification sections. 1.07 MANUFACTURERS'FIELD SERVICES A When specified in the Contract documents, requiring material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers'written instructions. PART 2 PRODUCTS(Not Used) PART 3 EXECUTION 3.01 EXAMINATION A. The Contractor shall verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Perform "receiving" inspection of materials, structures and equipment. D. Perform "in-process"inspection as the Work progresses. E. Monitor and inspect the work performed by subcontractors as the Work progresses. F. Examine and verify specific conditions described in individual technical specification sections. G. Notify the CITY and Consultant, forty-eight (48) hours prior to the expected time for inspection purposes and/or the witnessing of pressure testing. All pressure testing shall be witnessed by the CITY and/or Consultant. END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01400-110 QUALITY REQUIREMENTS • SECTION 01505 - MOBILIZATION PART I-GENERAL the Schedule of Values. 1.01 DEFINITION AND SCOPE B. Demobilization shall be shown in the schedule of values as a minimum 25 percent A. Mobilization shall include the Contractor of the value for mobilization. obtaining of all permits, insurance, and bonds; moving onto the site of all plant and PART 2-PRODUCTS (NOT USED) equipment, temporary buildings and other construction facilities; all as required for the PART 3-EXECUTION (NOT USED) proper performance and completion of the Work. Mobilization shall include, but not be limited to, the following principal items: END OF SECTION 1. Move onto the site all Contractor's plan and equipment required for first month operations. 2. Install temporary construction power, wiring,and lighting facilities. 3. Establish fire protection plan and safety program. 4. Secure construction water supply. 5. Provide on-site sanitary facilities and potable water facilities as specified. 6. Arrange for and erect Contractor's work and storage yard and employees' parking facilities. 7. Submit all required insurance certificates and bonds. 8. Obtain all required permits. 9. Post all OSHA, EPA, Department of Labor,and all other required notices. 10. Have Contractor's superintendent at the job site full time. 11. Submit a detailed construction CPM schedule acceptable to the Consultant as specified. 12. Submit a Schedule of Values of the Work. 13. Submit a schedule of submittals. 1.02 DEMOBILIZATION A. Demobilization is the timely and proper removal of all contractor- owned material, equipment or plant,from the job site and the proper restoration or completion of work necessary to bring the site into full compliance with the Contract Documents. 1.03 PAYMENT FOR MOBILIZATION/DEMOBILIZATION A. Contractor shall be limited to a maximum of 3.0 percent of the total price bid for mobilization. The cost of mobilization/demobilization shall be shown in 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01505-111 MOBILIZATION SECTION 01540 - SECURITY AND SAFETY PROCEDURES FOR INFRASTRUCTURE PROJECTS PART 1 GENERAL the site, and all materials and equipment involved in the Work until completion and 1.01 As a minimum, the Contractor shall provide and final acceptance of Work under this Contract. assure that all of its personnel have and wear Excluded from Contractor's responsibility is common colored Company shirts, safety vests, any loss or damage that results from the sole hard hats and substantial leather work shoes / active negligence of the CITY or its boots. Other Personal Protective Equipment representatives. (PPE) as required by governing local, state and Federal laws and regulations. 1.06 PROTECTION OF EXISTING PROPERTY 1.02 SECTION INCLUDES A. Contractor shall so conduct its operations as not to damage, close, or obstruct any utility A. Responsibility for Work Security installation, highway, road or other property until permits therefore have been obtained. If B. Protection of Work in Progress, Materials facilities are closed,obstructed, damaged or and Equipment rendered unsafe by Contractor's operations, Contractor shall, at its expense, make such C. Protection of Existing Property repairs and provide temporary guards, lights and other signals as necessary or required D. Security Program for safety and as will be acceptable to the CITY. E. Entry Control B. Contractor shall conduct its operation so as F. Personnel Identification not to damage any existing buildings or structures. The Contractor shall verify that G. Security Service means and methods of construction used inside, adjacent to, under or over existing I-I. Miscellaneous Restrictions buildings will not cause damage. The Contractor shall provide protection methods 1.03 RELATED SECTIONS that are acceptable to the CITY. A. Section 01010—Summary of Project C. Unless otherwise specifically provided in the Contract, Contractor shall not do any work B. Section 01500 - Temporary Facilities and that would disrupt or otherwise interfere with Controls the operation of any pipeline, telephone, electric,radio,gas,transmission line,ditch or 1.04 RESPONSIBILITY OF WORK SECURITY other structure, nor enter upon lands in their natural state until approved by the CITY. A. Contractor shall, at its expense, at all times conduct all operations under the Contract in D. Thereafter, and before it begins such work, a manner to avoid the risk of loss, theft or Contractor shall give due notice to CITY of its damage by vandalism, sabotage or other intention to start such work. Contractor shall means to any property. Contractor shall not be entitled to any extension of time or any promptly take all reasonable precautions that extra compensation on account of any are necessary and adequate against any postponement, interference or delay caused conditions that involve a risk of loss, theft or by any such line, ditch or structure on or damage to its property,at a minimum. adjacent to the site of work. B. Contractor shall continuously inspect all its E. Contractor shall preserve and protect all work, materials, equipment and facilities to cultivated and planted areas and vegetation discover and determine any such conditions such as trees,plants,shrubs and grass on or and shall be solely responsible for discovery, adjacent to the premises, which, as determination and correction of any such determined by CITY, do not reasonably condition. interfere with the performance of this Contract C. Contractor shall prepare and maintain accurate reports of incidents of loss, theft or F. Contractor shall be responsible for damage vandalism and shall furnish these reports to to any such areas and vegetation and for CITY within three(3)days of each incident. unauthorized cutting of trees and vegetation, including, without limitation, damage arising 1.05 PROTECTION OF WORK IN PROGRESS, from the performance of its work through MATERIALS AND EQUIPMENT operation of equipment or stockpiling of materials. All cost in connection with any A. Contractor shall be responsible for and shall repairs or restoration necessary or required bear any and all risk of loss or damage to by reason of any such damage or work in progress, all materials delivered to unauthorized cutting shall be borne by 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01540-112 SECURITY AND SAFETY PROCEDURE FOR INFRASTRUCTURE PROJECTS Contractor. 1.07 SECURITY PROGRAM A. At the Pre-Construction Meeting, the CITY will make a final determination on which, if any, of the following requirements are to be implemented. 1. Protect Work existing premises and CITY's operations from theft, vandalism,and unauthorized entry. 2. Initiate program at project mobilization. 3. Maintain program throughout construction period until CITY acceptance precludes the need for Contractor security. 1.08 RESTRICTIONS A. Do not allow cameras on site or photographs taken except by written approval of the CITY. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01540-113 SECURITY AND SAFETY PROCEDURE FOR INFRASTRUCTURE PROJECTS r?, SECTION 01570 - MAINTENANCE OF TRAFFIC PART 1 GENERAL A. Use approved barricades with lights during hours of low visibility to delineate 1.01 Contractor shall provide all labor,material and traffic lanes and to guide traffic. services to perform all operations required for the maintenance and protection of vehicular 1.08 TRAFFIC SIGNS AND DEVICES and pedestrian traffic in conformance to all applicable FDOT laws and regulations and A. At approaches to site and on site, install subject to acceptance and permits by Owner, at crossroads, detours, parking areas, Palm Beach County and FDOT as applicable. and elsewhere as needed, to direct construction and affected public traffic. 1.02 REFERENCES The Contractor shall submit traffic control through work zone plans based on FDOT A. State of Florida Department of Roadway and Traffic Design Standards, Transportation Standard Specifications 2001 Edition(or latest edition). for Road and Bridge Construction, Section 102, 2000 Edition (or latest B. Relocate as Work progresses, to edition) maintain effective traffic control. B. State of Florida Manual of Traffic Control and Safe Practices for Street and 1.09 REMOVAL Highway Construction, Maintenance and Utility Operations A. Remove equipment and devices when no longer required. C. The Manual of Uniform Traffic Control Devices, latest edition B. Repair damage caused by installation. D. CBB ROW Permit 1.10 SPECIFIC TRAFFIC CONTROL 1.03 SUBMITTAL A. Contractor shall maintain through traffic on all public roads at all times unless A. Submit Traffic Control Plans, ROW stated otherwise herein. Permit Applications and Construction Schedule to the Owner, Palm Beach B. Contractor shall maintain access to all County (if applicable), and the FDOT (if vehicular driveways (public or private)at applicable)for review and acceptance 30 all times. Contractor shall backfill and days prior to the start of construction. install temporary rock base as necessary in order to provide safe and functional 1.04 SIGNS AND DEVICES access to all driveways. A. Traffic Control and Informational Signs C. Contractor shall coordinate with the Police and Fire Departments for whom B. Traffic Cones and Drums,and Lights the Contractor will provide satisfactory access at all times. C. Traffic Controllers Equipment D. Contractor shall maintain, at the 1.05 CONSTRUCTION PARKING CONTROL minimum, one travel lane, in each direction, when performing work within the Palm Beach County Right-of-Way. A. Control vehicular parking to prevent interference with public traffic and 1.11 EXECUTION parking, access by emergency vehicles and Owner's operations. Contractor's employee's personal vehicles shall NOT A. The Contractor shall arrange its work to be parked "in and around" the project cause minimum disturbance to normal site. Contractor's employee's personal pedestrian and vehicular traffic;and shall vehicles shall be parked at the storage be held responsible for providing and yard. maintaining suitable means of access (including emergencies)to all public and 1.06 TRAFFIC CONTROLERS private properties during all stages of the A. Provide trained and equipped traffic construction. controllers to regulate traffic when B. If it becomes necessary to block off an construction operations encroach on entire street to vehicular traffic during public traffic lanes. construction (other than for an emergency situation), the Contractor 1.07 LIGHTS must secure the written authorization of 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01570-114 MAINTENANCE OF TRAFFIC 4 the CITY and Palm Beach County or FDOT as acknowledged as a condition of the Right-of-Way (ROW) permit(s) prior to completely blocking off the roadway. 1.12 UNIT PRICE—MEASUREMENT AND PAYMENT A. Refer to Section 01025 - MEASUREMENT AND PAYMENT PROCEDURES. END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01570-115 MAINTENANCE OF TRAFFIC SECTION 01580 - PROJECT IDENTIFICATION AND SIGNS PART 1 -GENERAL D. Paint: Exterior quality. 1.01 DESCRIPTION PART 3-EXECUTION A. Scope of Work: 3.01 PROJECT IDENTIFICATION SIGNS 1. Contractor shall furnish, install and maintain two(2)project signs. A. Paint exposed surface of supports, framing and surface material;one coat of 2. Contractor shall allow no other primer and one coat of exterior paint. signs to be displayed. B. Paint graphics in styles,sizes,and colors B. Related Requirements Described selected. Elsewhere: 3.02 MAINTENANCE 1. Summary of Project: Section SC01010. A. Maintain signs and supports in a neat, clean condition; repair damages to 1.02 PROJECT SIGNS structures,framing or signs. A. One (1) painted sign with lettering, size, color and construction in accordance with END OF SECTION the local requirements. B. Erect on each site at a location of high public visibility, as approved by the Consultant. C. Information to be included shall be as indicated on sample attached. 1.03 QUALITY ASSURANCE A. Sign Painter: Professional experience in type of work required. B. Finishes, Painting: Adequate to resist weathering and fading for three (3) year period. 1.04 SUBMITTALS A. An 11-inch by 17-inch color sketch of the Project sign shall be submitted to the Consultant for approval prior to final preparation of the project sign. PART 2-PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: May be new or used,wood or metal, in sound condition, structurally adequate and suitable for specified finish. B. Sign Surfaces: Exterior softwood plywood with medium density overlay, standard large sizes to minimize joints. 1. Thickness: As required by standards to span framing members, to provide even, smooth surface without waves or buckles. C. Rough Hardware: Galvanized. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01580-116 PROJECT IDENTIFICATION AND SIGNS SECTION 01600 - MATERIAL AND EQUIPMENT PART 1 -GENERAL C. Contractor shall perform work in accordance with manufacturer's 1.01 DESCRIPTION instructions. Do not omit any preparatory step or installation procedure unless A. Scope of Work: Material and equipment specifically modified or exempted by incorporated into the Work: Contract Documents. 1. Manufactured and fabricated 1.03 TRANSPORTATION AND HANDLING products: A. Contractor shall arrange deliveries of a. Design, fabricate and products in accordance with progress assemble in accord with the schedules, coordinate to avoid conflict best engineering and shop with work and conditions at the site. practices. 1. Deliver products in undamaged b. Manufacture like parts of condition, in manufacturer's original duplicate units to standard containers or packaging, with sizes and gauges, to be identifying labels intact and legible. interchangeable. 2. Immediately on delivery, inspect c. Two (2) or more items of the shipments to assure compliance same kind shall be identical,by with requirements of Contract the same manufacturer. Documents and approved submittals, and that products are d. Products shall be suitable for properly protected and undamaged. service conditions. B. Contractor shall provide equipment and e. Equipment capacities, sizes personnel to handle products by methods and dimensions shown or to prevent soiling or damage to products specified shall be adhered to or packaging. unless variations are specifically approved in 1.04 STORAGE AND PROTECTION writing. A. The Contractor shall furnish a covered, 2. Do not use material or equipment weather-protected storage structure for any purpose other than that for providing a clean, dry, non-corrosive which it is designed or specified. environment for all mechanical equipment, valves, architectural items, 1.02 MANUFACTURER'S INSTRUCTIONS FOR electrical and instrumentation INSTALLATION equipment, and special equipment to be incorporated into this Project. Storage or A. When Contract Documents require that equipment shall be in strict accordance installation of Work shall comply with with the"instructions for storage"of each manufacturer's printed instructions. equipment supplier and manufacturer Contractor shall obtain and distribute including connection of heaters, placing copies of such instructions to parties of storage lubricants in equipment, etc. involved in the installation, including five Corroded, damaged or deteriorated (5)copies to the Consultant. equipment and parts shall be replaced before acceptance of the Project. 1. Maintain one (1) set of complete Equipment and materials not properly instructions at the job site during stored will not be included in a payment installation and until completion. estimate. B. Contractor shall handle, install, connect, B. Contractor shall store products in accord clean, condition and adjust products in with manufacturer's instructions, with strict accord with such instructions and in seals and labels intact and legible. conformity with specified requirements. 1. Store products subject to damage 1. Should job conditions or specified by the elements in weather-tight requirements conflict with enclosures. manufacturer's instructions, consult with Consultant for further 2. Maintain temperature and humidity instructions. within the ranges required by manufacturer's instructions. 2. Do not proceed with Work without clear instructions. 3. Store fabricated products above the ground, on blocking or skids, 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01600-117 MATERIAL AND EQUIPMENT 0 prevent soiling or staining. Cover destroyed prior to final inspection and products which are subject to acceptance,the Contractor shall replace deterioration with impervious sheet same without additional cost to the CITY. coverings, provide adequate ventilation to avoid condensation. I. Should the Contractor fail to take proper action on storage and handling of 4. Store loose granular materials in a equipment supplied under this Contract well-drained area on solid surfaces within seven (7)days after written notice to prevent mixing with foreign to do so has been given,the CITY retains matter. the right to correct all deficiencies noted in previously transmitted written notice C. All materials and equipment to be and deduct the cost associated with incorporated in the Work shall be these corrections from the Contractor's handled and stored by the Contractor Contract. These costs may be before, during and after shipment in a comprised of expenditures for labor, manner to prevent warping, twisting, equipment usage, administrative, bending, breaking,chipping,rusting, and clerical, engineering and any other costs any injury, theft or damage of any kind associated with making the necessary whatsoever to the material or equipment. corrections. D. Contractor shall store under a roof or off 1.05 STORAGE AND HANDLING OF the ground cement, sand and lime, and EQUIPMENT ON SITE shall be kept completely dry at all times. All structural and miscellaneous steel, A. Because of the long period allowed for and reinforcing steel shall be stored off construction, special attention shall be the ground or otherwise to prevent given to the storage and handling of accumulations of dirt or grease, and in a equipment on site. As a minimum, the position to prevent accumulations of procedure outlined below shall be standing water and to minimize rusting. followed by Contractor: Beams shall be stored with the webs vertical. Precast concrete beams shall 1. All equipment having moving parts be handled and stored in a manner to such as gears, electric motors, etc. prevent accumulations of dirt, standing and/or instruments shall be stored water, staining, chipping or cracking. in a temperature and humidity Brick, block and similar masonry controlled building approved by the products shall be handled and stored in a Consultant, until such time as the manner to reduce breakage, chipping, equipment is to be installed. cracking and spalling to a minimum. 2. All equipment shall be stored fully E. All materials,which, in the opinion of the lubricated with oil, grease, etc. Consultant, have become so damaged unless otherwise instructed by the as to be unfit for the use intended or manufacturer. specified, shall be promptly removed by 3. Manufacturer's storage instructions the Contractor from the site of the Work, shall be carefully studied by the and the Contractor shall receive no Contractor and reviewed with the compensation for the damaged material Consultant by him. These or its removal. instructions shall be carefully followed and a written record of this F. Contractor shall arrange storage in a kept by the Contractor. manner to provide easy access for inspection. Make periodic inspections of 4. Moving parts shall be rotated a stored products to assure that products minimum of once weekly to insure are maintained under specified proper lubrication and to avoid conditions, and free from damage or metal-to-metal "welding". Upon deterioration. installation of the equipment, the Contractor shall start the G. Protection After Installation: Contractor equipment, at least half the load, shall provide substantial coverings as once weekly for an adequate period necessary to protect installed products of time to insure that the equipment from damage from traffic and subsequent does not deteriorate from lack of construction operations. Remove use. covering when no longer needed. H. The Contractor shall be responsible for 5. Lubricants shall be changed upon all material,equipment and supplies sold completion of installation and as and delivered to the CITY under this frequently as required thereafter Contract until final inspection of the Work during the period between and acceptance thereof by the CITY. In installation and acceptance. the event any such material, equipment Mechanical equipment to be used in and supplies are lost,stolen,damaged or the Work, if stored for longer than 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01600-118 MATERIAL AND EQUIPMENT ninety (90) days, shall have the PART 2-PRODUCTS(NOT USED) bearings cleaned, flushed and lubricated prior to testing and PART 3-EXECUTION(NOT USED) startup,at no extra cost to the CITY. END OF SECTIO 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 guarantee 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. 1.06 SPARE PARTS A. Spare parts for certain equipment provided under Divisions 11: Equipment; 13: Special Construction; 15: Mechanical; and 16: Electrical have been specified in the pertinent sections of the Technical Specifications. The Contractor shall collect and store all spare parts so required in an area to be designated by the Consultant. In addition,the Contractor shall furnish to the Consultant an inventory listing all spare parts,the equipment they are associated with, the name and address of the supplier,and the delivered cost of each item. Copies of actual invoices for each item shall be furnished with the inventory to substantiate the delivered cost. 1.07 GREASE,OIL AND FUEL A. All grease, oil and fuel required for testing of equipment shall be furnished with the respective equipment. The CITY shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied. B The Contractor shall be responsible for changing the oil in all drives and intermediate drives of each mechanical equipment after initial break-in of the equipment, which in no event shall be any longer than three(3)weeks of operation. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01600-119 MATERIAL AND EQUIPMENT SECTION 01630 - SUBSTITUTIONS AND PRODUCT OPTIONS PART 1 —GENERAL one product and manufacturer, there is no option and no substitution will be 1.01 REQUIREMENTS INCLUDED allowed. A. Contractor shall furnish and install 1.05 SUBSTITUTIONS products specified under options and conditions for substitutions stated in this A. Within a period of thirty (30) days after Section. award of Contract, Consultant will consider formal requests from the 1.02 RELATED REQUIREMENTS Contractor for substitution of products in place of those specified: A. Information for Bidders and General Conditions. 1. After the end of that period, the request will be considered only in B. Section SC01410: Testing Laboratory case of product unavailability or Services. other conditions beyond the control of the Contract Documents: C. Section SC01650: Start-up. B. Submit a separate request for each D. Section SC01700: Contract Closeout. substitution. Support each request with: 1.03 PRODUCTS LISTED 1. Complete data substantiating compliance of the proposed A. Within thirty (30) days after award of substitution. Support each request Contract, submit to Consultant six (6) with: copies of complete list of major products which are proposed for installation. a. Product identification, including manufacturer's name B. Tabulate products by specification and address. section number and title. b. Manufacturer's literature; C. For products specified only by reference identify: standards, list for each such product 1) Product description. 1. Name and address of manufacturer. 2) Reference standards. 2. Trade name. 3) Performance and test 3. Model or catalogue designation. data. 4. Manufacturer's data: c. Samples,as applicable. a. Reference standards. b. Performance test data. d. Name and address of similar projects on which product has 1.04 CONTRACTOR'S OPTIONS been used, and the date of each installation. A. For products specified only by reference standard, select product meeting that 2. Itemized comparison of the standard, by any manufacturer. proposed substitution with product specified; list significant variations. B. For products specified by naming several products or manufacturers, select any 3. Data relating to changes in the one of those products and manufacturers construction schedule. named which complies with Specifications. 4. Any effect of the substitution on separate contracts. C. For products specified by naming only one or more products or manufacturers 5. List of changes required in other and stating"or equal",select one of those work or products. named products or manufacturers. After award of Contract, submit a request as 6. Accurate cost data comparing for substitutions, for any product or proposed substitution with product manufacturer which is not specifically specified. named. 7. Designation of required license fees D. For products specified by naming only or royalties. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01630-120 SUBSTITUTIONS AND PRODUCT OPTIONS 8. Designation of availability of 5. It will pay all costs, resulting under maintenance services and sources separate contracts, which result of replacement materials. from the substitution. C. Substitutions will not be considered for 6. It will pay all engineering costs for acceptance when: redesign or revision of the Contract Documents. 1. They are indicated or implied on Shop Drawings or product data 7. Cost data is complete and includes submittals without a formal request related costs under this Contract, from Contractor. but not: 2. They are requested by anyone a. Costs under separate other than Contractor. contracts. 3. Submitted without data relating to b. Consultant's costs of redesign changes in construction schedule. or revision of Contract 4. Any effect of substitution on Documents. separate contracts is not included. 1.07 CONSULTANT DUTIES 5. A list of changes required in other work or products is not included. A. Review Contractor's requests for substitutions with reasonable 6. Accurate cost data comparing promptness. proposed substitution with product specified is not included. B. Notify Contractor in writing of decision to accept or reject requested substitution. 7. Designation of required license fees or royalties is not included. PART 2—PRODUCTS (NOT USED) 8. Designation of availability of maintenance services, sources of PART 3—EXECUTION (NOT USED) replacement materials is not included. END OF SECTION 9. Acceptance will require substantial revision of Contract Documents. D. Substitute products shall not be ordered or installed without written acceptance of Consultant. E. Consultant will determine the acceptability of proposed substitutions. Contractor shall pay all costs associated with Consultant's review. 1.06 CONTRACTOR'S REPRESENTATION A. In making formal request for substitution Contractor represents that: 1 It has investigated the proposed product and has determined that it is equal to or superior in all respects to that specified. 2. It will provide same warranties or bonds for substitution as for product specified. 3. It will coordinate installation of accepted changes as may be required for the Work to be complete in all respects. 4. It waive claims for additional costs caused by substitution which may subsequently become apparent 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01630-121 SUBSTITUTIONS AND PRODUCT OPTIONS SECTION 01700 - CONTRACT CLOSEOUT PART 1 -GENERAL 1. Attend a Substantial Completion walk-through of the facility to 1.01 DESCRIPTION include the CITY, Contractor and Consultant and/or Engineer of A. Scope of Work: Contractor shall comply Record to determine the with requirement stated in Conditions of completeness of the Project and the Contract and in specifications for readiness of the facility for administrative procedures in closing out occupancy. the Work. 2. Prepare and deliver to CITY a B. Related Requirements Described Certificate of Substantial Elsewhere: Completion with the punchlist of items to be completed or corrected 1. Cleaning: Section SC01710 before final inspection. 2. Project Record Documents:Section 1.03 FINAL INSPECTION SC01720 A. Prior to Contractors request for a final 3. Operating and Maintenance Data: inspection the following submittals and Section SC01730 Work must be complete: 4. Warranties and Bonds: Section 1. Project Record Documents must be SC01740. approved. 1.02 SUBSTANTIAL COMPLETION 2. Equipment and systems have been tested in the presence of the CITY's A. The Work will not be substantially representative and are operational complete, and Contractor may not and training,when applicable. request substantial completion inspection unless the following 3. All punchlist items have been submittals and work is completed: corrected. 1. All work specified herein and shown B. The Consultant will, within reasonable on the drawing is complete. time, make an inspection to verify the status of completion with reasonable 2. Project Record Documents have promptness after receipt of Contractor's been submitted and reviewed to the request. requirements of Section SC01720. C. Should the Consultant consider that the 3. All deficiencies noted on inspection Work is incomplete or defective: reports or non-conformances are corrected or the correction plan 1. The Consultant will promptly notify approved. the Contractor in writing, listing the incomplete or defective work. 4. Contractor to submit evidence of compliance with the requirements of 2. Contractor shall take immediate governing authorities. steps to remedy the stated deficiencies, and send another B. When the conditions of paragraph 1.02 written certification to the A. are met the Contractor shall submit to Consultant that the Work is the Consultant: complete. 1. A written notice that it considers the 3. The Consultant will within a Work, or portion thereof, is reasonable amount of time, substantially complete,and request reinspect the Work and the an inspection. Contractor shall be liable for reinspection fees as described in C. Within a reasonable time after receipt of paragraph 1.04. such notice,the Consultant will make an inspection to determine the status of D. When the Consultant finds that the Work completion. is acceptable under the Contract Documents, the Contractor may make D. When the Consultant finds that the Work closeout submittals. is substantially complete,Consultant will: 1.04 REINSPECTION FEES 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01700-122 CONTRACT CLOSEOUT A. Should the Consultant perform reinspections due to failure of the Work e. Deductions for liquidated to comply with the claims of status of damages. completion made by the Contractor: f. Deductions for reinspection 1. Contractor will compensate the payments. CITY for such additional services. g. Other adjustments. 2. CITY will deduct the amount of such compensation from the final 3. Total Contract Sum,as adjusted. payment to the Contractor. 4. Previous payments. 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS 5. Sum remaining due. A. Warranties and Bonds: To requirements of Section SC01740. C. Consultant will prepare a final Change Order, reflecting approved adjustments B. Evidence of Payment and Release of to the Contract Sum which were not Liens: To requirements of General and previously made by Change Orders. Supplementary Conditions. 1.07 FINAL APPLICATION FOR PAYMENT C. Certificate of Insurance for Products and Completed Operations. A. Contractor shall submit the final Application for Payment in accordance D. Final Application for Payment with procedures and requirements stated in the Conditions of the Contract. E. Certificate of Substantial Completion. 1.08 RECORD DOCUMENT SUBMITTAL F. Certificate of Final Inspection, REQUIREMENTS Testing, and Acceptance A. Submit data on 8 1/2 x 11inch pages in G. Closeout of all applicable permits: three-ring binders with durable covers. 1. State or other jurisdictional permits (as applicable): B. Prepare binder cover and binder spine a FDOT with printed title"RECORD DOCUMENT b. LWDD MANUAL", title of project, and subject c. SFWMD matter of binder when multiple binders d. USAGE are required. e. FEC f. CSX C. Internally subdivide the binder contents 2 PBC ROW/MOT with permanent page dividers and tabs. 3. PBC Health Department 4. PBC Building Department D. Contents: Prepare a Table of Contents 5. City of Boynton Beach — Right-of- as follows: Way(ROW) 6. City of Boynton Beach Building 1. Part 1: Directory, listing Department names, addresses, and telephone numbers of 1.06 FINAL ADJUSTMENT OF ACCOUNTS Engineer, Contractor, Subcontractors and A. Submit a final statement of accounting to major equipment the Consultant. suppliers. B. Statement shall reflect all adjustments to 2. Part 2: Project the Contract Sum: documents and certificates, including the 1. The original Contract Sum. following: 2. Additions and deductions resulting a. Certificate of Substantial from: Completion with signed-off Substantial Completion a. Previous change orders or punchlist. written amendment. b. Certificate of Final Acceptance. b. Allowances. c. Warranty of Title,form WT-1 d. Final Release of Lien c. Unit prices. e. Pre- and Post-construction videos and photographs on d. Deductions for uncorrected DVD or CD. work. f. Certifications of closeout of all 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01700-123 CONTRACT CLOSEOUT applicable permits (NPDES, END OF SECTION PBC Health Department, SFWMD, LWDD, PBC or CBB Building Permits,etc.) E. Submit Operation and Maintenance(0& M)Manuals for all equipment. The O&M Manuals shall include the following information: a. Manufacturer's name, address, and telephone number. b. List of equipment c. Parts list for each component d. Operating instructions e. Maintenance instructions for equipment and systems. F. Submit to the CITY,one(1)draft copy of the RECORD DOCUMENT MANUAL fifteen (15) days prior to the request for Final Inspection, Testing and Acceptance. This copy will be reviewed and returned prior to Final Inspection, Testing and Acceptance,with the CITY's comments. Revise content of all document sets as required. G. Submit one(1)revised FINAL RECORD DOCUMENT MANUAL and six (6) sets for all Operation and Maintenance Manuals, within ten(10)days after Final Inspection,Testing and Acceptance. PART 2-PRODUCTS(NOT USED) PART 3-EXECUTION 3.1 CLOSEOUT PROCEDURES A. Submit written certification that the Work has been completed in accordance with Contract Documents and is ready for the Substantial Completion and/or Final Completion walk-throughs. B. Provide submittals to the Consultant and the CITY that are required by governing or permitting authorities such as Palm Beach County Health Department, Palm Beach County Traffic/Land Development, FDOT, etc. in order to closeout the project. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and full release of retainage. D. Final payment and release of retention with NOT be made until the RECORD DOCUMENT MANUALS, Operation and Maintenance Manuals, and the"AFTER" photographic survey, video, and photographs on DVD/CD have been received and accepted by the CITY. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01700-124 CONTRACT CLOSEOUT SECTION 01720 - PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.02 RECORDING 1.01 IN-PROGRESS PROJECT RECORD A. Label each document "PROJECT DOCUMENTS RECORD"in neat large printed letters. A. All dimensions and annotations that are B. Record information concurrently with noted below shall be included on the construction progress. progress and final Record Drawings. Contractor shall maintain on site one (1) 1. Do not conceal any work until record copy for the Consultant of the required information is recorded. following as it progresses: C. Drawings: Legibly mark to record actual 1. Drawings: construction: a. Trench bottom elevations 1. Depths of various elements of foundation in relation to finish first b. Top of bedding (when floor datum. imported bedding is required) 2. Location of existing internal utilities c. Pipe invert at each structure and appurtenances concealed in the construction, referenced to d. Station and off-set visible and accessible features of measurements including grate the structure. elevations for structures. 3. Field changes of dimension and e. GPS coordinates/notations detail. f. Mapping of all soil density test 4. Changes made by Field Order or by results(pass and fail) Change Order. 2. Specifications 5. Details not on original Contract Drawings. 3. Addenda. 6. Equipment and piping relocations. 4. Change Orders and other modifications of the Contract. D. Specifications and Addenda: Legibly mark each section to record: 5. Consultant's Field Orders or written instructions. 1. Manufacturer, trade name, catalog number of Supplier of each product 6. Approved Shop Drawings, Working and item of equipment actually Drawings and Samples. installed. 7. Field Test records. 2. Product substitutions and alternates utilized. 8. Maintenance of Traffic(MOT)Plans 3. Changes made by Field Order or by 9. Construction photographs. Change Order. B. Related Requirements Described 1.02 SUBMITTAL Elsewhere: A. At Contract closeout, deliver Record 1. Field Engineering: Section Documents to the Consultant for the SC01050. CITY. 2. Shop Drawings, Working Drawings B. Accompany submittal with transmittal and Samples: Section SC01340. letter in duplicate,containing: 3. Construction Photographs: Section 1. Date. SC01380. 2. Project title and number. 4. Video and Photographic Site Survey: Section SC01390 3. Contractor's name and address. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01720-125 PROJECT RECORD DOCUMENTS 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative. PART 2-PRODUCTS(NOT USED) PART 3—EXECUTION(NOT USED) END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01720-126 PROJECT RECORD DOCUMENTS SECTION 01730 - OPERATING AND MAINTENANCE DATA PART 1 -GENERAL 4. Drawings: 1.01 DESCRIPTION a. Provide reinforced A. Scope of Work: punched binder tab, bind in with text. 1. Contractor shall compile product data and related information b. Reduce larger drawings appropriate for CITY's maintenance and fold to size of text and operation of products furnished pages but not larger than under Contract. 14 inches x 17 inches. a. Prepare operating and 5. Provide fly-leaf for each separate maintenance data as product, or each piece of operating specified in this Section equipment. and as referenced in other pertinent sections a. Provide typed description of Specifications. of projects and major component parts of 2. Contractor shall instruct CITY's equipment. personnel in maintenance of products and in operation of b. Provide identified tabs. equipment and systems. 6. Cover: Identify each volume with B. Related Requirements Described typed or printed title "OPERATING Elsewhere: AND MAINTENANCE INSTRUCTIONS". List: 1. Contract Closeout: Section SC01700 a. Title of Project. 2. Project Record Documents:Section b. Identity of separate SC01720 structure as applicable. 1.02 QUALITY ASSURANCE c. Identity of general subject matter covered in the A. Preparation of data shall be done by manual. personnel: C. Binders: 1. Trained and experienced in maintenance and operation of 1. Commercial quality three-post described products. binders with durable and cleanable plastic covers. 2. Familiar with requirements of the Section. 2. Maximum post width: 2 inches. 3. Skilled as technical writer to the 3. When multiple binders are used, extent required to communicate correlate the data into related essential data. consistent groups. 4. Skilled as draftsman competent to 1.04 CONTENT OF MANUAL prepare required drawings. A. Neatly typewritten table of contents for 1.03 FORM OF SUBMITTALS each volume, arranged in systematic order. A. Prepare data in form of an instructional manual for use by CITY's personnel. 1. Contractor, name of responsible principal, address and telephone B. Format: number. 1. Size:8-1/2 inches x 11 inches. 2. A list of each project required to be included, indexed to content of the 2. Paper: 20 pound minimum, white, volume. for typed pages. 3. List, with each project, name, 3. Text: Manufacturer's printed data, address and telephone number of: or neatly typewritten. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01730-127 OPERATING AND MAINTENANCE DATA a. Subcontractor or 1. Provide information sheet for installer. CITY's personnel,give: b. A list of each product a. Proper procedures in required to be included, event of failure. indexed to content of the volume. b. Instances which might affect validity of c. Identify area of warranties or bonds. responsibility of each. 1.05 MANUAL FOR MATERIALS AND FINISHES d. Local source of supply for parts and replacement. A. Submit six(6)copies of complete manual in final form to the CITY through the 4. Identify each product by product CONSULTANT. name and other identifying symbols as set forth in Contract Documents. B. Content: for architectural products, applied materials and finishes: B. Product Data: 1. Manufacturer's data, giving full 1. Include only those sheets which are information on products. pertinent to the specific product. a. Catalog number, size, 2. Annotate each sheet to: composition. a. Clearly identify specific b. Color and texture product or part installed. designations. b. Clearly identify data c. Information required for applicable to installation. reordering special manufacturing products. c. Delete references to inapplicable information. 2. Instructions for care and maintenance. C. Drawings: a. Manufacturer's 1. Supplement product data with recommendation for drawings as necessary to clearly types of cleaning agents illustrate: and methods. a. Relations of component b. Cautions against parts of equipment and cleaning agents and systems. methods which are detrimental to product. b. Control and flow diagrams. c. Recommend schedule for cleaning and 2. Coordinate drawings with maintenance. information in Project Record Documents to assure correct C. Content, for moisture protection and illustration of completed installation. weather-exposed products: 3. Do not use Project Record 1. Manufacturer's data, giving full Documents as maintenance information on products. drawings. a. Applicable standards. D. Written test, as required to supplement product data for the particular installation: b. Chemical composition. 1. Organize in consistent format under c. Details of installation. separate headings for different procedures. 2. Instructions for inspection, maintenance and repair. 2. Provide logical sequence of instruction of each procedure. D. Additional requirements for maintenance data: Respective sections of E. Copy of each warranty,bond and service Specifications. contract issued. 1.06 MANUAL FOR EQUIPMENT AND SYSTEMS 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01730-128 OPERATING AND MAINTENANCE DATA b. Items recommended to A. Submit five (5) copies of complete be stocked as spare manual in final form to the CITY through parts. the CONSULTANT. 8. As-installed control diagrams by B. Content, for each unit of equipment and controls manufacturer. system,as appropriate: 9. Each contractor's coordination 1. Description of unit and component drawings. parts. a. As-installed color coded a. Function, normal piping diagrams. operating characteristics, and limiting conditions. 10. Charts of valve tag numbers, with location and function of each valve. b. Performance curves, engineering data and 11. List of original manufacturer's spare tests. parts,manufacturer's current prices and recommended quantities to be c. Complete nomenclature maintained in storage. and commercial number of replaceable parts. 12. Other data as required under pertinent sections of specifications. 2. Operating procedures: C. Content, for each electric and electronic a. Start-up,break-in,routine systems, as appropriate: and normal operating instructions. 1. Description of system and component parts. b. Regulation, control, stopping, shut-down and a. Function, normal emergency instructions. operating characteristics, and limiting conditions. c. Summer and winter operating instructions. b. Performance curves, engineering data and d. Special operating tests. instructions. c. Complete nomenclature 3. Maintenance procedures: and commercial number of replaceable parts. a. Routine operations. 2. Circuit directories and panelboards. b. Guide to "trouble- shooting". a. Electrical service c. Disassembly, repair and b. Controls reassembly. c. Communications d. Alignment, adjusting and checking. 3. As installed color coded wiring diagrams. 4. Servicing and lubrication required. 4. Operating procedures: 5. Manufacturer's printed operating and maintenance instructions. a. Routine and normal operating instructions. 6. Description of sequence of operation by control manufacturer. b. Sequences required. 7. Original manufacturer's parts list, c. Special operating illustrations, assembly drawings instructions. and diagrams required for maintenance. 5. Maintenance procedures: a. Predicted life of parts a. Routine operations. subject to wear. b. Guide to "trouble- shooting". 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01730-129 OPERATING AND MAINTENANCE DATA final copies. c. Disassembly, repair and reassembly. B. Submit six(6)copies of approved manual in final form directly to the offices of the 6. Manufacturer's printed operating Consultant, within thirty (30) calendar and maintenance instructions. days of product shipment to the project site and preferably within 30 days after 7. List of original manufacturer's spare the reviewed copy is received. parts, manufacturer's current prices, and recommended C. Append six (6) copies of addendum to quantities to be maintained in the operation and maintenance manuals storage. as applicable and certificates as specified within thirty(30)days after final 8. Other data as required under inspection and plant start-up test. pertinent sections of specifications. 1.08 INSTRUCTION OF CITY'S PERSONNEL D. Prepare and include additional data when the need for such data becomes A. Fully instruct CITY's designated apparent during instruction of CITY's operating and maintenance personnel in personnel. operation, adjustment and maintenance of products,equipment and systems. E. Additional requirements for operating and maintenance data: Respective B. Review operating and maintenance sections of Specifications. manual with CITY's operating and maintenance personnel in full detail to 1.07 SUBMITTAL SCHEDULE explain all aspects of operations and maintenance. A. Submit two(2)copies of completed data in final form to the CITY through the C. A list shall be provided to the CITY CONSULTANT no later than thirty (30) detailing the date, time and attendees of days following the Consultant's review of all training sessions. the last shop drawing and/or other submittal specified under Section PART 2-PRODUCTS(NOT USED) SC01340. PART 3-EXECUTION (NOT USED) 1. One copy will be returned with comments to be incorporated into END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01730-130 OPERATING AND MAINTENANCE DATA SECTION 01800 - MISCELLANEOUS WORK AND CLEANUP 1 PART 1 -GENERAL operations and shall render the site of the work in a neat and orderly condition. 1.01 DESCRIPTION 3.03 INCIDENTAL WORK A. Scope of Work: A. Do all incidental work not otherwise 1. This Section includes operations specified,but obviously necessary for the which cannot be specified in detail proper completion of the contract as as separate items but can be specified and as shown on the Drawings. sufficiently described as to the kind and extent to work involved. The END OF SECTION Contractor shall furnish all labor, materials, equipment and incidentals to complete the work under this Section. 2. The work of this Section includes, but is not limited to,the following: a. Restoring of driveways and fences. b. Cleaning up. c. Incidental work. 2 PART 2-PRODUCTS 2.01 MATERIALS A. Materials required for this Section shall be of the same quality as materials that are to be restored. Where possible, the Contractor shall reuse existing materials that are removed and then replaced. 3 PART 3-EXECUTION 3.01 RESTORING OF DRIVEWAYS AND FENCES A. Existing public and private driveways disturbed by the Contractor shall be replaced. Paved drives shall be repaved to the limits and thickness existing prior to construction. Gravel drives shall be replaced and regraded. B. The Contractor shall remove, store and replace existing fences during construction. Only the sections directed by the Consultant shall be removed. If any section of fence is damaged due to the Contractor's negligence, it shall be replaced with fencing equal to or better than that damaged,and the work shall be satisfactory to the Consultant. 3.02 CLEAN UP A. The Contractor shall remove all construction material, buildings, equipment and other debris remaining on the job as the result of construction 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC01800-131 MISCELLANEOUS WORK AND CLEANUP SECTION 02516 - DISINFECTION OF POTABLE WATER DISTRIBUTION SYSTEMS PART 1 GENERAL 6. Initial and 24 hour disinfectant residuals (quantity in treated water) 1.1 SECTION INCLUDES in ppm and/or mg/I for each outlet tested. A. Submittals • During the 24 hour disinfection process, B. Project Record Documents Contractor shall operate all inline and branch C. Products valves and hydrants. D. Execution • At the end of the 24 hour disinfection process the E. Field Quality Control free chlorine residual shall not be less than 25 1.2 RELATED SECTIONS ppm or 25mg/I. A. Section 02513 — Public Water & 7. Date and time of flushing start and Reclaimed Water Distribution Systems completion 1.3 REFERENCES 8. Disinfectant residual after flushing in ppm for each outlet tested. A. ANSI/AWWA C651 — AWWA Standard for Disinfecting Water Mains • At the conclusion of the Contractor's disinfection 1.4 UNIT PRICE — MEASUREMENT AND and flushing process, the PAYMENT Total Chlorine (in ppm) shall be equal to that of A. The cost of disinfecting the new water the City's potable water distribution system is considered to be system source point. incidental to the installation of the water main. B. Bacteriological Report: 1.5 SUBMITTALS FOR REVIEW AND 1. Date issued, project name, and AUTHORIZATION TO PROCEED testing laboratory name, address, and telephone number. A. Contractor shall prepare and submit a Flushing, Pressure Testing, Disinfection 2. Time and date of water sample and PBC HD Clearance Plan to the collection. Project Manager and Engineer for review and authorization prior to the start of 3. Name of person collecting samples pipeline installation. 4. Sample point numbers and test 1.6 PROJECT RECORD DOCUMENTS locations. A. Disinfection Report from Contractor shall 5. Initial and 24 hour disinfectant be signed and dated: residuals in ppm for each outlet tested. 1. Company Name. 6. Coliform bacteria test results for 2. Type, form and quantity of each outlet tested disinfectant used. 7. Signed certification that water 3. Diameters and lengths (in linear conforms, or fails to conform, to feet)of pipe being disinfected. bacterial standards of the Palm Beach County Health Department. 4. Date and time of disinfectant injection start and time of C. Palm Beach County Health Department completion (continuous feed release method). 5. Test locations(1 set for every 1,200 1.7 REGULATORY REQUIREMENTS If of pipe, 1 from every branch and 1 from the end of the line). A. Conform to applicable Palm Beach County Health Department rules or 1 Million Gallon Storage Tank&W.WTP DISINFECTION OF POTABLE Pump Control Valves Replacement SCO2516-132 WATER DISTRIBUTION SYSTEMS regulation for performing the work of this Section. C. After successful pressure testing, provide and attach required equipment to perform the work of this Section. PART 2 PRODUCTS D. Mix (if applicable) and inject treatment 2.1 Disinfectant: disinfectant into piping system. A. Liquid chlorine conforming to E. Maintain disinfectant in system for 24 ANSI/AWWA B301 (100% available hours. chlorine). F. Flush, circulate, and clean until required B. Sodium hypochlorite conforming to cleanliness is achieved; use municipal ANSI/AWWA B300 (5% - 15% available domestic water. chlorine. G. Verify disinfection and record results on C. 2.3 Calcium hypochlorite conforming to the Disinfection Report as specified in ANSI/AWWA B300 (65% available paragraph 1.6 A above. chlorine by weight). H. After receipt of the Palm Beach County PART 3 EXECUTION Health Department system or partial system release and the service line 3.1 EXAMINATION transfer by the City are completed, Contractor shall remove the temporary A. Verify that piping system has been sample points and re-install permanent cleaned,inspected, and pressure tested. system devices in accordance with the project construction drawings. 3.2 EXECUTION 3.3 FIELD QUALITY CONTROL A. Install, clean and flush the water distribution piping system in accordance A. The Contractor shall assure the accuracy with the project construction drawings. of the disinfection testing and provide a Refer to Section 02513 PUBLIC WATER copy of the Contractor's disinfection &RECLAIMED WATER DISTRIBUTION report to the Project Manager. In the SYSTEMS. event of a dispute, the Project Manager will schedule the City's Lab for B. Pressure test the water distribution piping bacteriological testing. system in accordance with the project requirements. Refer to Section 02513 PUBLIC WATER & RECLAIMED END OF SECTION WATER DISTRIBUTION SYSTEMS. 1 Million Gallon Storage Tank&W.WTP DISINFECTION OF POTABLE Pump Control Valves Replacement SCO2516-133 WATER DISTRIBUTION SYSTEMS SECTION 02668 - VALVES AND APPURTENANCES PART 1 —GENERAL water works service, designation C509, in so far as applicable. NOTE: THIS SPECIFICATION IS TO BE REVIEWED AND REVISED AS APPROPRIATE BY THE 2. Gate valves shall be as manufactured by CITY'S DESIGN Mueller,American or approved equal. PROFESSIONAL FOR THE SPECIFIC PROJECT. 3. Buried gate valves shall be non-rising 1.1 PERFORMANCE stem type with 2 inch square cast iron wrench nuts. A. Section generally defines Contractors responsibilities unless otherwise indicated,for 4. Face to face dimension shall conform to the following: ANSI standard face to face and end to end dimensions of ferrous valves, (ANSI 1. Gate Valves B16.10)for 125-pound cast-iron valves. 2. Butterfly Valves 3. Air Release Valves 5. Hand wheels or chain wheels shall be 4. Valve Boxes turned counter clockwise to open the valves. Hand wheels shall be of ample 1.2 RELATED SECTIONS size and shall have an arrow and the word "open"cast thereon to indicate the A. All of Division 1. direction of opening. B. Section 02320—Trenching and Excavation. 6. Stuffing box follower bolts shall be of brass and the nuts shall be of bronze. C. Section 02324—Backfill. 7. Where required, gate valves shall be D. Section 02446— Directional Drilling and Pipe provided with a box cast in a slab and a Sleeves box cover. E. Section 02513 — Public Water & Reclaimed 8. Box cover opening shall be for valve Water Distribution Systems stem and nut. Valve wrenches and extension stems shall be provided by the F. Section 02536—Force Mains manufacturer to actuate the valves. 1.3 REFERENCES B. Butterfly Valves: A. ANSI/AWWA C104/A21.4 (Latest Revision) - 1. Butterfly valves for water working Cement mortar lining for ductile iron pipe and pressures up to 150 psi shall conform to fittings for water and reclaimed water. ANSI/AWWA C504 — Rubber Seated Butterfly Valves, subject to the following B. ANSI/AWWA Cl 10/A21.10(Latest Revision)- requirements.Valves shall be of the size Ductile iron and grey iron fittings 3 inch and class indicated and, unless through 48 inch for water and other liquids. otherwise shown, shall be short-bodied. Flanged valves for interior and exposed C. ANSI/AWWA C111/A21.11 (Latest Revision)- piping shall have ANSI 125-lb flanges. Rubber gasket joints for ductile iron and grey Valves for buried services shall have iron pressure pipe and fittings. mechanical join body design.Shaft seals shall be designed for use with standard D. ANSI/AWWA C600 (Latest Revision) - split-V type packing, or other acceptable Installation of ductile iron water mains and seal. The interior passage of butterfly appurtenances. valves shall not have any obstructions or stops. The seats shall be positively E. ANSI/AWWA C153/A21.53 (Latest Revision) clamped or bonded into the disc or body —Ductile Iron Compact Fittings for Water and of the valve, but cartridge-type seats Reclaimed Services. which rely on a high coefficient of friction for retention shall not be acceptable PART 2- PRODUCTS 2. Manual Actuators: Unless otherwise indicated, all manually-actuated butterfly 2.1 MATERIALS valves shall be equipped with a 2-inch square actuating nut. Screw-type A. Gate Valves: (traveling nut) actuators will not be permitted for valves 30-inches in 1. Gate valves, unless otherwise specified diameter and larger. or approved, shall be ductile iron body, resilient seat gate valves with mechanical 3. Worm Gear Actuators:Valves 30-inches joints conforming to the AWWA standard and larger,as well as all submerged and specifications for gate valves for ordinary buried valves, shall be equipped with 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO2668-134 VALVES AND APPURTENANCES worm-gear actuators, lubricated and piece valve boxes with cast iron covers. sealed to prevent entry of dirt or water into the housing. 2. Valve boxes shall be provided with suitable heavy bonnets and will extend to 4. Manufacturers, or Approved Equal shall an elevation at or slightly above the be per Handbook Exhibit"D": finished grade surface as directed by the Engineer. 5. All exposed butterfly valves shall be installed with a means of removing the 3. The barrel shall be one or two piece, complete valve assembly without screw type, having a 5-1/4 inch shaft dismantling the valve or operator. diameter. C. Air Release Valves: 4. Covers shall have "Water", "Reuse" or "Sewer" cast into the top and shall be 1. The air release valves shall be installed painted the corresponding color (blue, as shown on the drawings and shall be pantone purple or green) for the pipe the automatic type. commodity that they are for. 2. Air release valves shall have a cast iron 5. All valves shall have actuating nuts body, cover and baffle, stainless steel extended to within six inches of the top of float, bronze water diffuser Buna-N or valve box cover. Viton seat and stainless steel trim. 3. Air release valves shall be provided with PART 3-EXECUTION a vacuum check to prevent air from re- entering the line. NOT USED 4. Air release valve fittings shall be END OF SECTION threaded. 5. Air release valves shall be per Handbook Exhibit"D". 6. Air release valve manholes shall be precast concrete and shall conform to ASTM C478 and ASTM C-76, latest revision,Class II,Wall B,Type II Portland Cement, 4,000 psi. Steel reinforcing shall conform to ASTM A 185. Walls shall be 8" minimum. Manholes shall have a minimum 7 day cure time prior to delivery. Any visible reinforcing or honeycombing shall be cause for rejection. The base slab and first ring of the manhole shall be cast monolithically. The minimum diameter of the MH shall be 48" with a 22-W frame and cover. The interior of the MH shall be coated with the high solids epoxy compound REZCLAD 125S in strict accordance with the manufacturer's instructions. The exterior of the MH shall be coated with two coats of an approved coal tar epoxy (Koppers 300-M or approved equal).The frame shall have a 30" opening. The cover shall be two piece and shall have the words "POTABLE WATER ARV", "RECLAIMED WATER ARV"or"FORCE MAIN ARV" (as appropriate)cast into it. Cover and frame shall be US Foundry& Mfg. Corp. Model # 690-AG-M or approved equal. For offset air release valves and/or tangential offset air/vacuum combination valves manholes, use 32" diameter safetely ventilated hinged manhole cover by PAMREX or approved equal. D. Valve Boxes: 1. All buried valves shall have cast iron two 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SCO2668-135 VALVES AND APPURTENANCES • SECTION 16110 - RACEWAYS, BOXES, FITTINGS AND SUPPORTS PART 1 GENERAL Sealtite, Type UA, manufactured by the Anaconda Metal Hose Div.; Anaconda 1.01 SCOPE OF WORK American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose A. Furnish and install complete raceway systems Co.or equal. as shown on the Drawings and as specified herein. 2. Fittings used with liquidtight flexible metal conduit shall be of the 3-piece screw-in 1.02 RELATED WORK type malleable iron as manufactured by the O.Z. Gedney Co.or equal. A. Refer to Section 16600 for additional requirements. 3. Liquidtight flexible metal conduit shall be for use under the provisions of NEC 1.03 SUBMITTALS Article 350. A. Submit to the Engineer, in accordance with E. Flexible Metallic Tubing Section 01300,the manufacturers'names and product designation or catalog numbers with 1. Flexible metallic tubing shall be for use cut-sheets of all materials specified. Indicate under the provisions of NEC Article 348. in the submittal, the areas where specific materials are used. 2. Flexible metallic tubing shall be hot- dipped galvanized steel strips shaped PART 2 PRODUCTS into interlocking convolutions firmly joined to one another assuring a 2.01 MATERIALS complete lock similar to Tristeel as manufactured by Triangle-PWC, Inc.or A. Rigid Aluminum Conduit equal. 1. Rigid aluminum conduit shall be 6063 3. Flexible metallic tubing shall be used only alloy and shall be as manufactured by indoors for connection to lighting fixtures New Jersey Aluminum Corp.; Reynolds in NEMA 1 administration and office Aluminum International Services Inc.; areas. Alumax Extrusions,Inc;VAW of America, Inc. or equal. Rigid aluminum conduit 4. Furnish and install insulated bushings at shall be for use under the provisions of terminations for conductor protection. NEC Article 344. F. Flexible Couplings B. Electrical Metallic Tubing 1. Flexible couplings shall be type ECGJH Electrical metallic tubing shall be hot- as manufactured by the Crouse-Hinds dipped galvanized steel as manufactured Co.;Appleton Electric Co.;Killark Electric by the Allied Tube and Conduit Corp.; Manufacturing Co.or equal. Triangle PWC Inc.;Wheatland Tube Co.; Bridgeport or equal. Electrical metallic G. Boxes and Fittings tubing shall be for use under the provisions of NEC Article 358. 1. Pressed steel switch and outlet boxes shall be hot-dipped galvanized with hot- C. Rigid Nonmetallic Conduit dipped galvanized tile rings as manufactured by the Raco 1. PVC conduit shall be rigid polyvinyl Manufacturing Co.; Adalet Co.; O.Z. chloride schedule 80 as manufactured by Manufacturing Co.or equal. Carlon; An Indian Head Co.; Cantex; Queen City Plastics or equal. 2. NEMA 1 and NEMA 12,junction boxes, pull boxes etc., shall be sheet steel 2. PVC conduit used in underground unless otherwise shown on the concrete encased duct banks shall be Drawings.Boxes shall be galvanized and rigid polyvinyl chloride Type DB as have continuously welded seams.Welds manufactured by Carlon;An Indian Head shall be ground smooth and galvanized. Co.; Cantex; Queen City Plastics or Box bodies shall be flanged and shall not equal. have holes or knockouts. Box bodies shall not be less than 14 gauge metal and 3. PVC conduit shall be for use under the covers shall not be less than 12 gauge provisions of NEC Article 352. metal. Covers shall be gasketed and fastened with stainless steel screws. D. Liquidtight Flexible Metal Conduit, Couplings Terminal boxes shall be furnished with and Fittings hinged doors, terminal mounting straps and brackets (refer to Section 16191 for 1. Liquidtight flexible metal conduit shall be additional requirements). Boxes shall be 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16110-136 RACEWAYS,BOXES,FITTINGS&SUPPORTS as manufactured by Hoffman couplings, etc, for the complete Engineering Co.; Lee Products Co.; installation of a finished system. ASCO Electrical Products Co., Inc., or e. Device covers shall be the 1702 equal. All boxes shall be shop primed Series by Walker, similar by and painted by the box manufacturer. Isoduct;Wiremold or equal. f. The multi-outlet assembly shall be 3. NEMA 4X stainless steel,junction boxes the 1700 Series by Walker, similar and pull boxes shall be 316 stainless by Isoduct;Wiremold or equal. steel with 316 stainless steel hardware and gasketed covers. Boxes shall have 9. Pedestal boxes for laboratory bench continuously welded seams and welds receptacles shall be cast aluminum, shall be ground smooth.Box bodies shall polished finish, single face with 1/2-in be flanged and shall not have holes or NPT tapped inlet, single gang: J.A. Pink knockouts. Box bodies shall not be less Catalog No. 800-A; double gang: J.A. than 14 gauge metal and covers shall not Pink Catalog No. 801-A, similar by be less than 12 gauge metal. Covers Hubbell or equal. shall be gasketed and fastened with stainless steel screws. Terminal boxes 10. Floor boxes shall be of the adjustable shall be furnished with hinged doors, single gang, concrete tight type for terminal mounting straps and brackets installation in concrete fill, Walker 800 (refer to Section 16191 for additional Series, similar by Hubbell; Thomas & requirements.) Boxes shall be as Betts Co.or equal. manufactured by Hoffman Engineering Co.; Lee Products Co.; ASCO Electrical 11. Conduit hubs shall be of the grounding Products Co., Inc.,or equal. type as manufactured by Myers Electric Products, Inc.or equal. 4. Explosion-proof boxes shall be designed for Class 1, Group D, Division 1 hazardous locations. They shall be cast 12. Conduit wall seals for new concrete walls aluminum, with stainless steel hinged below grade shall be O.Z./Gedney Co., covers and stainless steel hardware and Type WSK; Spring City Electrical bolts; Type EJB-N4 as manufactured by Manufacturing Co.,Type WDP or equal. the Crouse-Hinds Co.; Appleton Electric Co.;Adalet-PLM or equal. 13. Conduit wall seals for cored holes shall be Type CSML as manufactured by the 5. Cast aluminum boxes and fittings shall O.Z./Gedney Co.or equal. be copper free aluminum with cast aluminum covers and stainless steel 14. Conduit wall and floor seals for sleeved screws as manufactured by the Killark openings shall be Type CSMI as Electric Co..; Crouse-Hinds Co.; manufactured by the O.Z./Gedney Co.or Appleton Electric Co.;or equal. equal. 6. Cast aluminum device boxes shall be 15. Combination expansion-deflection Type FD. All cast aluminum boxes and fittings embedded in concrete shall be fittings shall be copper-free aluminum Type XD as manufactured by the with cast aluminum covers and stainless Crouse-Hinds Co.; O.Z./Gedney Co.; steel screws as manufactured by the Spring City Electrical Mfg. Co.or equal. Killark Electric Co.;Crouse-Hinds Co.; L. E. Mason Co.or equal. 16. Combination expansion-deflection fittings installed exposed shall be Type 7. Cast aluminum fittings (C's, T's, LB's, XJ as manufactured by Crouse-Hinds etc.) shall be of the mogul design (with Co.; O.Z. Gedney Co.; Spring City rollers) as manufactured by Appleton Electrical Mfg.Co.or equal. Electric Co.Multi-Outlet Assembly 17. Explosion proof fittings shall be as a. Multi-Outlet Assembly shall only be manufactured by the Crouse-Hinds Co.; used where specifically indicated on Appleton Electric Co.; O.Z./Gedney Co. the drawings. The assembly or equal. Conduit sealing bushings shall enclosures shall consist of two be O.Z./Gedney, Type CSB or equal. piece, all steel or anodized Elbows and couplings shall be aluminum. aluminum raceways which shall allow for field installation of wiring 18. Electrical metallic tubing fittings shall be and standard receptacles. of the steel, raintight, concrete-tight, b. Multi outlet assemblies shall be UL insulated throat (connectors), Listed as a Multi-outlet assembly. compression type as manufactured by c. Raceway bases and removable the Appleton Electric Co.; Crouse-Hinds covers shall be .040-in steel, Co. or equal. H. Conduit Mounting minimum of 2-1/8-in high by 1-5/8-in Equipment deep. Entrance fittings shall be sized for 3/4-in conduit. 1. In dry indoor non-process areas, d. Raceways shall include all fittings, hangers,rods,backplates,beam clamps, 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16110-137 RACEWAYS,BOXES,FITTINGS AND SUPPORTS channel, fasteners, anchors, nuts, aluminum. washers, etc., shall be hot-dipped galvanized steel. 316 Stainless steel D. PVC conduit shall be used for concrete channel with 316 stainless steel encased underground duct banks except as hardware (hangers, rods, backplates, specified in Paragraph 3.01B above and beam clamps, fasteners, anchors, nuts, except as specified in Section 16600. washers, etc.) shall be used in process areas, as shown on the drawings, in E. Electrical metallic tubing and fittings may be areas designated 'WET", "DAMP" and used only in NEMA 1 administration and office "CORROSIVE" on the Drawings and in areas. Electrical metallic tubing and fittings outdoor locations. All channel and shall not be embedded in concrete, installed hardware shall be resistant to the outdoors, in process areas, shops, chemicals present in the area in which it maintenance areas,electrical rooms,etc. is used. F. All conduit of a given type shall be the product 2. Expansion anchors (minimum 3/8" of one manufacturer. diameter)shall be equal to Kwik-Bolt as manufactured by the McCullock 3.02 BOX APPLICATIONS Industries, Minneapolis, MI; Wej-it by Wej-it Expansion Products, Inc., A. Unless otherwise specified herein or shown on Bloomfield, CO; or Kwik-Bolt II as the Drawings,all boxes shall be metal. manufactured by the Hilti Fastening Systems, Inc, Tulsa, OK. The length of B. Exposed switch, receptacle and lighting outlet expansion bolts shall be sufficient to boxes and condulet fittings shall be cast place the wedge portion of the bolt a aluminum. minimum of 1-in behind the steel reinforcement. Apply anti-seize C. Concealed switch, receptacle and lighting compound to all nuts and bolts.Supports outlet boxes shall be pressed steel. Welded installed without the approved compound seamed boxes will not be permitted. shall be dismantled and correctly installed,at no cost to the Owner. D. Terminal boxes,junction boxes and pull boxes shall have NEMA ratings suitable for the I.Wall and Floor Slab Opening Seals location in which they are installed, as specified in Section 16000. 1. Wall and floor slab openings shall be sealed with "FLAME-SAFE" as 3.03 FITTINGS APPLICATIONS manufactured by the Thomas & Betts Corp.; Pro Set Systems; Neer Mfg. Co.; A. Combination expansion-deflection fittings Specified Technologies, Inc.or equal. shall be used where conduits cross structure expansion joints. Refer to Structural Drawings J.Cold Galvanizing Compound for expansion joint locations. Provide bonding jumpers around fittings. 1. Cold galvanizing compound shall be 95% zinc rich paint as manufactured by ZRC B. Conduit wall seals shall be used where Products Company,a Division of Norfolk underground conduits penetrate walls or at Corp. or equal. other locations shown on the Drawings. PART 3 EXECUTION C. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at 3.01 RACEWAY APPLICATIONS other locations shown on the Drawings. A. Except where otherwise shown on the 3.04 INSTALLATION Drawings, or specified, all wiring shall be in rigid aluminum conduit. A. No conduit smaller than 3/4 inch electrical trade size shall be used, nor shall any have B. Rigid aluminum conduit shall be used at all more than the equivalent of three 90 degree locations (underground and within structures) bends in any one run. Pull boxes shall be as raceways for shielded process provided as required or directed. instrumentation wiring,shielded control wiring, data highway wiring and I/O wiring. Schedule B. No wire shall be pulled until the conduit system 80 PVC conduit shall be used where shown on is complete in all details; in the case of the Drawings and in chemical rooms, concealed work, until all rough plastering or chlorinator rooms and chlorine storage areas masonry has been completed; in the case of or areas designated "CORROSIVE" on the exposed work, until the conduit system has Drawings. been completed in every detail. C. Rigid aluminum conduit or Schedule 80 PVC C. The ends of all conduits shall be tightly shall be used underground where concrete plugged to exclude dust and moisture during encasement is not called for or as specified in construction. Paragraph 3.016 above. Where schedule 80 PVC is used all elbows shall be rigid D. Conduit supports, other than for underground 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16110-138 RACEWAYS,BOXES,FITTINGS AND SUPPORTS raceways, shall be spaced at intervals of 8-ft compound before installing. or less,as required to obtain rigid construction. P. Aluminum conduit installed in concrete or E. Single conduits shall be supported by means below grade shall be completely covered with of aluminum one-hole pipe clamps in two (2) coats of bitumastic paint or with heat combination with aluminum one-screw back shrink tubing(Raychem or equal). plates, to raise conduits from the surface. Multiple runs of conduits shall be supported on Where conduits pass through openings in trapeze type hangers with steel horizontal walls or floor slabs, the remaining openings members and threaded hanger rods.The rods shall be sealed against the passage of flame shall be not less than 3/8-in diameter.Surface and smoke. mounted panel boxes,junction boxes,conduit, etc, shall be supported by spacers to provide Q. PVC conduit to non-metallic and metallic box a minimum of 1/2-in clearance between wall connections shall be made with sealing rings, and equipment. with a stainless steel retainer as manufactured by Thomas&Betts Co. F. Conduit hangers shall be attached to structural steel by means of beam or channel R. Conduit ends exposed to the weather shall be clamps.Where attached to concrete surfaces, sealed with conduit sealing bushings. concrete expansion anchors shall be provided. S. Expansion fittings shall be used on exposed runs of PVC conduit where required for All conduits on exposed work,within partitions thermal expansion. Installation and number of and above suspended ceilings,shall be run at fittings shall be as provided per the NEC and right angles to and parallel with the approved by the PVC conduit manufacturer. surrounding wall and shall conform to the form of the ceiling.No diagonal runs will be allowed. T. All conduit entering or leaving a motor control Bends in parallel conduit runs shall be center, switchboard or other multiple concentric. All conduit shall be run perfectly compartment enclosure shall be stubbed up straight and true. into the bottom horizontal wireway or other manufacturer designated area, directly below G. Conduit terminating in pressed steel boxes the vertical section in which the conductors are shall have double locknuts (aluminum) and to be terminated. insulated grounding bushings. U. Conduit sealing and drain fittings shall be H. Conduit terminating in gasketed enclosures installed in areas designated as NEMA 7. shall be terminated with grounding type conduit hubs. V. Spare conduits and conduit stubouts for future construction shall be provided with threaded I. Conduits containing equipment grounding PVC end caps at each end. conductors and terminating in sheet steel boxes shall have insulated throat grounding W. No unbroken run shall exceed 300 feet in bushings with lay-in type lugs. length.This length shall be reduced by 75 feet for each 90 degree elbow. J. Conduits shall be installed using threaded fittings unless otherwise specified herein. X. Aluminum conduit entering manholes and below grade pull boxes shall be terminated K Liquidtight flexible metal conduit shall be used with grounding type bushings and connected for all motor terminations, the primary and to a 5/8"x 10'rod with a#6 bare copper wire. secondary of transformers, generator terminations and other equipment where Y. Underground circuits shall be installed directly vibration is present. to the respective motor control centers, lighting panels,etc.,except stainless steel pull M. Flexible couplings shall be used in hazardous boxes shall be wall mounted on structures to locations for all motor terminations and other eliminate excessive bends. With prior written equipment where vibration is present. approval, below grade pull boxes may be used. Splices shall not be made in above or N. Aluminum fittings and boxes shall be used with below grade pull boxes unless otherwise aluminum conduit.Aluminum conduit shall not indicated on the plans and approved in writing be imbedded in concrete containing chlorides, by the Engineer. unwashed beach sand, sea water, or coral bearing aggregates. Aluminum conduit shall be isolated from other metals with heat shrink AA. All conduits shall have a 4-inch concrete tubing (Raychem or equal) or plastic-coated housekeeping pad at all slab and grade hangers. Strap wrenches shall be used for penetrations. The housekeeping pad shall tightening aluminum conduit. Pipe wrenches, have 45 degree, 3/4-inch chamfer at all channel locks, chain wrenches, pliers, etc. exposed edges. shall not be used. BB. All risers from underground, concrete pads, O. All threads on aluminum conduit and fittings floors, etc. shall be provided with heat shrink shall be cleaned and coated with No-Oxide tubing (Raychem Co. or equal)from a point 1 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16110-139 RACEWAYS,BOXES,FITTINGS AND SUPPORTS foot-0-inch below bottom of slab or grade to a point not less than 6 inches above grade or surface of slab. CC. Existing conduits are to be reused only where specifically noted on the drawings. Mandrels shall be pulled through all existing conduits which will be reused and through all new conduits 2-in in diameter and larger prior to installing conductors. DD. 3/16-in polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. EE. Where no size is indicated for junction boxes, pull boxes or terminal cabinets, they shall be sized in accordance with the requirements of NEC Article 312 and 314. FF. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. GG. The use of running threads is prohibited. Where such threads are necessary,a 3-piece cast aluminum union shall be used. HH. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc, shall be sealed with "Duxseal"as manufactured by Manville or seal fitting to prevent the accumulation of condensation. II. All field cut ends of hot dipped galvanized mounting channel shall be cleaned and painted with cold galvanizing compound before installation. JJ. All underground control and instrumentation conduits shall be separated from power conduits by a minimum of 12 inches unless specifically noted otherwise. Crossing of control and instrumentation conduits with power conduits shall be kept to a minimum and where they must cross they shall cross at 90 degree angles. END OF SECTION 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16110-140 RACEWAYS,BOXES,FITTINGS AND SUPPORTS SECTION 16120 - WIRES AND CABLES PART 1 GENERAL 1.01 SCOPE OF WORK 4. Equipment grounding conductors shall be installed in all raceways. Conductors A. Furnish, install and test all wire, cable and shall be NEC type THW or XHHW,green appurtenances as shown on the Drawings and and sized per NEC Table 250.122. as specified herein. Ground grid conductors shall be uninsulated unless shown otherwise on B. Install data highway,fiberoptic,coaxial and I/O the Drawings. cables furnished under Division 13. 5. Types XHHW and THW wire shall be as 1.02 SUBMITTALS manufactured by the Southwire Co., Cablec Corp.,Okonite Corp.,or equal. A. Submit to the Engineer, in accordance with Section SC01340 — SHOP DRAWINGS, 6 Multi-conductor control cable shall be WORK DRAWINGS AND SAMPLES, stranded,#14 AWG, 600 V, cross-linked samples of proposed wire. Each sample shall polyethylene insulated w/PVC jacket. have the size, type of insulation and voltage Type "XLP" as manufactured by the stenciled on the jacket. Southwire Co., American Insulated Wire Corp.,or equal. B. Approved samples will be sent to the project location for comparison by the Resident 7. Telephone cable shall be #22 AWG, 4- Engineer with the wire actually installed. pairs, solid copper PVC insulation and PVC jacket. UL rated Type CMR as C. Installed unapproved wire shall be removed manufactured by American Insulated and replaced at no additional cost to the Wire Corp.,or equal. Owner. 8. Multi-conductor power cable shall be 1.03 DELIVERY,STORAGE AND HANDLING stranded, 600V, cross-linked polyethylene insulated with PVC jacket, A. Carefully handle all conductors to avoid kinks Type "TC" (XLP) with ground as and damage to insulation. manufactured by Southwire Co., Rockbestos Co., American Insulated PART 2 PRODUCTS Wire Corp.,or equal. 2.01 GENERAL 2.03 INSTRUMENTATION WIRE A. Wires and cables shall be of annealed, 98 A. Process instrumentation wire shall be twisted percent conductivity,soft drawn copper. pair, 600 V, cross linked polyethylene insulated, aluminum tape shielded, polyvinyl B. All conductors shall be stranded, except that chloride jacketed type"XLP"as manufactured lighting and receptacle wiring may be solid. by the Rockbestos Co.,or equal. C. Except for control, signal and instrumentation B. Cable for 4-20 mA instrumentation, circuits, wire smaller than No. 12 AWG shall potentiometer,RTD and similar analog circuits not be used. shall be multi-conductor twisted and shielded. D. All wire of a given type shall be the product of 1 Single pair cable: a single manufacturer. a. Conductors: 2 No. 16 AWG 2.02 MATERIALS stranded and twisted b. Insulation:XLP A. 600 Volt or Less Wire and Cable c. Shield: 100 percent tape with drain wire 1. Wire for lighting, receptacles, and other d. Jacket: PVC with UL and circuits not exceeding 150 volts to ground manufacturers identification shall be NEC type XHHW. Below grade and underground the wire shall be type 2. Three conductor(triad)cable: XHHW. a. Conductors: 3 No. 16 AWG 2. Wire for circuits over 150 volts to ground stranded and twisted shall be NEC type XHHW up to 4/0 and b. Insulation:XLP shall be RHW for wire 250 MCM and c. Shield: 100 percent tape with drain larger. wire d. Jacket: PVC with UL and 3. Wire for control circuits shall be #14 manufacturers identification AWG minimum NEC type XHHW stranded. 3. Multiple pair cables(where shown on the Drawings): 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16120-141 WIRES AND CABLES pressed) type connections (Bundy Co., or a. Conductor: Multiple 2 No. 16 AWG equal) shall be installed on the branch circuit stranded and twisted wires and the motor leads.Bolted connections b. Insulation:XLP shall utilize products which are rated for c. Shield: Individual pairs and overall vibration applications (bolt, nut and spring shielded with 100 percent tape and drain wire washer). All connections shall be insulated d. Jacket: PVC with UL manufacturers with heavy duty heat shrinkable material identification (Raychem Corp.or equal). 2.04 TERMINATIONS AND SPLICES (POWER 2.08 WIRE AND CABLE MARKERS CONDUCTORS) A. Wire and cable markers shall be type written, A. Unless otherwise indicated on the plans, no heat shrinkable type as manufactured by the splices may be made in the cables without W.H.Brady Co.,Thomas&Betts Co.,3M Co., prior written approval of the Engineer. Where or equal. splicing is approved, then splicing material shall be approved by the Engineer and cable B. Wire and cables with diameters exceeding the manufacturer. Splicing materials for all 600 capacity of the heat shrinkable markers shall volt splices shall be made with long barrel tin be marked with pre-printed, self-adhesive plated copper compression (hydraulically vinyl tapes as manufactured by the W.H. pressed)connectors and insulated with heavy Brady Co., Panduit Corp.,or equal. wall heat shrinkable tubing. The conductivity of all completed connections shall be not less 2.09 WALL AND FLOOR SLAB OPENING SEALS than that of the uncut conductor. The insulation resistance of all completed A. Wall and floor slab openings shall be sealed connections of insulated conductors shall be with "FLAME-SAFE' as manufactured by the not less than that of the uncut conductor. Thomas&Betts Corp.or equal. B. 600 volt wire lugs shall be tin plated copper, PART 3 EXECUTION long barrel compression type (hydraulically pressed)for wire sizes No.8 AWG and larger. 3.01 INSTALLATION Lugs for No. 10 AWG and smaller wire shall be locking spade type with insulated sleeve. A. Uniquely identify all wires, cables and each Lugs shall be as manufactured by the Thomas conductor of multi-conductor cables (except and Betts Co.,or equal. lighting and receptacle wiring) at each end with wire and cable markers. 2.05 TERMINATION AND SPLICES (CONTROL CONDUCTORS) B. Use lubrications to facilitate wire pulling. Pulling compound shall be nontoxic, A. Unless otherwise indicated on the plans, no nonflammable, noncombustible and splices may be made in the cables without noncorrosive. The material shall be UL listed prior written approval of the Engineer. Where and compatible with the cable insulation and splicing is approved, then splicing material jacket. shall be approved by the Engineer and cable manufacturer. Splicing materials and C. All wire and cable shall be continuous and installation shall be as required by the without splices between points of connection Engineer. The conductivity of all completed to equipment terminals,except a splice will be connections shall be not less than that of the permitted by the Engineer if the length uncut conductor. The insulation resistance of required between the points of connection all completed connections of insulated exceeds the greatest standard shipping length conductors shall be not less than that of the available from the Manufacturer specified or uncut conductor. approved by the Engineer as the Manufacturer of the particular item or wire and cable. B. Termination connectors shall be of the expanded vinyl insulated locking fork-end D. Seal openings in slabs and walls through (upturned leg ends)type as manufactured by which wires and cables pass. Ideal Industries; 3M Co.; Panduit Corp. or equal. E. Steel fish tapes and/or steel pulling cables shall not be used in PVC conduit runs. 2.06 TERMINATIONS(INSTRUMENTATION CABLES) F. Pull cable from direction that requires the least A. Termination connectors shall be of the tension. expanded vinyl insulated locking fork-end (upturned leg ends)type as manufactured by G. Feed cable into raceway with zero tension and Ideal Industries; 3M Co.; Panduit Corp. or without cable crossover at raceway entrance. equal. H. Use a feed-in tube and sheave designed for 2.07 MOTOR CONNECTIONS cable installation. Use sheaves with radii that exceed the cable manufacturer's A. For wire sizes#8 AWG and larger, long barrel recommended minimum bending radius. tin plated copper compression (hydraulically 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16120-142 WIRES AND CABLES 0 I. Use a dynamometer and constant velocity The following coding shall be used: power pulling.Velocity should not be less than 15-ft./min or more than 50-ft/min. Do not System Wire Color exceed the cable manufacturer's maximum recommended tension. 240/120 Volts Neutral White Single-Phase,3 Wire J. If cable cannot be terminated immediately Line 1 Black after installation install heat shrinkable end Line 2 Red caps. 208Y/120,Volts Neutral White K. Uniquely identify all cable at supply and 3 Phase,4 Wire Phase A Black receiving ends and in all manholes,handholes Phase B Red or pullboxes. Use embossed brass tags and Phase C Blue tywrap fasteners. 240/120 Volts Neutral White 3 Phase,4 Wire Phase A Black L. Hydraulically or manually operated cable delta,center tap Phase B(High) Orange benders shall not be used unless approved in ground on phase Phase C Blue writing by the Engineer. coil A-C M. Instrumentation cables shall be installed in 480Y/277 Volts Neutral White rigid steel conduits as specified. All circuits 3 Phase,4 Wire Phase A Brown shall be installed as twisted pairs or triads. In Phase B Orange no case shall a circuit be made up using Phase C Yellow conductors from different pairs or triads. Triads shall be used wherever three wire Control AC Red circuits are required. (Individual Conductors) N. Install shielded instrumentation wire from terminal to terminal with no splicing at any intermediate point. Shielded instrumentation wire, coaxial,data highway, I/O and fiberoptic 3.03 FIELD TESTING cables shall be run without splices between instruments,terminal boxes, or panels. A. Test all 600 volt wire insulation with a megohm meter after installation and prior to O. Terminal blocks shall be provided at all termination. Make tests at not less than 1000 instrument cable junctions, and all circuits volts DC. Submit a written test report of the shall be identified at such junctions. results to the Engineer. Notify Engineer in writing 48 hours prior to testing. P. Ground shielding on instrumentation wire at one end only as recommended by the B. Field testing and commissioning shall be done instrument manufacturer and isolated at all in accordance with the latest revision of the other locations. Terminal blocks shall be "Acceptance Testing Specifications for provided for inter-connecting shield drain Electrical Power Distribution Equipment and wires at all junction boxes. Where individual Systems" published by the InterNational circuit shielding is required,each shield circuit Electrical Testing Association (NETA shall be provided with its own terminal block. Standard ATS-2003) unless otherwise modified by this Section. Minimum wire Q. Install shielded instrumentation wire in conduit insulation resistance shall not be less than 250 and pull boxes that contain only shielded Megohms. instrumentation wire. Instrumentation cables shall be separated from all other (i.e. power, C. All service conductors shall be tested as in control,etc.)cables in manholes. paragraph A above with the Engineer present. R. All shielded cable terminations at each end shall be provided with heat shrinkable tubing END OF SECTION placed over the exposed shield and conductors. The tubing shall extend 1" minimum over the jacket end and extend 1/2" minimum from the jacket end over the exposed conductors. 3.02 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes where colored insulation is not available.Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination. 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16120-143 WIRES AND CABLES P SECTION 16195 - ELECTRICAL IDENTIFICATION PART 1 -GENERAL secondary load and location. 1.1 SUMMARY D. Switches and Receptacles: Where indicated provide nameplates with 1/8-inch letters. A. Nameplates. B. Wire and cable markers. END OF SECTION 1.2 SUBMITTALS A. Product Data: Submit manufacturer's printed product data. B. Schedule: Include schedule for nameplates. PART 2-PRODUCTS 2.1 MATERIALS A. Nameplates: Engraved three-layer laminated plastic, black letters on a white background. B. Wire and cable markers:Split sleeve or tubing type, plastic, equal to Brady Type XC or T&B Type SM. PART 3-EXECUTION 3.1 INSTALLATION A. Degrease and clean surfaces to receive nameplates. B. Install nameplates parallel to equipment lines. C. Secure nameplates to equipment fronts using screws or rivets. Secure nameplates to inside face of recessed panelboard doors in finished locations. Exception: Two-part epoxy glue may be used for NEMA 4/4X enclosures. 3.2 WIRE INDENTIFICATION A. Provide wire markers on each conductor in panelboard gutters, pull boxes, outlet and junction boxes,and a load connection.Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on schematic and interconnection diagrams for control wiring. 3.3 INSTALLATION A. Provide nameplates to identify all electrical distribution and control equipment, and loads served. Letter height: 1/8-inch for individual switches and loads served; 1/4-inch for distribution and control equipment identification. B. Panelboards,Switchboards and Motor Control Centers: 1/4-inch; identify equipment designation; 1/8-inch; identify voltage rating and source. C. Transformers: 1/4-inch; identify equipment designation; 1/8-inch; identify primary and secondary voltages, primary source, and 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement SC16195-144 ELECTRICAL IDENTIFICATION BOYNTON BEACH UTILITIES 1 MILLION GALLON STORAGE TANK & WEST WATER TREATMENT PLANT PUMP CONTROL VALVES REPLACEMENT �T 1 - — {I -I �-- -- I CITY COMISSION so 4- TY PENSERGA VICE N---4---Gateway-Blvd -- ---- mat '— DISTRICTOR/DISTRICT3 ANGELATHOMASCRUZIN DISTRICT 2 WOODROW L.HAY DISTRICT 4 AIMEE KELLEY 0 I ? L a I 1 - I t---- — --- -------Old-Boy^tor Rd----� ALL SHEETS: 1. i II I ` SHEET 1 - COVER SHEET & PROJECT LOCATION ---1-"Ynton-Beach-Blvd=-d-- ------�W-goynton-Beao�WWI— SHEET 2 - 1 MG STG TANK CONTROL VALVE - DEMOLITION I e SHEET 3 - 1MG STG TANK EXISTING CONTROL VALVE I l SHEET - II ; I 4 - 1 MG STG TANK CONTROL VALVEDEMO PROFILE ` \• I —W'FiT wATE4 TREATYEMT PLANT 1 ic SHEET 5 - PROPOSED CONTROL VALVE REPLACEMENT I SHEET 6 - 1MG STG TANK PC-ELEMENTARY CONTROL DIAGRAM SHEET 7 - 1MG STG TANK- ELECTRICAL CONTROL DIAGRAM ' di---- SHEET 8 - WWTP PUMP RM-EXISTING PUMP CONTROL VALVE olbright=Rd- • , Woolbr-ig00` f /r SHEET 9 - WWTP PR-PUMP CONTROL VALVE REPLACEMENT . SHEET 10 - WWTP PR-PUMP CONTROL VALVE REPLACEMENT . E SHEET 11 - WWTP PR-PUMP CONTROL SCHEMATIC SW 23rd-Avo > to— --Golf-Rd— - _ o SHEET 12 - NOTES & DETAILS S 1 IAII ION RpRAGE TA:II City7 -,_T, , , I :_g , , cpi of Boynton Beach Pipers-Glen-Blvd I y rr i Utilities Engineering Dept. I j m 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 G,, a I ~ DATE:7/11/2023 2 I , CHECKED BY:CR/KW 1 MILLION STORAGE TANK SHEET NO. 1 - I DRAWN BY.JC LOCATION REVISED ---- 1 OF 12 + —1 f T_-__ J I COQ L'A' —AL-GRATING- 4 I M"./G'TEE (Tr-PI) _ - AL.GRATING I . I i /6"-WJ'SENO (TYB) '� SEAT! -_ -_I I //G'S.LWD FLANGE- la" E.Y g , _ -- - --» �r © x V ! u4usT ::1 -.":(11-i E[ 'ens o a(!A( —{ + IG" l ��F i/ - n I GEN. -� F _ .L_ _---i'' �y�r,l I,: — - -- f I YI +. — U 16'BUTTERFLY VALVE TO BE _ -'f—_ - I -- 16'BUTTER LY VALVE TO BE FBAOVED AND DEPOSED r�ii%%///„ .1''WADE S(/MQ IRObGw Y4r- 7�/��// �� SLOPE i'6''ER F-O"TTt / �.1 ' RELOCATED To BE /%//% -'/AAP P/r (rrP) I � I y 3', 18'x10'REDUCER TO BE FiAOCATED i// --'pVC DRAWL/NE (TYI°j I RELOCATED t__ I1, , 4"FLOOR DRAW (TYR) /"GCB PL/Mo ZRA/N(71"69-�`\� -_. :•"�Olc� ,ti' I Ai/X.ENG/NE SET 11 PUMP M0rO.P No.[ - 1„ I �,p fP/A.,,,-". - L- 0,1MP ,-,'",-OMJi„ � 16'x8'REDUCER TO BE RB.4OVED 18'x8'REDUCER TO BE REMOVED it AND DISPOSED j /> AND DEPOSED PVC P/PF TP,E o 4 /. 1B'PULP CONTROL VALVE APD /// ^'[ - SUAAP /T - /j/ BY PI.W CONTROL VALVE AND A S1PP'ORT TO BE FBAOV®APD j 1%j BIRPORT TO BE FIBAOY®AND DBPOBf� /%q"P.LArK[RAJ �cr �4P ru-� Dip l J.LP FRnvi0 a"GV e.�'•- ��� Y° 18'BUT1F3iFLY VALVE TO BE /� 4"W,OE 5✓M�7 40UG_ ".- 18'BUT78FLY VALVE TO BE ` REMOVED AND DISPOSED .. 1"6"PAR ,'..C" O P/PE / / REMOVE)AND DISPOSED 'z/' TRENCu DRAIN -'.VE(rrP)- c I' d El _._.t..�.-.«- ` /'i4"BOAC. . ".. _. _...' _. I. -4-- /G'U F II .••.a...-14-t�7'--.._ --- I i ! PIPE {/6"BC/NO FLA//GE' n A/ GRATING SEAT- \j'6"-90'BEND(Cr4) `/6"".G,'re- (774) 0 22 , i --1,'C'I:0 L(^UVERS w1/45!R0 SCR5£N --_ . dillk (a 7 F- 12 City of Boynton Beach s. Utilities Engineering Dept. 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 , OATE:7/11/2023 a CHECKED BY:CR/KW 1 MILLION STORAGE TANK CONTROL SHEET NO.. °°"^ BY JC VALVE-DEMOLITION 2 OF 12 • I P-4 ‘ • j � -�- -,--t ., _ ._ ..y : \w ,� R+ - __,..4,.:.i6-:r,.'4 lie.le. /00,1 11 of \ ' Ili.1;1.i ,.. - ' ---4 — '' . '' 1 / ,.. 2. / TO BE REMOVED TO BE REMOVED f:'/' - TO Bt REMOVED _ ,,. ..✓ �.;_ ii% OFIS 1 4 TO O N , / ' • 411,4011, .,..,, ,..Vil, _ li . ,... ji loreito. ,.. .. • 7..,e 1: >3f/ .a. .4 t' .ey , . ,T, TO BE REMOVED „j TO BE REMOVE' '"--i...,•••7:::. rsf•'t' • i / " EXISTING CONFIGURATION NOT TO SCALE City of Boynton Beach Utilities Engineering Dept. 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 DATE:7/11/2023 r CHECKED BY:CR/KW 1 MILLION GALLON STORAGE TANK SHEET NO. DRAWN BY JC EXISTING CONTROL VALVE REVISED:---- 3 OF 12 . ..z. i • - t"-J .\-' - 1 b , - l.-, r "4A;C-'EP @ JO'0.0 MAY, i4 ". I Pump Room NI'ebt..'M Ci_2 BLDG. '6 c iIC 2 ray gas T. PuWA 1'worm" • I I -- -iii - I - 1... 1. -• r/ DISASSEMBLY .PRECT I e pi 7 a L. - -._I. . V ____ --, ..., 1 F,Av.) b , .g. L tuuvom .1. g., iiu I 1 .0 AV COUPL/NG -- - ------- , 0 17 I ' I&I•a.COAX REDUCER- -... ..-s•• i _-- .0CXJPCIA/G * -" 4% ... a,'0 " X. R ._CHECK VALVE ---.., -s Ac'suc rpm, ,--t0ECC.REINE ? . .... _J - K. BUTTERFLY VALVE-, \ re OISCHARGE .,. fe,BuTTEPFL>e veLvE 0 aie CIL V -1-- • cl, lk I, Lai hi ' , . . 4.' 1 .... ' A., ' ',.' " V. /r/=SI ": orp4 -,i, / -• . A/ , „; _ __. • . ., , •/ 7 le t 1•••• • __ -:,..i ./ __ Fpv,FL.a...15.00' --- e--1 1 1,3 • I- ' ..----1; r ---• -- .• - —1- • 1 ._ _—... .... _._ _----.-L---i- i - Pume It. ......, • - L4,_._; ! 0,..., ..,t BASE • 1.1 - '-ii i_ .•-. 1 kw,rib r, • . '111i. - "- Ili es APANER 4 pok I -'-----/Vot.e eCA: i' ___= ._ ... 0_ ... - _ ___CONDUir TRENCH - --iv o 1 P AIR ....: I ..,-- ; -COC PrPr -''- -1,----–s -:- Ler —uo-'7' --SUMP TX'0441/ .._, •- • • - SUPPORT (TYP) 4: 61— 1 0EE DETA/L tO-4.1 teRVC DRAIN UNE-- :. .7-... 0 • -- P.- i , ?„ EXISTING City of Boynton Beach CONFIGURATION NOT TO SCALE Utilities Engineering Dept. 613 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 .., cla 15 LAU 7/11/2023 1 MILLION STORAGE TANK e CHECKED BY:CR/Kw SHEET NO. i r,AWN BY.JC CONTROL VALVE DEMOLITION PROFILE 4 OF 12 ---1 _ - IIII I , I .�.`..� lS"D U? MIF. - , l vt N. o T�u1_-- I __ Ill _� 1 ' �I�J-- ++ 0 L , - IJ -- L_ — �-+, 1 rr Thr 4"W/DE SUMP TROUGH 7, Ilt.RE 16'X10'REDUCER =__ __ RE INSTALL 16'X10'REDUCER ZZ ..0 SLOPE '/a"PER /'-O" ro III 2� FURNISH+INSTALL)*AIR RELEASE VALVE — _ - SUMP PIT (TYR ---- I'1 --- -- I' -'- FURNISH+INSTALL I AIR RELEASE VALVE h r` 4"+°VC. DRAIN LINE (ryP) —1..1 FURNISH +INS VALVE a h r� FURNISH 4-INSTALL II IIW 1 \ I~, 10'BUI IURFLY VALVE 4"FLOOR DRAIN (TYP.) �; v Ni_ 2 �� , (IIIII. "G./.P ,qui,o CRA/N (TYR) `I' 111111—KJ"COUPLING (TY,) O8 IIAlllilik ii �— SUCTION r _ — SUCTION W Ix Q NIP J .IG/NE SET PUMP € MOTOR No. / I I PUMP 0 MOTOR No. 2 Q Q _ NW'. W- 1 FURNISH+INSTALL z'AIR RELEASE VAL - I I EH+INSTALL�'AI STALL A-= c VALVE ,Ii III 11 �,.. _..411-_ -, I I' AII DiSc,HARGE I` R/RMSH+INSTALL 10'X8'REDUCER OUM/J 'ROOM III 1p� 8'CPG (Tvo Q I 1 I ,t, L-I 4'PVC PIPE TRENCH DRA/N I I FURNISH+INSTALL 10'X8'REDUCER FURNISH+INSTALL 10'PUMP , LINE TO SUMP PIT i 1 �� III - FURNISH+INSTALL 10'PUMP CONTAOL0 CONTROL VALVE AND PPE /�¢"BLACK/ROH PIPE TAP /(/TYJ /6" _ VALVE AND PIPE SUPPORT PEDESTAL -1 SUPPORT PEDESTAL EllI 1 1 + 1 FIEF D,<P FROv/DE//;"C.V. �ONR/SER ( EXT f FURNISH+INSTALL 10'BUT ItRFLY VAL /l4"C�.V (TYR 2 PLACES) +INSTALL 10'BUTTERFLY VAL - P( INSTALL 16.X10'REDUCER ■■_ 4"W/OE SUMP TROUGH SLOPE I I RAVISH+INSTALL 16'X10'REDUCER It.PER 1'-O" TO P/PE i -4 TRENC// DRAIN LINE (r>'R)� Y _- _. - - - -- - - -<-- J, e. L-- _ _ t I 16"0./SF:_. EF ` 7 • -14-• { _�L --_1 / \' PROPOSED U W °I r-`•1 — 4' — i__I `; I';' u CONFIGURATION „ -- , I a 1 6,..., IC"----AL. GRATING /6"BLIND FLANGE ' 0 ! AL. GRATING SEAT-- ' vG"M9o'BEND (TYR) NOT TO SCALE • 16%16-rE (TYP) 1 -! I -i- PROPOSED CONFIGURATION NOT TO SCALE City of Boynton Beach Utilities Engineering Dept. 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 DATE:7/11/2023 .r CHECKED BY:CR/KW 1 MILLION STORAGE TANK PROPOSED SHEET NO. DRAWN BY:JC CONTROL VALVE REPLACEMENT REVISED:---- --- 5 OF 12 1951 I u U U 6t ffi tot • J 0124 0 51••z STAN H an I °/ W 1Q W 7610-018-90-1 Ill W, 1F90-x 90-x 1b91°N AY x n2 m �—o--��--o-• tm J L o -1,4 --•=o, 6 ©01 OM w 1 ' 220 1B- m tm 1e-t2■ .®. •PUP x na9119c CH 41.54 l �u ___, � n �MC,a 1m 19.- XII • •tea Q71 81 N°�• Oh 57121 • nwma • oo 1 J''. • •� • 1W . . 0 N1 N. 1,6•• 4�J—(11om---(_r 1 Ti:t1 H, R 19D/. -Ti:— a • 1nllMm aN L J L 111 • 1.40.2 114.91C 2 �� RUNG 155 • ( 571.2 to 9m L J tt•n Z to A' x as •--- ��I • .® PUP 2 • • 5m] • •WAVE;AL 115 J 'elm. A. • • O MN.CNN SII na 5uc 1 Nat n2 • --1-4- 57 nr m pry N°i 4 DEM 119 • 11141M® GNI �` 121 Y... ��m.Y2 2 �L J1— zt ., .. It • its': ©• • n.o 1mxt..mars an Jtto-so-t lo-ao-H 1n9c ax 123 a n • .6 :sitc mnrn to ALM 157 �_ .��• I� _ .®. •vitc zn�a Z7 Q RINE aur 77 • W rus ioan9am a .. © •RAP t AMMO 12l V2K NL 1 I -_4 211 © w 79 p 129 •• O!p H LEVEL .y{ S• MAI a, O LON 61 • 1 0- 1H-1.ac-t 4 S- u, • 7 L OS v •■ �•�¢ m • �_�D 5n,x to 0531 J L cn11 t �••ilr E . �.0 TAN • 00114 n•r wt 10-,°-19°0'e_so-N nra N aimilin 5511 m ` vuE aE2t ••119f[CORM .i N • tm - ®• 5 n '� e m137eNa •ru►]MANIC • a TAN 141¢ "°/A- a° rox . "'IN°` • C-. ) • ®at • It OPEN 91 .5 1 2 I02 J L 141 L o• mr699h°a �. RUNG 206 °' 141 •—_--.�� � y .� a I I, ""`x �( ~ JL 5712, ..€4,____.PUP 502 b iiim 116 • Y. _-p )`=l •5190 a 0 n1P 2 "...WYE 1aEN vLK f•L 4I 97 147 F _ p °° \/Rte— . 7,7 0 0 O O ( O EXISTING CONFIGURATION NOT TO SCALE City of Boynton Beach a Utilities Engineering Dept. 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 VI _, DATE:7/11/2023 CHECKED BY:CR/KW 1 MG STORAGE TANK PUMP CONTROL-- SHEET NO. DRAWN 6Y:JC ELEMENTARY CONTROL DIAGRAM 6 OF 12 0 SLOT 1 0 0 SLOT 2 0 C, I. 151 O 10T010A 251 0 WOO. 251 Mmo «z— ACE-V245-6P-VO .a-vtu-M.a-ip-152"1?-' ---,,,„1-11- 1•210 'o 11- 11-021+ SOT 1 TN Yl1T 1011 SOT 2 RN INPUT 253 1/0 / ■ • LSI 14-IC ••. ■ • • • I 0TINW 11 0+ WIN M01 •---j 252 • •• • • I Pt PUP 2 RESORT MEP • •2 • • 2 CO TAW oar 1401 256• . • I • 2 92 RAP IN 28 LO-COML.40 to-10 • . • • 3 031.4(N0 l08 . ii • • • 3 93 PULP 2 15 NAD 0 ISE ■ • .2 • • a 04 1011 LO1 252 OI •94*0+ • . • • 4 94 PULP 2 RAMC 257 0 • I11 Wl •Q • • 5 CO TNa t • J COV Im11 . • • • 5 co O11P 2 PLP 0.® 1590Et I I •Q2 . • 6 O■ PAW REV. 259•—•-j • . . • 8 06 TAP 2 POE FII. n6 !� • • • 2 97 MEL9081.15040„ ■ • • • 1 m Fo1IROL TM4 �� e III• `11 • . . • e Da N.1.vuc and 2e*.~--j EC Y, a ae TAP RESEW 19EA 261 Mp u • r S. • •op • 9 09 ILL.VLYE M MVC . 233 • • 9 09 TAP S 55 N.*o MAI to 1�+N 1FD l 1A00 I63 1011.9 9• •1 • • 10 010 ALT.LOLLS AUTO 261 � •.. • • • • IO 010 TAP 3 5S moo 2153 ❑ ❑ I. S51 • 1201 • 1+ 011 TIEP 1 IESINAT NEA 00117.. ■111*1.: •' 1202 • 11 011 TAP 3 RAMC iY4 y'E) . 186• p I S. �• 2 . • 12 012 TAP 1 SSM IWC 215• 11p • M�2® l .! o ro„ �• ? 12 012 TAP 3 NOE QO3D 2m +N22O p�V 4. •• • 13 013 TAP 1 55 OUP) ,•.2/• • 13 013 TAP 3 POE FM 9OOIf 0P� 167 0128 NM0 75 • 2 • • 14 DIA TAP 1 RUNG 282 • . • I4 014 SAME 267 BOR ■�,�; O � ioI • INN • 15 015 TAMX CLO®P 1 A+3 120/ • 15 015 5102E CM MEI leo•--J L IS 1216 TAP I WLVE FNA leo • . • 16 016 STYE leo I JOLT 1■1-N 11 MX 11 "p o 171 0 • ••'( )• IS con n+ 1�7" • gT(6)p(- )(J3 IS mw n1 '�I t a-V1.6-MM1p i i ._111__,{pq— TO POO S )V--_ N, ,A V 11 273 i. 4 c 175 275 215 20< )2'5C 2V 0 • •�6 : _ . ,• ft.-.:., -,-,•4o,i ,. f 4 rrAli.(f 171 rr''fr '--**A,": j - ; 4 4 • ". '.j. 'fill ,I 11 101 li °.01V 7 411 10 BE R?. M r r . _ 1 'P 4 : . -A . . ..4 t.4 ,, , .... . 1 I 1 , t „:, i E eAce#74 Ai. .f —r, .FAA/irdo.vt 4 oi t r , z ,,„....4v.. ,, l'ilfe.dir ,jp444,,,N50:1"12".1114.14 7-41011") 50 t :,' EXISTING CONFIGURATION NOT TO SCALE City of Boynton Beach Utilities Engineering Dept. 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 , DATE:7/11/2023 - CHECKED BY:CR/Kw WEST WATER TREATMENT PLANT PUMP .-T,- DRAWN BY:JC ROOM-EXISTING CONTROL VALVE SHEET NO. B.Evls_ED:---- 8 OF 12 410.H, OAY OA% a'W3 OA% B•_2. T'_t' J•_6•I 1T'CD B-2-3-2 5-4-J 9 ie FW vl SEE DWG.M-T ( r '�5 X X% FOR PIPING 1T'COV ME= 19. n.,� RESTRAINED �� 12•EW' CONPNUAPW CHLORINE SItJRACE L,`5� • a'CDS BADGE CRANE•NIST, DAX JOINT(TIP) N ©ID >_INNYN� • ® AND TRau.EY °- [HORN] In asT BA'!91c�1'U3u7i'So`; �• �WAII PENETRATION MgEEEZR TMP.) \ M-5-1-111 (SIM.) �' 2 J__L _____,,,,i= ,� -FOR WALL X X% T'-1'-0' 1•AGV� MIEgIMR I I QQ LOCATE ON WALL -- PENETRATOR -9' CHLORINE CON INNER (ZT•O')• 5•-0 AFF SEE" 4.-0' M-5-5-541 I` STORAGE TRUNNIONPIP TVP) MM0H)�ATOR STALL W/ PT PI / .I...i. F. iris, W.]/sEE/\ , '.�1-t3\�®Slt `I%/�RAI. 2,.il.. IINf- NSTALL Ia'BUND� ''AC • 4-2] _�MRa1T RASE.' Ir. Ja'FY) I. • �- 2' MNN MEQ9) XXX 1.•AS T n iL•• U U 2 l „ E `� j CARB41-1 �TOR �L'. y,_a• 14'NW - SEE/5 .) 1 - AL2'FW Y-24 S 2X 0 0 1 • 0 0 SEAL WATER SET :S' • 8-2 Y[J:!]� I OSE RACK 411',/ .OF-1411111'' ) �� 111 ��) CHEMICAL FEED ROTA //��nnSEE XXX IT'AS 1'NA I 3•-V33 '3 411 SOB N1)�3 0 O J3B ) ^ C»I I♦ilk�� '�-III) /\ ION EXCHANGE � Y-2x - ' ... EL �, n� - y'(50FRNMG UNITS O T-1— -4111 ill Pir % X 21.2 B N90N SYSTEM ECCENTRIC REDUCER I3to SEE^ T• (TMP.4 PLACES) ���� 5-1`I-3 �.-B. T/TRENCH 22.50 J.Off/-•xa1 - O �I ' T•-V2.35 r , P SFA p A%X I T--a- DAX B7 V.EL 21.25-0 .© 351 —r SEE JO IP'S-1_2_J �'. P O /� ..j� B-z-J-1 Ips �Tw) ae ff{ M-AA 1' 'B'-V500 IN VERTCAL X%X 1 I P-B-1-1 NA l,( \ WE HIS $��y�C[ - PIPING(M.OF 2) INV O OF/b C 2S'/_IBjJ 52 A 9_�- P[MlIFdal S ARV-5 -x-2 21.I8r C1 4 ' _ I j7j SOB 30 FW---s [ a X%% (14/TRENCH 22.50 • ` VENT \-_ r © 9-3 1111.iiiii \� �- NV.EL x1.25 • y- Ili-5MKa3 'P_8-1- [ F -' -• �-'� • II I,_,I�1B-3- IP-5-1-2-x 1- 2 1 INA., �,, 2'�- - • / II/�\�II .� �.�=1 ='BM,1.�__.) 30 M Fl. AE% XXX 21.IC I /TRENCN� 22.50 \x•Ol,• 5C5 '-A-I .. _ M-a-}1{t _ I'1 II H ,.... INV,EL.21.25 M�1� a -3- 1 \ I I�-\I' �� ® g,''- 3.-0" DAXJ -- B-(J�5-p�19�-: IF^' X%% �_ M-:- + .. T4- , 75 fM-9-}1-1 1 S J- (Tw OF'3) 1/ deliPI 1 M-45 FLOOR PENETRATOR (3� cHL. .=�2{. �' © ,� ® 19•FM• ' *. ! `/® ) %X X ///II✓//SEE DWG 4-1 FOR pt rc� 2 • 4 1.1.13.•. M. •�I S _ QW K CONPNUAPON 6 CHEMICAL 2• J)Y Awl �•'WP 1'A✓a P r �, IS.iW • '` -' 2) /i/ PIPING CONTAINMENT TRENCH NLORINE FEED 8004 J2 Al A- I A`X 5-1-5' III -� I WALL PENETRATION XXX NOTES T'NIP ,•CGV -A% EL]].00 2 �� �2'CS ® I� •li !y.� { S[RNsE (s M,) OET%i Al:i'• W)GA�'I 0 T•AHP MOTE: FORCHLORINE JJa ) �') PUMP.(TW) 2•C5\ '• f 11.-07 X%% C M� ,''•L !'}}]kX`` ® WG BBBN SYSTEM.SEE HOSE R r B ))--t'�Wl 7 I! I Y SEE DETAILS J]0 FOR CHEMICAL P'P'NO ®' 2'CS J/ X%% AND lR. FOR BURR PIPING MTH BOOR © `• op MONORAISL AND SEE CONTINUATION [[DryEE�1V ppNN p[ TES ,,XAL�`� NOSE BBB ABOVE YARD PIPING &ENEIR�TON.. ' DENOTES FLOOR CHEMICAL PIPING DESTINATIONS /�g�\ x x X ENNEEIR llIlOOffJN O2-SCS'0 PERMEATE OFF-GAS SCRUBBER[WPI 901'NA TO PERMEA'E CFF-GAS SCRUBBER(WP] • ,.APP WOR%SHOP 'Y-22 NOTES: 8IIF2 TCS TO INJECTION VAULT MN 8[NP] 1 NA TO FUTURE PERMEATE OFT-GAS SCRUBBER[RP] W/ . ALL V5001 ON HIGH SERVICE 3,CIS TO INJECTION VAULT NN C FP' 1 1T CO FROM CARBON DIOXIDE BULK STORAGE TANK P TO BE INSTALLED'ATH SHAFT ) PARALLEL TO AXIS OF HEADER. XXX 02'W3 FROM GAS SOLUPONING PUMPS(FP] ®IYAS TC INJECTION VAULT 8[NP] tii SEE4 F OS 1'NA TO SPENT CLEANING SO UBON SYSTEM[NP: ®1T'COV TO CARBON DIOXIDE INJECTION(FP] 2 SCHEMNAPCS Oi23 CHEM CAL 9-xFEEDOR S 0 1'NA TO INJECTOR VAULT YH A[NP] GI'AGV FROM AMMONIA STORAGE TANK(FP] SYSTEMS, meq, ©,NA FROM SODIUM HYDROXIDE BULK STORAGE[NP] ®2'IW TO MEMBRANE PROCESS BUILDING[N] AIR COMPRESSOR PACKAGE MOUNTED AGAINST09 3'W3 FROM W3 SYSTEM(FP] ®2'SCS TO FUTURE PERMEATE OFF-GAS SCRUBBER[NPI 4-5-2 SOUTI WALL OF WORK SHOP.SEE Tv ®T.AHP TO FCR-A-3-1 IN NIP FOR SCHEMATIC OF AM COMPRESSOR PACKAGE. M-44 b 5'UNINR I 80 DETV OF VNTOR BEACH aBRASIER NEST WATER TREATMENT PLANT MECHANICAL MGH SEAl !.-5414g CONTRACT N -.1RVE%PUMP M-20 +. AVIS WATER 1P'RTVE\T:1,, a -.99C F D.BEDFORD - EXISTING FOR REFERENCE ONLY City of Boynton Beach CONFIGURATION Utilities Engineering Dept. LIP,3 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 CATE:7/11/2023 WEST WATER TREATMENT PLANT PUMP CHECKED ev:_cR/Kw ROOM- SHEET NO >- .,AWN Pv_JC- - ---- - CONTROL VALVE REPLACEMENT 9 OF 12 , [ARV-51�3 .1'-5-I-?-IN IIGI1 GRNCC PUMP ''-V30O 10'FLEX COUPLING NUMBER AND SITE OF 18•x12•ECC TIE RODS IS TO BE IN r'U n�- REDUCER/^' ACCORDANCE WITH DETAIL 333 1 \ 12•ri0'ECC •r ' REDUCER i^O •1� :11•-•/570 18•M 12• \� REDUCING Q� "j EL 30W PIPE SUPPORT B-cW I II `+1. mil�!. _II I 1 / SEE DETAIL 3O> 12'REx' _' COUPLING T I IB'OW EL 23.00 (3-0,__ r,78'1n 42f_L 18.5 IIIII'I,� 36'OW'18.50 J ,nlll�' f GI IR.00� \ _ -— -PIPE.'DETAIL � DETAIL 1 218( ) ,001E'._ -.LAE WATER EQUIPMENT PAC CRAIN F'RINE TO 1-LO3R Ut 141E TE 1001 tl ['RAIN I\,TPF TRENCH T'ti, CT" SECTION 10 2C, 'PUMP STATION 8-0• 'v MAINTENANCE vROOM ,-O. -..IARV-5-1-2-i1 t __IARV-5-I-2-13 r < HIGH. SERVICE PUMP ARV-5-1-J2 - RCUTE ARV DISCHARGE e I•_O• (Tri'DI 3) y'- PIPING 0 Y TYR FDRAM.3) Z 'UV^ 1.(, 300 ;. IN TRENCH(M OF 3) V (TYP.OG 3) I P-5-1-?�1 2 - -a P-5-1-2-13 FSk uu D R? 19 r , a '. ,•,t 30'x18'ECC �. I _r REDUCER ,. L�ANELEOidP rna- SUCTION I �� ■ I -EWIPMENT PAD ' AND DISCHARGE —� , ) _, TYPE B�l /-.�R�ISYBR�A<MFdIVECTION ...-I- FINISHED FLOUR EL 1].00 1 I U t Test- a v5oo' l, —�y L JT l_T z' e ,1 `{ 18'LONG RADIUS -.♦ 31,'x18•TEE- rn EL 1941 _ 1_r _..._..-__. -- T1, i << W 0 0 y 18•LONG RADIUS - - _ _ —i - EL 18.50 BASE EL 19.14 �} - I - - \,` 1111 I o PIPE SVPP(`.:: 42'x 3^' BASE ELBOW - 30'>r18'ECC PIPE SUPPORT'3151 REDUCER OW CC 2) \J EXISTING City of Boynton Beach CONFIGURATION NOT TO SCALE Utilities Engineering Dept. 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 DATE:7/11/2023 a CHECKED BY:CR/KW WEST WATER TREATMENT PLANT PUMP SHEET NO. "FAWN BY JC ROOM-CONTROL VALVE REPLACEMENT 10 OF 12 , 1 , 1 1 -__---1 - , 1 1 I F 1 1 1 1 a E.. tri__ - -- , • 1 6-I - - :-1.1 _ n , 'OIP 1 .L .. --- • -Vnsti-1 p ,0_I- • O''' ► J -snuttAa. 1 SEYEfi -40-, • J..-.- ,7 SEYA�E S TION F:D+„. EXISTING CONFIGURATION NOT TO SCALE .= City of Boynton Beach Utilities Engineering Dept. 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 DATE:1/11/2023 r CHECKED BY:CR/KW WEST WATER TREATMENT PLANT PUMP SHEET NO. DRAWN' AY JC ROOM-CONTROL SCHEMATIC 11 OF 12 (FNFRAI NOTES: 1. ALL SAFETY PRECAUTIONS MUST BE TAKEN WHEN WORKING IN THE STORAGE TANK FACIUTIES. yyy VARES WITH 2. SAFETY MUST BE THE NUMBER ONE PRIORITY FOR THE CONTRACTOR AND THE CREW,PROPER PPE MUST BE WORN I PIPE SIZE AT ALL TIMES DURING THE PROJECT BY ALL. 3. PIPES, FITTINGS,VALVES AND APPURTENANCES SHALL BE FURNISHED AND INSTALLED BY CONTRACTOR. T 4. PIPE AND VALVES AND APPURTENANCES SHALL BE MADE OF DUCTILE IRON. ALL PIPES SHALL BE FLANGED. BUTTERFLY VALVES FOR WATER WORKING PRESSURES UP TO 150 PSI SHALL CONFORM TO ANSI/AWWA C504— RUBBER SEATED BUTTERFLY VALVES, SUBJECT TO THE FOLLOWING REQUIREMENTS.VALVES SHALL BE OF THE SIZE AND CLASS INDICATED AND, UNLESS OTHERWISE SHOWN, SHALL BE SHORT—BODIED. FLANGED VALVES FOR INTERIOR AND EXPOSED PIPING SHALL HAVE ANSI 125—LB FLANGES. BBBARO.C. N'NEOPRENE PAD.ELL WIDTH 5. PIPE SUPPORT SHOULD BE MADE OF REINFORCED CONCRETE(3000PSI). AND LENGTH OF CRADLE 6. UNLESS OTHERWISE INDICATED,EXISTING PIPING AND EQUIPMENT IS SHOWN LIGHT—LINED AND/OR SCREENED AND IS NOTED AS EXISTING. NEW PIPING AND EQUIPMENT IS SHOWN HEAVY—LINED. 4• 7. SIZE OF FITTINGS SHOWN ON PLANS SHALL CORRESPOND TO ADJACENT STRAIGHT RUN OF PIPE,UNLESS OTHERWISE INDICATED. TYPE OF JOINT AND FITTING MATERIAL SHALL BE THE SAME AS SHOWN FOR ADJACENT STRAIGHT RUN OF PIPE UNLESS OTHERWISE INDICATED. 1r 8. WHERE A FLANGED COUPLING ADAPTER IS SHOWN,A STANDARD FLANGE SHALL BE JOINED TO THE COUPLING MIN ADAPTER. 9. CONTRACTOR SHALL BE RESPONSIBLE AT ALL TIMES THROUGHOUT THE DURATION OF CONSTRUCTION FOR THE t S t � PROTECTION OF EXISTING AND NEWLY INSTALLED PIPING AND IMPROVEMENTSTRTFROM DAMAGE,DISRUPTION OF SERVICE OR DESTRUCTION. IN THE EVENT OF DAMAGE, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE CITY REPRESENTATIVE,AND ANY AND ALL COSTS INCURRED DUE TO DAMAGE SHALL BE THE SOLE RESPONSIBILITY OF THE CONTRACTOR. r IffiraWALIM 1 AM 10.THE CONTRACTOR SHALL BE RESPONSIBLE FOR OFFSITE LEGAL DISPOSAL OF ALL MATERIALS AND DEBRIS OBTAINED FROM THE REMOVAL AND DEMOUTION OPERATIONS. THE COST ASSOCIATED WITH HAUUNG AND BS AOI ROOK ORBS BAR DISPOSAL OF THESE ITEMS SHALL BE AN INCIDENTAL TO THE CORRESPONDING REMOVAL BID ITEMS. EPDXY WITH 11. LEAVE ROUGH EMBEDMENT 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING APPROPRIATE SAFETY PRECAUTIONS. 05 BARS AT 17 OCEW 12.RECORD DRAWINGS SHALL BE PROVIDED FOR THE COMPLETED WORK. NOT TO SCALE NOTES: 13.LEAK TEST MUST BE PERFORMED AND SUPERVISED BY CITY INSPECTOR. 1. COMPACT SOIL UNDER CONCRETE PAD OR SLAB TO NOT LESS THAN 58%MAXIMUM DRY DENSITY AS DETERMINED BY MSHTO T-180 SPECIFICATIONS. • 14.HARDWARE SHALL BE 316 STAINLESS STEEL. 2 CONCRETE SHALL BE 3000 PSI(Pc=3000 PSI) 15.CONTRACTOR SHALL REMOVE THE EXISTING PIPING AND REPLACE IN—KIND TO MATCH ALL PIPE SIZES WHERE 3. CONTRACTOR SHALL PROVIDE A SCALED DRAWING SHOWING LOCATION OF PIPE SUPPORTS.DIMENSIONS OF SLAB AND • INDICATED. NEW PIPING TO BE INSTALLED PER DRAWINGS. SUPPORT TO THE CITY OF BOYNTON BEACH UTILITIES PRIOR TO CONSTRUCTION OF SLABS AND SUPPORTS 16.CONTRACTOR IS RESPONSIBLE FOR THE ELECTRICAL AND CONTROL CONNECTIONS NECESSARY FOR THE NEW CONTROL VALVES TO OPERATE REMOTELY AS THE EXISTING PUMP CONTROL VALVES. SOLENOID INSTALLATION PER 4. CONCRETE COVERAGE SHALL BE 3'WHEN CONCRETE IS DIRECTLY AGAINST SOIL AND 7 WHEN CONCRETE IS EXPOSED TO • EXISTING WIRING. WEATHER.ALL CORNERS SHALL HAVEAA.CHAMFER. 5. REINFORCING STEEL SHALL BE DEFORMED.NEW BILLET STEEL.ASTM A-BIS GRADE 80. CONCRETE PIPE SUPPORT City of Boynton Beach Utilities Engineering Dept. 124 EAST WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 DATE:7/11/2023 CHECKED BY:CR/Kw NOTES&DETAILS SHEET NO. DRAWN BY:JC REVISED:---- 12 OF 12 EXHIBIT B VT O/ th: ..._ _____ NIL III 12 O V Tp N 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement—Minor Construction Gonzalez, Theresa From: Gonzalez, Theresa Sent: Monday, January 29, 2024 8:36 AM To: Gonzalez, Theresa Subject: ADVERTISEMENT TO PRE-QUALS- Task Order#WP-18-2024 - 1 Million Gallon Storage Tank &West Water Treatment Plant Pump Control Valves Replacement - Minor Construction Sys Utility Sites Attachments: WP18-2024 W WTP Control Valve Replacement- FINAL.pdf; 202307 1MG ST Schedule of Bid Items .xlsx; 1MG Storage Tank Control Valve Replacement 3.2.1.pdf Categories: Minor Construction Good Morning, This Bid Task Order WP-18-2024 is in accordance with RFQ 028-2821-19/MFD—the City of Boynton Beach Pre- Qualified Contractors for Minor Utilities Construction Services. Please review the attached Bid Documents, Schedule of Values, and Special Instructions below, and provide a bid for the project according to the following instructions. Please submit on the attached bid sheet a total lump sum price for the 1 Million Gallon Storage Tank & West Water Treatment Plant Pump Control Valves Replacement Project. The Contractor shall supply all labor, materials, tools, equipment, hardware, supplies, and supervision for the project. BASIS OF AWARD • It is the City's intent to award to the lowest responsive and responsible bidder. The City also reserves the right to not issue an award as a result of this quote request. TIMEFRAME FOR QUOTE • There is a MANDATORY SITE VISIT on Thursday, February 1, 2024, at 10:00 AM, 124 E. Woolbright Road, Boynton Beach, FL 33435. • Please submit QUESTIONS by Tuesday, February 6, 2024, at 2:30 PM in writing to gonzalezt@bbfl.us. The City is under no obligation to respond to questions received after the deadline unless we deem it in our best interest to do so. • Submit your ELECTRONIC REQUIRED BID FORMS AND BID SHEET on or before Thursday, February 15, 2024, by 2:30 PM via email to: gonzalezt@bbfl.us. SPECIAL INSTRUCTIONS: • Only the required Bid Forms and Bid Sheet are required —quotes must be delivered on or before the due date (you do not have to be here; YOUR QUOTE DOES) • If not submitting a Bid, respond by submitting a response of "NO BID". If the Contractor fails to respond to more than three (3) consecutive requests whether, by offer or a response of"NO BID" to each advertisement, the firm shall be removed from the program and all subsequent bidding opportunities under this contract. • After receipt of a purchase order and Notice to Proceed (NTP) from the City, the awarded contractor will have 120 calendar days for Substantial Completion and 30 days for Final Completion to complete the work. With your quote submittal, please provide a construction schedule indicating the estimated calendar days required to complete the project. • The City encourages the use of local subcontractors in this project. Local subcontractors are defined as those having a City of Boynton Beach Business Tax Receipt. Refer to City Policy No. 10.16.01 for further information. • This project REQUIRES a Payment and Performance Bond. • The contractor will be responsible for any permits if required. • lam NOT protecting the spreadsheet; modify the columns, etc. as you need, but UNIT PRICES from your bid form will be transferred to my tab sheet—you're responsible for providing the materials as it was presented to you. Please remember to send a "no-bid" response (via email is acceptable) if you're not interested in bidding; an explanation is appreciated on any "no bid." Please acknowledge receipt of this email and its listed contents in good order. Thank you for your active participation in the City's procurement process. Sincerely, Theresa Gonzalez Senior Buyer- Utilities GNI"Y OA, Financial Services (i. Mailing Address: P.O. Box 310 I Boynton Beach, Florida 33425 Physical Address: 100 E. Ocean Ave. Boynton Beach, Florida 33435 i U �. 561 -742-6353 �A,y -' 4,P d GonzalezT@bbfl.us I boynton-beach.org/ 4,11- -0.4, - Follow us on Q gri la © II OOWILAAO 71U NYNd,N7.N wI Want to do business with the City of Boynton Beach? Register for FREE with our solicitation partner, ^ bids&ter Please be advised that Florida has a broad public records law and all correspondence to me via email may be subject to disclos addresses are public records.Therefore,your e-mail communication and your e-mail address may be subject to public disclosu 2 EXHIBIT C Gx.c Y OA, a • O -_ Jo, Ir (111 rO N 1 Million Gallon Storage Tank&W.WTP Pump Control Valves Replacement—Minor Construction WP-18-2024- 1 MILLION GALLON STORAGE TANK &WEST WATER TREATMENT PLANT CONTROL VALVES REPLACEMENT SCHEDULE OF BID ITEMS ITEM NO Se01 ons DESCRIPTION an UNIT UNIT COST VALUE GENERAL CONDITIONS Mobilization/Demobilization, Bonds, Insurance and 1 1.11.6 General Requirements. Contractor shall be limited to 1 LS $ 25,000.00 $ 25,000.00 a maximum of eight percent(8%)of the total bid price. 2 1.11.0 Indemnification 1 LS $ 25.00 $ 25.00 1 MILLION GALLON STORAGE TANK(2611 WOOLBRIGHT RD) DEMOLITION 3 1.11.D Removal & Disposal Valves, Reducers & Piping 1 LS $ 5,000.00 $ 5,000.00 CONSTRUCTION 4 1.11.E Furnish & Install Pump Control Valves, Butterfly 1 LS $ 121,500.00 $ 121,500.00 Valves with Handwheel, and ARVs WEST WATER TREATMENT PLANT—PUMP ROOM DEMOLITION 5 1.11.F Removal & Disposal Of Control Valve 1 LS $ 2,500.00 $ 2,500.00 CONSTRUCTION 6 1.11.6 Furnish & Install Butterfly Valve with chain, Valve with 1 LS $ 45,500.00 $ 45,500.00 Actuator, and ARV 7 1.11.H Pressure Test&Commisioning 1 LS $ 7,500.00 $ 7,500.00 TOTAL BID PRICE (In Numbers): $ 207,025.00 I