Top Banner
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS PHASE 2 - LIFT STATION 87 STRUCTURE Prepared for CITY OF SARASOTA, FL Issue for Bid Volume 1 APRIL 2017 Prepared by 378 Interstate Court Sarasota, Florida 34240 Ph: 941-379-3404 Fax: 941-379-3530
1188

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONSdnhiggins.com/docs/17-44DB Contract Documents.pdf · CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS PHASE 2 - LIFT STATION 87 STRUCTURE

Apr 30, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

    PHASE 2 - LIFT STATION 87

    STRUCTURE

    Prepared for CITY OF SARASOTA, FL

    Issue for Bid Volume 1

    APRIL 2017

    Prepared by

    378 Interstate Court

    Sarasota, Florida 34240 Ph: 941-379-3404 Fax: 941-379-3530

  • CITY OF SARASOTA PHASE 2 - LIFT STATION 87 STRUCTURE

    TABLE OF CONTENTS

    TOC - 1

    DIVISION 0 – BID FORM 00010 Certifications ............................................................................ 00010-1-11 00300 Bid Form .................................................................................. 00300-1 - 2 00800 Special Provisions .................................................................... 00800-1-12 DIVISION 1 - GENERAL REQUIREMENTS 01000 Project Requirements ............................................................... 01000-1-15 01010 Summary of Work .................................................................... 01010-1 - 3 01014 Maintenance of Operations ...................................................... 01014-1 - 4 01020 Tropical Storms & Hurricanes Preparedness/Recovery Plan .... 01020-1 - 4 01028 Change Order Procedures ....................................................... 01028-1 - 5 01041 Project Coordination ................................................................. 01041-1 - 2 01042 Mechanical and Electrical Coordination .................................... 01042-1 - 3 01050 Field Engineering ..................................................................... 01050-1 - 2 01065 Permits and Fees ..................................................................... 01065-1 - 1 01070 Codes, References and Abbreviations ..................................... 01070-1 - 3 01100 Special Project Procedures ...................................................... 01100-1 - 3 01150 Applications for Payment .......................................................... 01150-1 - 3 01200 Measurement and Payment ..................................................... 01200-1 - 7 01210 Project Meetings ...................................................................... 01210-1 - 4 01300 Submittals ................................................................................ 01300-1 - 4 01310 Construction Schedules ........................................................... 01310-1 - 4 01340 Shop Drawings, Product Data and Samples ............................. 01340-1 - 6 01370 Schedule of Values .................................................................. 01370-1 - 2 01380 Construction Photographs ........................................................ 01380-1 - 3 01400 Quality Control ......................................................................... 01400-1 - 2 01500 Temporary Facilities and Controls ............................................ 01500-1 - 4 01540 Security .................................................................................... 01540-1 - 2 01541 Protection of the Work and Property ......................................... 01541-1 - 2 01568 Erosion and Sedimentation Control .......................................... 01568-1 - 3 01570 Traffic Control .......................................................................... 01570-1 - 3 01600 Material and Equipment ........................................................... 01600-1-10 01611 Storage of Material ................................................................... 01611-1 - 1 01650 Start-Up and Demonstration ..................................................... 01650-1 - 5 01700 Project Closeout ....................................................................... 01700-1 - 5 01720 As-Built / Record Documents ................................................... 01720-1 - 3 01730 Operation and Maintenance Data ............................................. 01730-1 - 6 01740 Warranties and Bonds .............................................................. 01740-1 - 3 01840 Color Audio-Video Preconstruction Record .............................. 01840-1 - 4 DIVISION 2 – SITE WORK 02050 Demolition ................................................................................ 02050-1 - 4 02110 Clearing and Grubbing ............................................................. 02110-1 - 2 02202 Trenching, Backfilling and Compacting .................................... 02202-1 - 6 02240 Dewatering (During Construction) ............................................ 02240-1 - 3 02260 Finished Grading ...................................................................... 02260-1 - 2

  • CITY OF SARASOTA PHASE 2 - LIFT STATION 87 STRUCTURE

    TABLE OF CONTENTS

    TOC - 2

    02281 Termite Control ........................................................................ 02281-1 - 4 02301 Jacking and Boring ................................................................... 02301-1 - 4 02489 Sodding .................................................................................... 02489-1 - 2 02500 Base Course ............................................................................ 02500-1-13 02574 Pavement Removal and Replacement ..................................... 02574-1 - 5 02576 Milling of Existing Asphalt Pavement ........................................ 02576-1 - 4 02580 Pavement Markings ................................................................. 02580-1 - 2 02585 Painted Traffic Stripes, Markings and Delineators .................... 02585-1 - 8 02590 Detectable Warnings on Walking Surfaces ............................... 02590-1 - 2 02600 Pipe and Pipe Fittings – General Statement ............................. 02600-1 - 9 02605 Precast Concrete Manholes ..................................................... 02605-1 - 7 02615 Ductile Iron Pipe and Fittings.................................................... 02615-1 - 7 02616 Disinfection .............................................................................. 02616-1 - 5 02619 Directional Drilling .................................................................... 02619-1-20 02620 Polyethylene (PE) Pressure Pipe ............................................. 02620-1 - 3 02623 Plastic Pipe for Pressure Service ............................................. 02623-1 - 7 02625 Steel Pipe and Fittings ............................................................. 02625-1 - 4 02631 Steel Casing Pipe ..................................................................... 02631-1 - 3 02640 Valves and Appurtenances ...................................................... 02640-1-11 02643 Plastic Pipe for Gravity Service ................................................ 02643-1 - 5 02661 Pressure Testing of Piping ....................................................... 02661-1 - 8 02670 Poly Pig Cleaning of Mains ...................................................... 02670-1 - 4 02755 Manhole Linings ....................................................................... 02755-1 - 4 DIVISIONS 3 – CONCRETE 03300 Cast in Place Concrete............................................................. 03300-1-30 03301 Anchor Systems ....................................................................... 03301-1-22 03400 Precast Prestressed Hollowcore Plank ..................................... 03400-1 - 6 03600 Grouting ................................................................................... 03600-1 - 4 03900 Hydraulic Structures Testing .................................................... 03900-1 - 5 DIVISION 4 – MASONRY 04100 Motor and Masonry Grout ........................................................ 04100-1 - 4 04330 Cavity Wall Masonry System ................................................... 04330-1 - 9 04720 Cast Stone Masonry ................................................................. 04720-1 - 7 DIVISION 5 – METALS 05440 Pre-Engineered Cold-Formed Steel Trusses ............................ 05440-1 - 7 05500 Miscellaneous Metal Fabrications ............................................ 05500-1 - 9 05501 Structural Steel Framing ........................................................... 05501-1-12 05510 Metal Stairs .............................................................................. 05510-1 - 7 05530 Aluminum Grating .................................................................... 05530-1 - 7 05531 Floor Access Hatch Covers ...................................................... 05531-1 - 7

  • CITY OF SARASOTA PHASE 2 - LIFT STATION 87 STRUCTURE

    TABLE OF CONTENTS

    TOC - 3

    DIVISION 6 – WOOD AND PLASTICS 06160 Sheathing ................................................................................. 06160-1 - 4 06612 Fiberglass Grating .................................................................... 06612-1 - 2 DIVISION 7 – THERMAL AND MOISTURE PROTECTION 07170 Bentonite Waterproofing ........................................................... 07170-1 - 7 07210 Building Insulation .................................................................... 07210-1 - 4 07320 Concrete Roof Tiles ................................................................. 07320-1 - 7 07620 Sheet Metal Flashing and Trim ................................................. 07620-1 - 7 07841 Through-Penetration Firestop Systems .................................... 07841-1 - 8 07920 Sealants and Caulking ............................................................. 07920-1 - 4 DIVISION 8 – OPENINGS 08120 Aluminum Doors and Frames ................................................... 08120-1 - 9 08331 Overhead Coiling Doors ........................................................... 08331-1 - 8 08511 Aluminum Windows .................................................................. 08511-1 - 6 08710 Finish Hardware ....................................................................... 08710-1 - 9 08800 Glazing ..................................................................................... 08800-1-15 DIVISION 9 – FINISHES 09511 Suspended Acoustical Ceilings ................................................ 09511-1 - 5 09720 Chemical-Resistant Coatings for Concrete ............................... 09720-1 - 9 09900 Painting and Special Coatings.................................................. 09900-1-21 09902 Piping and Equipment Identification System ............................. 09902- 1- 4 DIVISION 10 – SPECIALTIES 10431 Signs ........................................................................................ 10431-1-10 10522 Fire Extinguishers, Cabinets and Accessories .......................... 10522-1 - 4 10800 Toilet and Bath Accessories ..................................................... 10800-1 - 4 DIVISION 11 – EQUIPMENT 11001 Equipment – Basic Requirements ............................................ 11001-1 - 9 11201 Slide Gates .............................................................................. 11201-1 - 9 11257 Biotrickling Filter Odor Control System ..................................... 11257-1-12 11260 Odor Control FRP Ductwork and Accessories .......................... 11260-1 - 9 11305 Solids Handling Submersible Pumps ........................................ 11305-1 - 9 DIVISION 13 – SPECIAL CONSTRUCTION 13100 Instrumentation and Control – General Requirements .............. 13100-1-27 13120 Instrumentation and Control – Field Equipment ........................ 13120-1 - 9 13130 Instrumentation and Control – Control Enclosures ................... 13130-1-21 13140 Instrumentation and Control – Network and Building Cabling Systems . ................................................................................... ……… 13140-1 - 8

  • CITY OF SARASOTA PHASE 2 - LIFT STATION 87 STRUCTURE

    TABLE OF CONTENTS

    TOC - 4

    13700 Security Access and Surveillance ............................................ 13700-1-16 13850 Combustible Gas Detection and Fire Alarm System – Point Intelligent

    Communicating Fire & Gas Detection System .......................... 13850-1-22 DIVISION 14 – CONVEYING SYSTEMS 14400 Man Basket .............................................................................. 14400-1 - 3 14600 Overhead Double Girder Bridge Crane .................................... 14600-1 - 7 DIVISION 15 – MECHANICAL 15010 Mechanical General ................................................................. 15010-1 - 9 15014 Mechanical Related Work ........................................................ 15014-1 - 2 15030 Electrical Work for Mechanical Systems ................................... 15030-1 - 6 15140 Supports and Anchors .............................................................. 15140-1 - 6 15141 Pipe Support Systems .............................................................. 15141-1 - 5 15175 Variable Frequency Drives – HVAC Systems ........................... 15175-1 - 5 15190 Mechanical Identification .......................................................... 15190-1 - 2 15250 Insulation.................................................................................. 15250-1 - 5 15400 Plumbing General .................................................................... 15400-1-17 15410 Plumbing Piping ....................................................................... 15410-1-22 15430 Plumbing Specialties ................................................................ 15430-1 - 6 15440 Plumbing Fixtures .................................................................. 15440-1 - 4 15485 Generator Fuel Piping System ................................................. 15485-1-11 15732 Packaged Air Conditioning Units .............................................. 15732-1 - 8 15850 Louvers .................................................................................... 15850-1 - 2 15870 Power Ventilators ..................................................................... 15870-1 - 4 15890 Ductwork .................................................................................. 15890-1 - 5 15910 Ductwork Accessories .............................................................. 15910-1 - 4 15940 Air Outlets and Inlets ................................................................ 15940-1 - 1 15973 Instruments and Control Elements ........................................... 15973-1 - 9 15990 Testing, Adjusting and Balancing ............................................. 15990-1 - 6 DIVISION 16 - ELECTRICAL 16050 Electrical General Provisions.................................................... 16050-1 - 8 16062 Lightning Protection System for Structures ............................... 16062-1 - 6 16075 Identification for Electrical Systems .......................................... 16075-1-14 16110 Conduits and Fittings ............................................................... 16110-1 - 6 16120 Low Voltage Conductors and Cables ...................................... 16120-1 - 6 16134 Expansion Deflection Fittings ................................................... 16134-1 - 3 16135 Pull, Junction and Terminal Boxes ........................................... 16135-1 - 5 16136 Outlet Boxes ............................................................................ 16136-1 - 4 16137 Underground Ductbanks for Electrical Systems........................ 16137-1 - 6 16138 Manholes and Handholes for Electrical Systems ...................... 16138-1-10 16141 Low Voltage Receptacles ......................................................... 16141-1 - 7 16142 Snap Switches ......................................................................... 16142-1 - 3 16143 Disconnect Switches ................................................................ 16143-1 - 4 16144 Control Stations........................................................................ 16144-1 - 3 16150 Motors ...................................................................................... 16150-1 - 6

  • CITY OF SARASOTA PHASE 2 - LIFT STATION 87 STRUCTURE

    TABLE OF CONTENTS

    TOC - 5

    16215 Electrical Power Distribution Studies ........................................ 16215-1-10 16231 Engine Generators ................................................................... 16231-1-15 16260 Low Voltage Variable Frequency Drives ................................... 16260-1-14 16271 Dry Type Low Voltage Distribution Transformers ..................... 16271-1 - 5 16289 Surge Protective Devices ......................................................... 16289-1 - 7 16423 Motor Control Centers .............................................................. 16423-1-16 16430 Low Voltage Switchgear ........................................................... 16430-1-15 16442 Panelboards ............................................................................. 16442-1 - 5 16450 Grounding ................................................................................ 16450-1 - 3 16501 Lighting .................................................................................... 16501-1-10 16505 Hangers and Supports for Electrical Systems .......................... 16505-1 - 6 16600 Vibration Seismic and Wind Controls for Electrical Systems .... 16600-1 - 2 16611 Single Phase Uninterruptable Power Supply for Egress ........... 16611-1 - 5 Lighting VOLUME 2

    APPENDIX

    Appendix A – Universal Engineering Sciences – Geotechnical Exploration for Proposed LS 87 Hudson Bayou, Central Park and Luke Wood Park – City of Sarasota – 4-13-15 Appendix B – Universal Engineering Sciences – Geotechnical Exploration for Proposed LS 87 Hudson Bayou, Along: Pomelo Avenue, Alta Vista Street, South Osprey Avenue and Luke Wood Park – City of Sarasota – 11-25-13 Appendix C – Universal Engineering Sciences – Proposed LS 87 Boring Location Plan 11-2013 Appendix D – Universal Engineering Sciences – Proposed LS 87 Fill Suitability – 12-2-2013 Appendix E – N.S. Nettles & Associates, Inc. – Geophysical Mapping for Proposed Pipeline Crossing at Osprey Bridge in Hudson Bayou, Sarasota FL – 11-2013 Appendix F – Ardaman & Associates, Inc. – Subsurface Soil Exploration for LS 87 – Microtunneling, Mound Street and Osprey Avenue – Sarasota FL – 9-20-12 Appendix G – Ardaman & Associates Inc. Supplemental Geotechnical Data for LS 87 Microtunneling, Bound Street to Osprey Avenue – Sarasota FL – 10-23-12 Appendix H – Ardaman & Associates Inc. - Subsurface Soil Exploration Analysis and Recommendations for LS 89 and Gravity FM Improvements, Lukewood Park, Osprey Avenue etc. 12-30-2009 Appendix I – Florida Department of Environmental Protection – ERP – 01-21-2016 Appendix J – Domestic WW Collection/Transmission System Permit 10-9-2014

  • CITY OF SARASOTA PHASE 2 - LIFT STATION 87 STRUCTURE

    TABLE OF CONTENTS

    TOC - 6

    Appendix K – USACE Permit Appendix L – Florida Department of Health PWS Permit Appendix M – City of Sarasota – Site Plan Approval for LS 87 at 1900 Mound Street Appendix N – Universal Engineering Sciences – Geotechnical Exploration 05-05-2016

    END TOC

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 1 of 11

    SECTION 00010

    CERTIFICATION PAGES

    PROFESSIONAL ENGINEER’S CERTIFICATION FOR THOMAS PUGH, PE PROJECT NAME: PHASE 2 – LIFT STATION 87 STRUCTURE The following sections of the Technical Specifications in the Issued for Bid submittal for the above referenced project were prepared under my direction and supervision.

    DIVISION 0 – BID FORM 00300 Bid Form 00800 Special Provisions DIVISION 1 - GENERAL REQUIREMENTS 01000 Project Requirements 01010 Summary of Work 01014 Maintenance of Operations 01020 Tropical Storms and Hurricanes Preparedness Plan 01028 Change Order Procedures 01041 Project Coordination 01042 Mechanical and Electrical Coordination 01050 Field Engineering 01065 Permits and Fees 01070 Codes, References and Abbreviations 01100 Special Project Procedures 01150 Applications for Payment 01200 Measurement and Payment 01210 Project Meetings 01300 Submittals 01310 Construction Schedules 01340 Shop Drawings, Product Data and Samples 01370 Schedule of Values 01380 Construction Photographs 01400 Quality Control 01500 Temporary Facilities and Controls 01540 Security 01541 Protection of the Work and Property 01568 Erosion and Sedimentation Control 01570 Traffic Control 01600 Material and Equipment 01611 Storage of Material 01650 Start-Up and Demonstration 01700 Project Closeout

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 2 of 11

    01720 As-Built / Record Documents 01730 Operating and Maintenance Data 01740 Warranties and Bonds 01840 Color Audio-Video Preconstruction Record

    DIVISION 2 – SITE WORK 02050 Demolition 02110 Clearing and Grubbing 02202 Trenching, Backfilling and Compacting 02240 Dewatering (During Construction) 02260 Finish Grading 02281 Termite Control 02301 Jacking and Boring 02489 Sodding 02500 Base Course 02574 Pavement Removal and Replacement 02576 Milling of Existing Asphalt Pavement 02580 Pavement Markings 02585 Painted Traffic Stripes, Markings and Delineators 02590 Detectable Warnings on Walking Surfaces 02600 Pipes and Pipe Fittings – General 02605 Precast Concrete Manholes 02615 Ductile Iron Pipe and Fittings 02616 Disinfection 02619 Directional Drilling 02620 Polyethylene (PE) Pressure Pipe 02623 Plastic Pipe for Pressure Service 02625 Steel Pipe and Fittings 02631 Steel Casing Pipe 02640 Valves and Appurtenances 02643 Plastic Pipe for Gravity Service 02661 Pressure Testing of Piping 02670 Poly Pig Cleaning of Mains 02755 Manhole Linings DIVISION 9 – FINISHES 09902 Piping and Equipment Identification System DIVISION 11 – EQUIPMENT 11001 Equipment – Basic Requirements 11201 Slide Gates 11257 Biotrickling Filter Odor Control System 11260 Odor Control FRP Ductwork and Accessories 11305 Solids Handling Submersible Pumps

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 3 of 11

    ______________________________________ Thomas Pugh, PE Florida Professional Engineer No. 48221 McKim & Creed, Inc. Billy Creek Commerce Center 5701 Division Drive Suite A Ft. Myers, FL 33905

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 4 of 11

    PROFESSIONAL ENGINEER’S CERTIFICATION FOR H.A. HOBI, PE PROJECT NAME: PHASE 2 – LIFT STATION 87 STRUCTURE The following sections of the Technical Specifications in the Issued for Bid submittal for the above referenced project were prepared under my direction and supervision. DIVISIONS 3 – CONCRETE 03300 Cast in Place Concrete 03301 Anchor Systems 03400 Precast Prestressed Hollowcore Plank 03600 Grouting 03900 Hydraulic Structures Testing DIVISION 5 – METALS 05500 Miscellaneous Metal Fabrications 05501 Structural Steel Framing 05530 Aluminum Grating 05531 Floor Access Hatch Covers DIVISION 7 – THERMAL AND MOISTURE PROTECTION 07170 Bentonite Waterproofing 07920 Sealants and Caulking DIVISION 9 – FINISHES 09720 Chemical Resistant Coatings for Concrete 09900 Painting and Special Coatings DIVISION 14 – CONVEYING SYSTEMS 14600 Overhead Double Girder Bridge Crane 14400 Man Basket

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 5 of 11

    ______________________________________ H.A. Hobi, P.E. Florida Professional Engineer No. 59360 McKim & Creed, Inc. 3903 Northdale Blvd. Suite 140W Tampa, Florida 33624

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 6 of 11 PROFESSIONAL ENGINEER’S CERTIFICATION FOR JOHN D. CHRISTIE, AIA PROJECT NAME: PHASE 2 – LIFT STATION 87 STRUCTURE The following sections of the Technical Specifications in the Issued for Bid submittal for the above referenced project were prepared under my direction and supervision. DIVISION 4 – MASONRY 04100 Motor and Masonry Grout 04330 Cavity Wall Masonry System 04720 Cast Stone Masonry DIVISION 5 – METALS 05440 Pre-Engineered Cold-Formed Steel Trusses 05510 Metal Stairs DIVISION 6 – WOOD AND PLASTICS 06160 Sheathing 06612 Fiberglass Grating DIVISION 7 – THERMAL AND MOISTURE PROTECTION 07210 Building Insulation 07320 Concrete Roof Tiles 07620 Sheet Metal Flashing and Trim 07841 Through-Penetration Firestop Systems DIVISION 8 – OPENINGS 08120 Aluminum Doors and Frames 08331 Overhead Coiling Doors 08511 Aluminum Windows 08710 Finish Hardware 08800 Glazing DIVISION 9 – FINISHES 09511 Suspended Acoustical Ceilings DIVISION 10 – SPECIALTIES 10431 Signs 10522 Fire Extinguishers, Cabinets and Accessories 10800 Toilet and Bath Accessories

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 7 of 11 ______________________________________ John D. Christie, AIA Florida Professional No. AR0016722 McKim & Creed, Inc. 1365 Hamlet Avenue Clearwater, Florida 33756 PROFESSIONAL ENGINEER’S CERTIFICATION FOR MATTHEW DAVES, PE PROJECT NAME: PHASE 2 – LIFT STATION 87 STRUCTURE The following sections of the Technical Specifications in the Issued for Bid submittal for the above referenced project were prepared under my direction and supervision.

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 8 of 11

    PROFESSIONAL ENGINEER’S CERTIFICATION FOR MATTHEW DAVES, PE PROJECT NAME: PHASE 2 – LIFT STATION 87 STRUCTURE The following sections of the Technical Specifications in the Issued for Bid submittal for the above referenced project were prepared under my direction and supervision. DIVISION 15 – MECHANICAL 15010 Mechanical General 15014 Mechanical Related Work 15030 Electrical Work for Mechanical Systems 15140 Supports and Anchors 15141 Pipe Support Systems 15175 Variable Frequency Drives – HVAC Systems 15190 Mechanical Identification 15250 Insulation 15400 Plumbing General 15410 Plumbing Piping 15430 Plumbing Specialties 15440 Plumbing Fixtures 15732 Packaged Air Conditioning Units 15850 Louvers 15870 Power Ventilators 15890 Ductwork 15910 Ductwork Accessories 15940 Air Outlets and Inlets 15973 Instruments and Control Elements 15990 Testing, Adjusting and Balancing ______________________________________ Matthew Daves, PE Florida Professional Engineer No. 76800 McKim & Creed, Inc. 1730 Varsity Drive Suite 500 Raleigh, North Carolina 27606

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 9 of 11

    PROFESSIONAL ENGINEER’S CERTIFICATION FOR THOMAS E. ROBINSON JR. PE PROJECT NAME: PHASE 2 – LIFT STATION 87 STRUCTURE The following sections of the Technical Specifications in the Issued for Bid submittal for the above referenced project were prepared under my direction and supervision. DIVISION 13 – SPECIAL CONSTRUCTION 13100 Instrumentation and Control – General Requirements 13120 Instrumentation and Control – Field Equipment 13130 Instrumentation and Control – Control Enclosures 13140 Instrumentation and Control – Network and Building Cabling Systems 13700 Security Access and Surveillance ______________________________________ Thomas E. Robinson, Jr. PE Florida Professional Engineer No. 62976 McKim & Creed, Inc. 1365 Hamlet Avenue Clearwater, Florida 33756

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 10 of 11

    PROFESSIONAL ENGINEER’S CERTIFICATION FOR AUBREY HAUDRICOURT, PE PROJECT NAME: PHASE 2 – LIFT STATION 87 STRUCTURE The following sections of the Technical Specifications in the Issued for Bid submittal for the above referenced project were prepared under my direction and supervision. DIVISION 13 – SPECIAL CONSTRUCTION 13850 Fire and Combustible Gas Detection and Alarm System – Point Intelligent

    Communicating Fire & Gas Detection System DIVISION 15 – MECHANICAL 15485 Generator Fuel & Piping System DIVISION 16 - ELECTRICAL 16050 Electrical General Provisions 16062 Lightning Protection System for Structures 16075 Identification for Electrical Systems 16110 Conduits and Fittings 16120 Low Voltage Conductors and Cables 16134 Expansion Deflection Fittings 16135 Pull, Junction and Terminal Boxes 16136 Outlet Boxes 16137 Underground Ductbanks for Electrical Systems 16138 Manholes and Handholes for Electrical Systems 16141 Low Voltage Receptacles 16142 Snap Switches 16143 Disconnect Switches 16144 Control Stations 16150 Motors 16215 Electrical Power Distribution Studies 16231 Engine Generators 16260 Low Voltage Variable Frequency Drives 16271 Dry Type Low Voltage Distribution Transformers 16289 Surge Protective Devices 16423 Motor Control Centers 16430 Low Voltage Switchgear 16442 Panelboards 16450 Grounding 16501 Lighting 16505 Hangers and Supports for Electrical Systems 16600 Vibration Seismic and Wind Controls for Electrical Systems 16611 Single Phase Uninterruptable Power Supply for Egress Lighting

  • Phase 2 - Lift Station 87 Structure Certification Pages City of Sarasota Engineer: McKim & Creed, Inc. Section 00010 - Page 11 of 11

    ______________________________________ Aubrey Haudricourt, P.E. Florida Professional Engineer No. 66861 McKim & Creed, Inc. 1365 Hamlet Avenue Clearwater, Florida 33756

    END OF SECTION

  • Phase 2 – Lift Station 87 Structure Bid Form City of Sarasota Engineer: McKim & Creed, Inc. Section 00300 - Page 1 of 2

    SECTION 00300 BID FORM

    Company Name Bid Opening Date: Bid # The successful bidder shall be responsible for furnishing all equipment, labor, materials and tools required for the Phase 2 – Lift Station 87 Structure project for the Utilities Department, in accordance with the plans and specifications so entitled, prepared by the Utilities Department.

    BID ITEM

    DESCRIPTON UNIT QTY UNIT PRICE TOTAL AMOUNT

    GROUP 1 GENERAL CONDITIONS

    I-1 Mobilization LS 1 $ $

    I-2 Project Sign EA 2 $ $

    I-3 Maintenance of Traffic LS 1 $ $

    I-4 As-Built Survey and Record Drawings

    LS 1 $ $

    I-5 Permit Allowance LS 1 $ 200,000 $ 200,000

    SUBTOTAL (SECTION I) $

    GROUP 2 LS 87 CONSTRUCTION

    II-6 Demolish Existing Lift Station No. 87

    LS 1 $ $

    II-7 Furnish and Install Lift Station No. 87

    LS 1 $ $

    SUBTOTAL (SECTION II) $

    GROUP 3 LS 87 SITE WORK AND UTILITIES

    III-8 Site Work LS 1 $ $

    III-9 Site Utilities LS 1 $ $

    III-10 Osprey Ave./Lincoln Dr. Utilities LS 1 $ $

    III-11 Landscaping LS 1 $ $

    SUBTOTAL (SECTION III) $

    TOTAL PRICE (SECTIONS I, II AND II) $

  • Phase 2 – Lift Station 87 Structure Bid Form City of Sarasota Engineer: McKim & Creed, Inc. Section 00300 - Page 2 of 2 Note: Unit Prices on this form correspond to the Items listed in the Measurement and Payment Section 01200 of the Technical Specifications.

    TOTAL PRICE $ TOTAL PRICE (WRITTEN IN WORDS):

    THIS BID MADE BY AND ON BEHALF OF:

    Company: Address:

    Fax #: Email

    Address:

    By: Authorized Signature

    Print: Title

    (SEAL)

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 1 of 12

    SECTION 00800 SPECIAL PROVISIONS

    PART 1- GENERAL 1.1 STANDARD SPECIFICATIONS

    A. The Project shall be constructed in accordance with the Project Specifications

    and the City of Sarasota Engineering Design Criteria Manual (EDCM) (for reference only).

    B. When reference is made to a Division, Section, or Article, it shall mean a

    Division, Section, or Article of said Specification. 1.2 COOPERATION WITH OTHERS

    A. The Contractor shall cooperate with the Owners of any underground or overhead

    utilities in their removal, rearrangement, or tie-in operations, in order that construction may progress in a reasonable manner and that the service rendered by these parties will not be interrupted. The Contractor will be responsible for paying all costs associated with relocating or de-energizing utilities that are required as part of the Contractor’s proposed construction or maintenance of traffic activities.

    B. The City may perform additional utility, roadway, or capital improvement projects

    adjacent to or in the vicinity of the Contractor’s work limits. The Contractor will be responsible for coordinating all construction, maintenance of traffic, and site restoration activities with firms performing adjacent capital improvement projects in order to minimize disruption to the progress or safety of either contract(s).

    1.3 SURVEYING

    A. All survey monuments and benchmarks that may be disturbed during construction shall be referenced and replaced by the Contractor. All monuments and benchmarks disturbed or destroyed by the Contractor or any of his forces through accident or negligence shall be replaced by a Florida Licensed Professional Land Surveyor at the Contractor’s expense.

    1.4 MAINTENANCE OF DETOURS

    A. The Contractor shall repair at his expense all potholes and other localized failures on streets that are used as detour or material delivery routes to facilitate construction operations.

    1.5 REPLACEMENT OF TRAFFIC, STREET SIGNS, AND SIGNAL LOOPS

    A. The Contractor shall re-erect all existing traffic and street signs within the project site that must be moved or relocated to permit construction operations.

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 2 of 12

    B. The Contractor shall notify the City of Sarasota Engineering Department prior to

    disturbing any traffic signal loops and shall replace or repair any traffic signal loops in accordance with City requirements that are disturbed.

    1.6 SOIL INVESTIGATIONS

    A. It shall be the Contractor’s responsibility to have determined to his satisfaction, prior to the submission of his bid, the nature and conformation of the ground, the character and quality of the substrata, the types and quantities of materials to be encountered, the nature of the groundwater conditions, the character of equipment and facilities needed preliminary to and during the execution of the work, the general and local conditions and all other matters which can in any way affect the work so that the prices established and bid for the work reflect all costs pertaining thereto.

    1.7 PROSECUTION OF WORK

    A. The Contractor shall begin work no later than 14 calendar days after receipt of

    Notice to Proceed, and shall diligently prosecute the same completion prior to the expiration of the following schedule:

    1. The Contractor shall obtain substantial completion within 890 calendar days from the issuance of the Notice to Proceed. The final completion shall be 920 calendar days, from the Notice to Proceed, for all Work (except warranty items) in accordance with the Contract Documents. Failure to complete the project within the allotted calendar days shall cause the Contractor to be subject to the provisions of Liquidated Damages as described in Section 00800, paragraph 1.8 of Special Provisions.

    2. Contractor’s Schedule shall be reviewed and approved by the City prior to

    beginning construction.

    B. The Contractor accepts that some work may be required to be conducted at night. No work shall be done between 9:00 PM and 7:00 AM weekdays or 9:00 PM and 9:00 AM weekends or legal holidays without written permission of the City. However, emergency work may be done at any time without permission. The City shall be notified no later than a half hour after such emergency work has commenced, and shall have the option to determine if the work is in fact an emergency.

    C. The work shall proceed subject to the following sequence requirements unless specifically authorized by the City:

    1. The utility installation at the intersection of Osprey Avenue and Lincoln

    Drive shall not commence until Lift Station 87 is within two months of startup.

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 3 of 12

    2. Reclaimed water provided by the City shall be used for the initial startup of pumps and equipment. The Contractor shall coordinate closely with the City for the use of reclaimed water and any pumping into the City existing force main until Substantial Completion has been reached.

    3. After successful initial startups have occurred, wastewater shall be diverted to Lift Station 87 by operation of the slide gate in Man Hole 16 for a complete station startup. The Contractor shall coordinate the installation of and placing into operation the utilities at the intersection of Osprey Avenue and Lincoln Drive for the complete station startup and must also comply with paragraph 1.7-C-1 above.

    D. Within 14 days of receipt of Notice to Proceed the Contractor shall be

    responsible for the maintenance and upkeep of the existing construction fence in Luke Wood Park. All construction activities shall be restricted to the existing fence and approximate limits of construction as shown on the drawings. The actual limits of construction will be determined in the field with the approval of the City and the Engineer prior to any construction activity outside of the existing fence. The Contractor shall install new portions of fence along the agreed upon limits of construction in like kind of the existing fence. The Contractor shall include this work in the original bid and no additional payment will be made for construction fencing.

    E. The work shall be subject to the following requirements:

    1. The Contractor shall maintain two-way traffic on Osprey and Lincoln Avenue when the roadway is impacted by construction activities. It will be the Contractor’s responsibility to develop and implement detailed maintenance of traffic plans for each construction phase to support this requirement. The plans shall include both vehicular and pedestrian traffic and must be approved by the City and Engineer prior to beginning each construction phase.

    2. Protection of Luke Wood Park and minimizing impacts to local residents are priorities. Contractor shall minimize impacts to areas of the park that were not previously impacted by Lift Station 87 construction efforts. Luke Wood Park will not be allowed for the storage or staging of equipment and material. Work shall be contained within the limits of the fenced construction area and the immediate construction zones within the park. Impacts to residents during construction shall also be minimized. Contractor shall submit a Community Mitigation plan that outlines measures to minimize noise, dust, lighting, vibration and odor issues during construction. The Plan shall include proposed threshold levels for each, monitoring/control measures, and proposed remedial measures to mitigate any exceedances.

    Plan must be accepted by the City and Engineer prior to initiating work. Nothing in this Section relieves the Contractor from self-monitoring risks or for the responsibility of pro-actively identifying and mitigating potential risks.

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 4 of 12

    The Contractor will not be allowed cost or time adjustments associated with these requirements.

    F. Nothing in this Section shall relieve the Contractor of the responsibility for the

    means, methods, techniques, sequencing or procedures of construction, or of any other responsibility under the Contract Documents.

    1.8 LIQUIDATED DAMAGES

    A. If the Contractor refuses or fails to prosecute the work or any separable part thereof, with such diligence as will insure its completion within the time specified on the bid form, or any extension thereof, or fails to complete said work within such time, the City may, by written notice to the Contractor, terminate their right to proceed with the work or such part of the work as to which there has been delay. In such event, the City may take over the work and prosecute the same to completion, by contract or otherwise, and the Contractor and their sureties shall be liable to the City for any excess cost occasioned the City thereby.

    B. If the Contractor’s right to proceed is so terminated, the City may take possession of and utilize in completing the work such materials, appliances, and plants as may be on the site of the work and necessary therefore. If the City does not terminate the right of the Contractor to proceed, the Contractor shall continue the work, in which event the actual damage for the delay will be impossible to determine and in lieu thereof the Contractor shall pay to the City as fixed, agreed, and liquidated damages for each calendar day of delay until the work is completed or accepted. The contractor shall pay four thousand, six hundred and ninety eight dollars ($4,698.00) in liquidated damages for each consecutive calendar day the Work is delayed beyond the substantial completion date. The Contractor and their sureties, jointly and severally, shall be liable for the amount thereof. Provided that the right of the Contractor to proceed shall not be terminated nor the Contractor charged with liquidated damages because of any delays in the completion of the work due to unforeseeable causes beyond the control and without the fault of negligence of the Contractor, included, but not restricted to, acts of God or of the public enemy, acts of the Government, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, the unusually severe weather, or delays of subcontractors due to such causes, if the Contractor shall within ten (10) calendar days from the beginning of any such delay (unless the City shall grant a further period of time prior to the date of final settlement of the contract) notify the City in writing of the causes or delay. The City will ascertain the facts and the extent of the delay and extend the time for completing the work when in their judgment the finding of fact justify such an extension, and their findings of fact thereon shall be final and conclusive on the parties hereto, subject only to appeal within thirty (30) calendar days by the contractor to the City, whose decision on such appeal as to the facts of delay and the extension of time for completing the work shall be final and conclusive on the parties hereto.

    C. Where actual damages for any delay in completion contemplated by this Section are impossible of determination by reason by the City’s election under said

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 5 of 12

    Section not to terminate the right of the Contractor to proceed, the Contractor and their sureties, jointly and severally, shall be liable for and shall pay to the City, agreed and liquidated damages for each calendar day of delay until the work is completed or accepted; provided, that the City may accept the work if there has been such a degree of completion as will, in the City’s opinion make the project reasonably safe, fit and convenient for the use and accommodation for which it was intended. In such case, the Contractor shall not be charged with liquidated damages, but the City may assess damages caused by such delay.

    1.9 DISPUTE RESOLUTION

    A. Any dispute between the Contractor and the City arising out of activities associated with this Contract will be resolved in accordance with applicable Florida Statutes.

    1.10 HAZARDOUS MATERIALS

    A. The Contractor shall be responsible for the independent inspection and

    certification of the removal, transportation and disposal of all identified and unidentified hazardous materials located within the project site.

    1.11 PERMITS AND LICENSES

    A. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, unless otherwise noted in Section 01065, and give all notices necessary and incidental to the due and lawful prosecution of the work.

    B. The Contractor shall perform the work in strict compliance with the conditions of

    the permits.

    C. Allowable permit fees shall be reimbursed with no markup utilizing the established permit allowance bid item.

    D. Permit fees for City of Sarasota ROW use permits, utility construction permits, and maintenance of traffic permits will be waived.

    1.12 CONFINED SPACE ENTRY REGULATIONS

    A. The Contractor shall comply with 29 CFR 1910.146.

    1.13 COORDINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, AND GENERAL PROVISIONS

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 6 of 12

    A. The Specifications, the Special Provisions, the Plans, General Provisions, and all supplementary documents are essential parts of the Contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complimentary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; plans will govern over standard Specifications; Special Provisions will govern over General Provisions, standard Specifications, and Plans.

    B. The Contractor shall take no advantage of any apparent error or omission in the

    plans or specifications. If the Contractor discovers such an error or omission, he shall immediately notify the City. The City will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the plans and specifications.

    1.14 CONTRACTOR QUALIFICATIONS

    A. The City must protect itself by limiting exposure to unproven and unqualified and/or inexperienced Contractors to assure the long-term service of the City’s system. The City has, therefore, established standards for Contractor expertise and experience and in some cases the Contractors subcontractors as follows: 1. The Contractor must provide a minimum of four (4) project references, and

    may provide a maximum of six (6) project references, for each of the criteria listed below.

    2. Each project reference must have been successfully completed in the last

    ten (10) years preceding the bid opening. 3. All criteria do not need to be satisfied by each submitted project reference,

    however all criteria must have been satisfied two (2) times by the submitted project references.

    4. The project references may have been self-performed with Contractor’s

    employees or performed by a subcontractor who is part of the Contractor’s team for this project.

    5. The Contractor qualification requirements include the following:

    a. Completed Public Works projects ranging from $10 million to $20

    million. b. Successful construction of at least five (5) completed wastewater

    pump stations with above ground instrumentation and controls, three (3) of which must have utilized pumps equal to or greater than 75 horsepower (hp) and two (2) of which were triplex stations utilizing pumps equal to or greater than 100 hp. One (1) of the two (2) triplex pump stations shall have included construction of a fully functional

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 7 of 12

    instrument and controls building.

    c. Successful demolition and construction of at least two (2) wet well/dry well existing pump stations or similar combined above-and-below ground reinforced concrete structures, with similar excavation, sheeting and shoring and dewatering conditions of minimum of 35 feet below ground surface.

    d. At least three (3) successful projects involving installation of 1,000

    linear feet or more aggregate length of 16 inch diameter or larger wastewater force main piping with valve installations, one (1) of which involved at least one (1) single run of installed pipe of 500 linear feet or greater in length.

    e. Electrical Contractor shall have a minimum of over 5 years municipal

    and/or industrial experience, new construction or improvements, and thus have successfully executed these types of contract(s) with individual value(s) in excess of one million dollars.

    f. Demonstrated maintenance of traffic (MOT) performance in

    congested residential neighborhoods or business districts.

    6. The above project references and Contractor qualification information shall be included with the bid submittal.

    1.15 SUBSTITUTIONS FOR SPECIFIED MATERIALS OR EQUIPMENT AS AN APPROVED ALTERNATE

    A. Whenever materials or equipment are specified or described in the Contract

    Documents by using the name of a proprietary item or the name of a particular supplier the naming of the item is intended to establish the type, function, and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment or other supplier may be accepted by the City if sufficient information is submitted by the Contractor to allow the City to determine that the material or equipment proposed is an approved alternate to that named. Requests for review of approved alternate items of materials and equipment will not be accepted by the City from anyone other than the Contractor. If the Contractor wishes to furnish or use an alternate item of material or equipment, the Contractor shall make written application to the City for acceptance thereof, certifying that the proposed alternate will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed alternate will not prejudice the Contractor’s achievement of Substantial Completion on time, whether or not acceptance of the alternate for use in the work will require a change in any of the Contract Documents (or in the provisions of any other direct contact with the City for work on the project) to adapt the design to the proposed alternate and whether or not incorporation or use of the alternate in connection with the work is subject to payment of any

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 8 of 12

    license fee or royalty. All variations of the proposed alternate from that specified will be identified in the application and available maintenance, repair, and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such alternate, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the City in evaluating the proposed alternate. The City may require the Contractor to furnish, at the Contractor’s expense, additional data about the proposed alternate.

    1.16 DIFFERING SITE CONDITIONS

    A. Immediate Written Notice to City: If Contractor encounters a Differing Site Condition, Contractor shall within no more than 24 hours, and before the conditions are disturbed, give written Notice to City of such Differing Site Condition (Initial Notice). The Initial Notice shall describe the nature and extent of the Differing Site Condition and its impact on the progress of the Work. Contractor must preserve and not discard any spoils or physical evidence related to the alleged Differing Site Condition.

    B. Forensic Tests: Contractor and City shall have the right to conduct tests or examinations upon the condition constituting the alleged Differing Site Condition. No such tests or examinations shall occur except upon reasonable prior written notice to both Parties. The Parties may but need not share with one another the results of such tests or examinations.

    C. Request for Change Order based on Differing Site Condition: Unless otherwise

    agreed upon in writing by City, within twenty (20) days of Contractor’s Initial Notice, Contractor shall provide a Request for Change Order demonstrating:

    1. A Differing Site Condition was encountered;

    2. Contractor reasonably relied on the indications presented in the Contract

    Documents, inclusive of the Contractual Baselines, and that the Differing Site Condition was not reasonably foreseeable;

    3. The Differing Site Condition caused an unavoidable negative impact to

    Contractor’s work, operations or schedule; 4. The sum of Reasonable Costs solely attributable to the Differing Site

    Condition inclusive of alleged Project Schedule delays; and 5. Contractor’s affirmative measures to avoid, work-around, prevent or

    mitigate the negative impact to its work, operation or schedule.

    6. To prevail on any Claim involving a Differing Site Condition, Contractor must prove each and every of the foregoing five (5) elements.

    D. Waiver:

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 9 of 12

    1. If Contractor’s actions disturb, discard, waste or destroy the Site such that City or City’s designee cannot adequately investigate the alleged Differing Site Condition, Contractor waives its right to receive any additional time or money as a result of the Differing Site Condition.

    2. Failure by Contractor to provide either (a) the Initial Notice within the time prescribed above or (b) submit a fully documented Request for Change Order demonstrating the elements set forth above within the time prescribed above shall constitute a waiver of Contractor’s right to receive any additional time or money as a result of the alleged Differing Site Condition.

    E. City’s Response to the Differing Site Condition Request for Change Order: City

    has the right to investigate the alleged Differing Site Condition and shall respond to Contractor’s Request for Change Order (if any) within twenty (20) days of receipt of the submission of the fully documented Request for Change Order.

    F. Contractor’s Obligation to Continue to Work: Contractor shall not disturb the

    condition until receipt of written authorization from City that work can resume at the location of the alleged Differing Site Condition. The filing of a Differing Site Conditions Claim, Initial Notice or Request for Change Order does not relieve Contractor of its obligation to continue with prosecution of the Work. Contractor shall also continue with performance of all other work.

    G. Compensation: The remedy for any Differing Site Condition Claim, Change

    Order or other similar request for additional compensation shall be the remedy set forth in Paragraph 29, Change Orders, of the City’s Terms and Conditions and as included in Section 00800, Paragraph 1.17.

    1.17 REMEDY FOR DIFFERING SITE CONDITIONS

    A. Methods to Calculate Damages and/or Adjustments: In the event of the assertion of a Differing Site Condition, any additional compensation to Contractor or any of its Subcontractors shall be determined in accordance with one of the following methods to calculate damages and/or adjustment to the Contract Price that result from or relate to Request for Change Order, and/or Claim arising from a Differing Site Condition.

    1. Unit Price Method; 2. Firm Fixed Price Method (also known as Lump Sum); or,

    3. Time and Materials Method.

    B. Discretion of City: Determination of the method to be used to calculate

    adjustments in the Contract Price shall be at the sole discretion of City. C. Unit Price Method: Whenever City authorizes Contractor to perform Work on a

    Unit Price basis, City’s authorization shall clearly state the:

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 10 of 12

    1. Scope of work to be performed; 2. Applicable Unit Price, and; 3. Not to exceed amount of reimbursement as established by City. 4. The applicable Unit Price shall be deemed to include reimbursement for all

    Direct Costs and Indirect Costs of the Work, including Overhead and Profit as well as any impact, disruption, delay or inefficiency costs.

    5. Contractor shall only be paid under this method, up to the not to exceed

    amount, for the actual quantity of materials incorporated in or removed from the Work and such quantities must be supported by field measurement statements verified by City.

    D. Firm Fixed Price Method: Contractor and City may mutually agree on a fixed amount as the total compensation for the performance of changed work.

    1. Contractor shall provide a detailed cost breakdown supporting contractor’s requested adjustment to Contract Price and any other financial documentation requested by City.

    2. Any adjustment to the Contract Price using the Firm Fixed Price method shall include only Reasonable Costs for labor, equipment, material, Overhead and Profit.

    3. Whenever City Authorizes Contractor to perform on a Firm Fixed Price method, City’s authorization shall clearly state: a. Scope of Work to be performed; and,

    b. Total Fixed Price payment for performing such work.

    E. Time and Materials Method: If City and Contractor cannot agree to either of the two above methods (Lump Sum or Unit Price), the compensation (if any) for any Differing Site Condition dispute shall be determined on a Time and Material basis as defined herein.

    1. Contractor shall: a. Cooperate with the City in establishing pre-determined rates,

    including but not limited to labor (direct costs plus fringes), materials, and equipment. Invoices shall be supported by payroll records and actual invoices.

    b. Cooperate with the City and assist in monitoring the Work being performed;

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 11 of 12

    c. Substantiate the labor hours, materials, and equipment charged to the work under the Time and Materials Method by detailed time cards or logs completed on a daily basis before the close of business each working day.

    d. Present the time card and/or log at the close of business each working day to City for review and initial each time and/log:

    e. Perform all Work in accordance with this provision as efficiently as possible;

    f. Not exceed any cost limit(s) without City’s prior written approval; and,

    g. Maintain all records of the work, including all records of the Subcontractors, Suppliers, materials, and labor hours, and make such records available for inspection as required upon request by City. Contractor shall submit costs and any additional information requested by City to support Contractor’s requested price adjustment.

    2. Contractor shall be entitled to be paid for only Reasonable Costs actually incurred by Contractor. Contractor has a duty to control costs.

    1.19 VALUE ENGINEERING

    A. Value engineering and risk management workshops will be conducted with the selected Contractor. The intent of the value engineering workshop is to evaluate innovative construction techniques and creative ideas that would reduce project costs, reduce the project duration, and reduce impacts to the neighboring residents. The City will share 40% of realized cost savings with the Contractor. A risk management workshop will be conducted to identify and mitigate project risks prior to construction. Risks may include, but not be limited to, environmental, construction, and employee safety. The Contractor will be required to develop a risk register with recommended mitigation techniques for each identified activity. It is the intent to conduct both workshops over a two day period after Notice to Proceed but prior to mobilization.

    1.20 SUBCONTRACTOR SUPERVISION

    A. The Contractor is responsible for the conduct, performance, safety, and workmanship of all subcontractors and vendors during the performance of work related to this project. The Contractor shall have a responsible person, employed by the Contractor, on-site at all times during working hours, or when subcontractor or vendor personnel are on site, to supervise the work of all subcontractors and vendors. The City has the right to shut down work and remove persons from the site should a responsible person employed by the Contractor not be present at any time. This will be at no cost to the City.

  • Phase 2 - Lift Station 87 Structure Special Provisions City of Sarasota Engineer: McKim & Creed, Inc. Section 00800 - Page 12 of 12 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED)

    END OF SECTION

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 1 of 15

    SECTION 01000 PROJECT REQUIREMENTS

    PART 1 - GENERAL 1.1 DESCRIPTION

    A. Scope of Work: The work to be done consists of the furnishing of all labor, materials and equipment, and the performance of all work included in this Contract.

    The Contractor shall enter into an Agreement with City in the form included to

    obtain substantial completion in 890 calendar days from the Notice to Proceed, with the final completion of all Work for the Contract Price and within the Contract Time of 920 days from the Notice to Proceed, for all work (except warranty items) in accordance with the Contract Documents.

    The Contractor shall commence Work under this Contract on or before

    fourteen (14) calendar days from the receipt of the Notice to Proceed and to fully complete all Work on the Project within the Contract Time above. The Contractor shall pay four thousand, six hundred and ninety eight dollars ($4,698.00) in liquidated damages for each consecutive calendar day completion of the Work is delayed.

    B. Work Included:

    1. The Contractor shall furnish all labor, superintendents, materials, plant,

    power, light, heat, fuel, water, tools, appliances, equipment, supplies, and means of construction necessary for proper performance and completion of the work. The Contractor shall obtain all necessary permits, unless already obtained by the City. The Contractor shall perform and complete the work in the manner best calculated to promote rapid construction consistent with safety of life and property and to the satisfaction of the Engineer and in strict accordance with the Contract Documents. The Contractor shall clean up the work and maintain it during and after construction, until accepted, and shall do all work and pay all costs incidental thereto. The Contractor shall repair or restore all structures and property that may be damaged or disturbed during performance of the work.

    2. The cost of incidental work described in these General Requirements, for

    which there are no specific Contract Items, shall be considered as part of the general cost of doing the work and shall be included in the prices for the various Contract Items. No additional payment will be made thereof.

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 2 of 15

    3. The Contractor shall provide and maintain such modern plant, tools, and equipment as may be necessary, in the opinion of the City and Engineer, to perform in a satisfactory and acceptable manner all the work required by this Contract. Only equipment of established reputation and proven efficiency shall be used. The Contractor shall be solely responsible for the adequacy of his workmanship, materials, and equipment, prior approval of the City and Engineer notwithstanding.

    C. Public Utility Installations and Structures:

    1. Public utility installations and structures shall be understood to include all

    poles, tracks, pipes, wires, conduits, vaults, manholes and all other appurtenances and facilities pertaining thereto whether owned or controlled by the City, other governmental bodies or privately owned by individuals, firms or corporations, used to serve the public with transportation, traffic control, gas, electricity, telephone, sewerage, drainage, water or other public or private property which may be affected by the work shall be deemed included hereunder.

    2. The Contract Documents contain data relative to existing public utility installations and structures above and below the ground surface. These data are not guaranteed as to completeness or accuracy and it is the responsibility of the Contractor to make his own investigations to inform himself fully of the character, condition and extent of all such installations and structures as may be encountered and as may affect the construction operations.

    3. The Contractor shall protect all public utility installations and structures from damage during the work. Access across any buried public utility installation or structure shall be made to avoid any damage to these facilities. All required protective devices and construction shall be provided by the Contractor at his expense. All existing public utilities damaged by the Contractor which are shown on the Drawings or have been located in the field by the utility shall be repaired by the Contractor, at his expense. No separate payment shall be made for such protection or repairs to public utility installations or structures.

    4. Public utility installations or structures owned or controlled by the City or other governmental body which are shown on the Drawings to be removed, relocated, replaced or rebuilt by the Contractor shall be considered as a part of the general cost of doing the work and shall be included in the prices bid for the various contract items. No separate payment shall be made thereof.

    5. Where public utility installations of structures owned or controlled by the

    City or other utility body are encountered during the course of the work, and are not indicated on the Drawings or in the Specifications, and when,

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 3 of 15

    in the opinion of the City and Engineer, removal, relocation, replacement or rebuilding is necessary to complete the work under this Contract, such work shall be accomplished by the utility having jurisdiction, or such work may be ordered, in writing by the City and Engineer, for the Contractor to accomplish. If such work is accomplished by the utility having jurisdiction it will be carried out expeditiously and the Contractor shall give full cooperation to permit the utility to complete the removal, relocation, replacement or rebuilding as required. If such work is accomplished by the Contractor, it will be paid for as extra work as provided in the Agreement.

    6. The Contractor shall, at all times in performance of the work, employ acceptable methods and exercise reasonable care and skill so as to avoid unnecessary delay, injury, damage or destruction of public utility installations and structures; and shall, at all times; in the performance of the work, avoid unnecessary interference with, or interruption of, public utility services, and shall cooperate fully with the owners thereof to that end.

    7. The Contractor shall give written notice to City and other governmental

    utility departments and other owners of public utilities of the location of his proposed construction operations, at least forty-eight hours in advance of breaking ground in any area or on any unit of the work.

    8. The maintenance, repair, removal, relocation or rebuilding of public utility installations and structures, when accomplished by the Contractor as herein provided, shall be done by methods approved by the owners of such utilities.

    1.2 DRAWINGS AND PROJECT MANUAL

    A. Drawings: When obtaining data and information from the Drawings, figures shall be used in preference to scaled dimensions, and large scale drawings in preference to small scale drawings.

    B. Copies Furnished to Contractor:

    1. After the Contract has been executed, the Contractor will be furnished

    one (1) complete set of plans (24 inches by 36 inches) and one (1) copy of the Project Manual (Contract Requirements and Specifications) and all addenda.

    2. The Contractor shall furnish each of the subcontractors, manufacturers,

    and material men such copies of the Contract Documents as may be required for their work. All copies of the Contract Documents shall be printed from the reproducible sets furnished to the Contractor. All costs of reproduction and printing shall be borne by the Contractor.

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 4 of 15

    C. Supplementary Drawings:

    1. When, in the opinion of the Engineer, it becomes necessary to explain more fully the work to be done or to illustrate the work further or to show any changes which may be required, drawings known as Supplementary Drawings, with specifications pertaining thereto, will be prepared by the Engineer; the Contractor will be furnished one (l) complete set of plans (24 inches by 36 inches) and one (l) reproducible copy of the Project Manual.

    2. The Supplementary Drawings shall be binding upon the Contractor with

    the same force as the Contract Drawings. Where such Supplementary Drawings require either less or more than the estimated quantities of work, credit to the City or compensation to the Contractor shall be subject to the terms of the Agreement.

    D. Contractor to Check Drawings and Data:

    1. The Contractor shall verify all dimensions, quantities, and details shown

    on the Drawings, Supplementary Drawings, schedules, Specifications, or other data received from the Engineer, and shall notify him of all errors, omissions, conflicts, and discrepancies found therein. Failure to discover or correct errors, conflicts or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory work, faulty construction or improper operation resulting therefrom nor from rectifying such conditions at his own expense. He will not be allowed to take advantage of any errors or omissions, as full instructions will be furnished by the Engineer, should such errors or omissions be discovered.

    2. All schedules are given for the convenience of the Engineer and the

    Contractor and are not guaranteed to be complete. The Contractor shall assume all responsibility or the making of estimates of the size, kind, and quality of materials and equipment included in work to be done under the Contract.

    E. Intent:

    1. All work called for in the Specifications applicable to this Contract, but

    not shown on the Drawings in their present form, or vice versa, shall be of like effect as if shown or mentioned in both. Work not specified in either the Drawings or in the Specifications, but involved in carrying out their intent or in the complete and proper execution of the work, is required and shall be performed by the Contractor as though it were specifically delineated or described.

    2. The apparent silence of the Specifications as to any detail, or the

    apparent omission from them of a detailed description concerning any

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 5 of 15

    work to be done and materials to be furnished, shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the best quality is to be used, the interpretation of these Specifications shall be made upon that basis.

    1.3 MATERIALS AND EQUIPMENT

    A. Manufacturer:

    1. The names of proposed manufacturers, material men, suppliers and dealers who are to furnish materials, fixtures, or other fittings shall be submitted to the Engineer for approval, as early as possible, to afford proper investigation and checking. Such approval must be obtained before Shop Drawings will be reviewed. No manufacturer will be approved for any materials to be furnished under this Contract unless it is of good reputation and has a plant of ample capacity. He shall, upon the request of the Engineer, be required to submit evidence that he has manufactured a similar product to the one specified and that it has been previously used for a like purpose for a minimum of 5 years to demonstrate its satisfactory performance.

    2. All transactions with the manufacturers or subcontractors shall be

    through the Contractor, unless the Contractor shall request and at the Engineer's option, that the manufacturer or subcontractor deal directly with the Engineer. Any such transactions shall not in any way release the Contractor from his full responsibility under this Contract.

    3. Any two or more pieces of material or equipment of the same kind, type

    or classification, and being used for identical types of service, shall be made by the same manufacturer.

    B. Delivery:

    1. The Contractor shall deliver materials in ample quantities to insure the

    most speedy and uninterrupted progress of the work so as to complete the work within the allotted time.

    2. The Contractor shall also coordinate deliveries in order to avoid delay in,

    or impediment of, the progress of the work of any related Contractor and impacts on traffic patterns.

    1.4 INSPECTION AND TESTING

    A. General:

    1. Inspection and testing of materials will be coordinated and or provided by the Contractor, as specified.

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 6 of 15

    2. For tests specified to be made by the Contractor, the testing personnel shall make the necessary inspections and tests and the reports thereof shall be in such form as will facilitate checking to determine compliance with the Contract Documents. Five (5) copies of the reports shall be submitted and authoritative certification thereof must be furnished to the Engineer as a prerequisite for the acceptance of any material or equipment.

    3. If, in the making of any test of any material, it is ascertained by the

    Engineer that the material does not comply with the Contract Documents, the Contractor will be notified thereof and he will be directed to refrain from delivering said material, or to remove it promptly from the site or from the work and replace it with acceptable material, without cost to the City.

    4. The Contractor shall be fully responsible for condition of materials during

    tests and shall neither have nor make any claim for damage which may occur to material prior to the time when the City formally takes over the material.

    B. Costs:

    1. All inspection and testing of materials furnished under this Contract will be provided by the Contractor, unless otherwise expressly specified.

    2. The cost of shop and field tests for materials, and of certain other tests

    specifically called for in the Contract Documents, shall be borne by the Contractor and such costs shall be deemed to be included in the Contract price.

    3. Materials submitted by the Contractor as an alternate to those

    specifically named in the Contract may be tested by the City for compliance. The Contractor shall reimburse the City for expenditures incurred in making such tests of materials which are rejected for non-compliance.

    C. Inspection of Materials:

    1. The Contractor shall give notice in writing to the Engineer, sufficiently in

    advance of his intention to commence the manufacture or preparation of materials especially manufactured or prepared for use in or as part of the permanent construction. Such notice shall contain a request for inspection, the date of commencement and the expected date of completion of the manufacture or preparation of materials. Upon receipt of such notice, the Engineer will arrange to have a representative present at such times during the manufacture as may be necessary to

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 7 of 15

    inspect the materials or he will notify the Contractor that the inspection will be made at a point other than the point of manufacture.

    2. The Contractor must comply with these provisions before shipping any

    material. Such inspection shall not release the Contractor from the responsibility for furnishing materials meeting the requirements of the Contract Documents.

    D. Certificate of Manufacture:

    1. When inspection is waived or when the Engineer so requires, the

    Contractor shall furnish authoritative evidence in the form of Certificate of Manufacture that the materials to be used in the work have been manufactured and tested in conformity with the Contract Documents.

    2. These certificates shall be notarized and shall include copies of the

    results of physical tests and chemical analyses, where necessary, that have been made directly on the product or on similar products of the manufacturer.

    E. Shop Tests:

    1. Each piece of equipment for which pressure, duty, capacity, rating,

    efficiency, performance, function or special requirements are specified shall be tested in the shop of the maker in a manner which shall conclusively prove that its characteristics comply fully with the requirements of the Contract Documents.

    2. No such materials shall be shipped to the work site until the Engineer

    notifies the Contractor, in writing, that the results of such tests are acceptable.

    3. Five (5) copies of the manufacturer's actual test data and interpreted

    results thereof, accompanied by a certificate of authenticity sworn to by a responsible official of the manufacturing company and/or independent laboratory, shall be forwarded to the Engineer for approval .

    4. The cost of shop tests and of furnishing manufacturer's preliminary and

    shop test data of operating equipment shall be borne by the Contractor.

    F. Demonstration Tests:

    1. Upon completion of the work and prior to final payment, all materials and piping installed under this Contract shall be subjected to demonstration tests as specified or required to provide compliance with the Contract Documents.

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 8 of 15

    2. The Contractor shall furnish labor, fuel, energy, water and all other materials, equipment and instruments necessary for all demonstration tests, at no additional cost to the City. The furnishing Contractor shall assist in the demonstration tests as applicable.

    G. Final Inspection:

    In no case will the final pay estimate be reviewed until the Contractor has complied with all requirements set forth and the Engineer and City have made a final inspection with the Contractor of the entire work and is satisfied that the entire work is properly and satisfactorily constructed in accordance with the requirements of the Contract Documents.

    1.5 TEMPORARY STRUCTURES

    A. Temporary Fences: If, during the course of the work, it is necessary to remove or disturb any fence or part thereof, the Contractor shall provide a suitable temporary fence at his own expense.

    B. Responsibility for Temporary Structures: In accepting the Contract, the

    Contractor assumes full responsibility for the sufficiency and safety of all temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the City from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provisions.

    1.6 TEMPORARY SERVICES

    A. Accident Prevention:

    1. Precautions shall be exercised at all times for the protection of person and property. The safety provisions of applicable laws, building and construction codes shall be observed.

    2. The Contractor shall comply with the U.S. Department of Labor Safety

    and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL 91-596), and under Section 107 of the contract work. Hours and Safety Standards Act (PL 91-54), except where state and local safety standards have been approved by the Secretary of Labor in accordance with provisions of the Occupational Safety and Health Act, shall be complied with.

    B. First Aid: The Contractor shall keep upon the site, at each location where

    work is in progress, a completely equipped first aid kit and a handbook with telephone numbers for emergency medical services (EMS) and shall provide ready access thereto at all times when men/women are employed on the work.

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 9 of 15

    1.7 LINES AND GRADES

    A. Grade:

    1. All work under this Contract shall be constructed in accordance with the lines and grades shown on the Drawings, or as given by the Engineer. The full responsibility for keeping alignment and grade shall rest upon the Contractor

    2. The City and Engineer will provide bench mark information on base line

    controlling points. Reference marks for lines and grades as information on the work progresses will be located by the Contractor to cause as little inconvenience to the prosecution of the work as possible. The Contractor shall so place excavation and other materials as to cause no inconvenience in the use of the reference remarks provided. The Contractor shall remove any obstructions placed by him contrary to this provision.

    B. Surveys:

    1. The Contractor shall furnish and maintain, at his own expense, stakes

    and other such materials.

    2. The Contractor shall retain the services of a qualified registered professional land surveyor currently licensed in the State of Florida to identify existing control points and provide line and grade surveys necessary to properly construct the work.

    3. The Contractor shall check such reference marks by such means as he

    may deem necessary and, before using them, shall call the City and Engineer's attention to any inaccuracies.

    4. The Contractor shall, at his own expense, establish all working or

    construction lines and grades as required from the reference marks set by the Engineer, and shall be solely responsible for the accuracy thereof. He shall, however, be subject to the review of the City and Engineer.

    5. The Contractor shall keep the City and Engineer informed a minimum of

    (48) hours in advance as to the need for line and grade reference marks, in order that they may be furnished and all necessary measurements made for record and payment with the minimum of inconvenience to the City or delay to the Contractor.

    6. It is the intention not to delay the work for the establishment of reference

    marks but, when necessary, working operations shall be suspended for

  • Phase 2 - Lift Station 87 Structure Project Requirements City of Sarasota Engineer: McKim & Creed, Inc. Section 01000 - Page 10 of 15

    such reasonable time as the City may require for this purpose.

    C. Safeguarding Marks:

    1. The Contractor shall so place excavation and other materials as to cause no inconvenience in the use of the reference marks provided. Any obstructions placed by the Contractor contrary to this provision shall be removed.

    2. The Contractor shall safeguard all points, stakes, grade marks,

    monuments and bench marks made or established on the work, bear the cost of re-establishing them if disturbed, and bear the entire expense of rectifying work improperly installed due to not maintaining or protecting or to removing without authorization such established points, stakes and remarks.

    3. The Contractor shall safeguard all existing and known property corners,

    monuments and marks adjacent to but not related to the work and, shall bear the cost of re-establishing them if disturbed or destroyed.

    4. The Contractor shall notify the Engineer immediately upon disturbing or

    destroying any reference marks.

    1.8 ADJACENT STRUCTURES AND LANDSCAPING

    A. Responsibility:

    1. The Contractor shall also be entirely responsible and liable for all damage or injury as a result of his operations to all other adjacent public and private property, structures of any kind and appurtenances thereto met with during the progress of the work.

    2. The cost of protection, replacement in their original locations and

    conditions or payment of damages for injuries to such adjacent public and private property and structures affected by the work, whether or not shown on the Drawings, and the removal, relocation and reconstruction of such items called for on the Plans or specified shall be included in the various Contract items and no separate payments will be made therefor.

    3. Contractor is expressly advised that the protection of buildings,

    structures, tanks, pipelines, etc., and related work adjacent and in the vicinity of his operations, wherever they may be, is solely his responsibility.

    4. Conditional in