625
MIAMI-DADE COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS CARLOS A. GIMENEZ, MAYOR ESTEBAN BOVO, Jr., CHAIRPERSON BARBARA J. JORDAN JEAN MONESTIME REBECA SOSA AUDREY M. EDMONSON SALLY A. HEYMAN BRUNO A. BARREIRO XAVIER L. SUAREZ DANIELLA LEVINE CAVA DENNIS C. MOSS SEN. JAVIER D. SOUTO JOE A. MARTINEZ JOSÉ "PEPE" DIAZ MIAMI-DADE WATER AND SEWER DEPARTMENT PREPARED BY LESTER SOLA, DIRECTOR Rev 1-25-18 CD 5.3 UPGRADE OF PUMP STATION 692 CONTRACT No. S-908 PCTS NUMBER 13315 VOLUME 1 of 2 FEBRUARY 2018

MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

MIAMI-DADE COUNTY, FLORIDA

BOARD OF COUNTY COMMISSIONERS

CARLOS A. GIMENEZ, MAYOR

ESTEBAN BOVO, Jr., CHAIRPERSON

BARBARA J. JORDAN JEAN MONESTIME REBECA SOSA AUDREY M. EDMONSON SALLY A. HEYMAN BRUNO A. BARREIRO

XAVIER L. SUAREZ

DANIELLA LEVINE CAVA

DENNIS C. MOSS

SEN. JAVIER D. SOUTO

JOE A. MARTINEZ

JOSÉ "PEPE" DIAZ

MIAMI-DADE WATER AND SEWER DEPARTMENT PREPARED BY LESTER SOLA, DIRECTOR Rev 1-25-18

CD 5.3 UPGRADE OF PUMP STATION 692

CONTRACT No. S-908

PCTS NUMBER 13315

VOLUME 1 of 2

FEBRUARY 2018

Page 2: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well
Page 3: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 00010 - 1 PCTS No. 13315

TABLE OF CONTENTS

VOLUME I OF II

TABLE OF CONTENTS (6 pages)

ADVERTISEMENT FOR BIDS (2 pages)

INSTRUCTION TO BIDDERS (28 pages)

SPECIAL PROVISIONS (8 pages)

SUBMITTAL CHECK LIST WITH BID (1 page)

PROPOSAL FORM (11 pages plus 3A thru 3L)

CERTIFIED RESOLUTION (Proposal/Bid Bond) (1 page)

PRESCRIBED BID BOND (6 pages)

QUESTIONNAIRE (5 pages)

ISD FORM NO. 1 DB – LOCAL BUSINESS PREFERENCE AFFIDAVIT (2 pages)

SCHEDULE OF INTENT AFFIDAVIT (SBE-CONST) PROGRAM (1 page)

SCHEDULE OF INTENT AFFIDAVIT (SBE-G/S) PROGRAM (1 page)

RESIDENTS FIRST TRAINING AND EMPLOYMENT PROGRAM RESPONSIBLE

CONTRACTOR/SUBCONTRACTOR AFFIDAVIT FORM (RFTE 1 CONTRACTORS) (1 page)

SUBMITTAL CHECKLIST PRIOR TO AWARD (1 page)

CONTRACT (3 pages)

CERTIFIED RESOLUTION (1 page)

SURETY PERFORMANCE AND PAYMENT BOND (3 pages)

VENDOR AFFIDAVITS FORM (4 pages)

COLLUSION AFFIDAVIT (2 pages)

SUBCONTRACTOR/SUPPLIER LISTING (1 page)

COMMUNITY WORKFORCE PROGRAM WORKFORCE PLAN (3 pages)

RESIDENTS FIRST TRAINING AND EMPLOYMENT PROGRAM RESPONSIBLE

CONTRACTOR/SUBCONTRACTOR AFFIDAVIT FORM (RFTE 1 SUBCONTRACTORS) (1 page)

RESIDENTS FIRST TRAINING AND EMPLOYMENT PROGRAM CONSTRUCTION WORKFORCE

PLAN (RFTE 2) (1 page)

SWORN STATEMENT ON PUBLIC ENTITY CRIMES (2 pages)

SCRUTINIZED COMPANIES LIST RQUIREMENT CERTIFICATION FORM (1 page)

GENERAL TERMS AND CONDITIONS (89 pages)

SUPPLEMENTAL GENERAL TERMS AND CONDITIONS (4 pages)

RESPONSIBLE WAGES AND BENEFITS FOR HEAVY CONSTRUCTION (35 pages)

Page 4: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 00010 - 2 PCTS No. 13315

TECHNICAL SPECIFICATIONS

VOLUME 1 OF 2

DIVISION 01 GENERAL REQUIREMENTS

01010 Summary of Work

01014 Construction Sequence

01025 Measurement and Payment

01026 Application for Payment

01038 Requests for Information

01045 Cutting, Coring, and Patching

01046 Control of Work

01050 Project Controls (Surveying)

01110 Environmental Protection Procedures

01170 Special Provisions

01200 Project Meetings

01300 Submittals

01310 Construction Scheduling

01322 Photographic Documentation

01370 Schedule of Values

01400 Quality Control

01410 Testing and Testing Laboratory Services

01445 Pipeline Testing and Cleaning

01465 Equipment Testing and Startup

01500 Temporary Facilities

01600 Delivery, Storage, and Handling

01700 Contract Closeout

01710 Cleaning

01720 Project Record Documents

01730 Operation and Maintenance Data

01740 Warranties and Bonds

DIVISION 02 SITE WORK

02050 Demolition and Modifications

02063 Packaging and Storage of Existing Equipment

02100 Site Preparation

02140 Dewatering and Drainage

02200 Earthwork

02225 Excavation

02230 Granular Fill Materials

02270 Erosion and Sedimentation Control

02515 Concrete Walkways

02576 Pavement Repair and Resurfacing

02616 Ductile Iron Pipe and Fittings

02821 Chain-Link Fences and Gates

02931 Loaming and Sodding

Page 5: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 00010 - 3 PCTS No. 13315

VOLUME 1 OF 2

DIVISION 03 CONCRETE

03180 Concrete Coating

03301 Concrete and Reinforcing Steel

03600 Grout

03740 Modifications to Existing Concrete

03741 Concrete Repairs DIVISION 04 MASONRY

04200 Unit Masonry DIVISION 05 METALS

05321 Composite Steel Floor Deck

05500 Miscellaneous Metal

DIVISION 06 WOOD AND PLASTICS

06100 Rough Carpentry DIVISION 07 THERMAL AND MOISTURE PROTECTION

07520 Styrene-Butadiene-Styrene (SBS) Modified Bituminous Membrane Roofing

07591 Preparation for Reroofing

07710 Roof Specialties

07920 Joint Sealants DIVISION 08 DOORS AND WINDOWS

08111 Aluminum Doors and Frames

08710 Door Hardware

Page 6: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 00010 - 4 PCTS No. 13315

VOLUME 2 OF 2

DIVISION 09 FINISHES

09200 Cement Plaster (Stucco)

09901 Surface Preparation and Shop Prime Painting

09902 Painting

DIVISION 10 SPECIALTIES

10200 Louvers

10520 Fire Protection Specialties

10800 Toilet Accessories DIVISION 11 EQUIPMENT

11210 Vertical (Dry Pit) Centrifugal Sewage Pumps

DIVISION 12 FURNISHINGS

12484 Floor Mats

DIVISION 13 SPECIAL CONSTRUCTION

13300 Instrumentation & Controls – General Provisions

13302 Testing

13303 Training

13305 Control Descriptions

13306 Applications Engineering Services

13311 PLC Hardware and Software

13320 Control and Data Network Equipment

13330 Control Panel Enclosures and Panel Equipment

13335 Control Panel Uninterruptible Power Supply (Single-Phase)

13340 Instruments

DIVISION 14 CONVEYING SYSTEMS (NOT USED)

DIVISION 15 MECHANICAL

15050 Piping – General Requirements

15100 Valves

15103 Resilient Seated Ball Valves for Pump Control and Hydraulic Valve Accumulator System

15120 Piping Specialties

15140 Pipe Hangers and Supports

15400 Plumbing – General Provisions

15405 Plumbing – Demolition

15410 Plumbing – Piping Systems

15440 Plumbing – Fixtures and Trim

15450 Plumbing – Equipment

15500 HVAC

Page 7: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 00010 - 5 PCTS No. 13315

VOLUME 2 OF 2

DIVISION 15 MECHANICAL, CONTINUED

15600 Fuel System

15860 Fans

15990 Testing, Adjusting, and Balancing

DIVISION 16 ELECTRICAL

16000 Electrical – General Provisions

16015 Power System Study

16110 Raceways, Boxes, Fittings, and Supports

16120 Wires and Cables

16150 Motors

16191 Miscellaneous Equipment

16216 Diesel Engine Driven Generator

16370 Variable Frequency Drives

16450 Low Voltage Switchgear

16466 Low Voltage Bus Duct

16470 Panelboards

16480 Low Voltage Motor Control Center(s)

16500 Lightning System

16502 Lightning Protection System

16600 Underground System

16660 Grounding System

16720 Fire Alarm System

16950 Electrical Systems Testing and Settings

APPENDICES

APPENDIX A Geotechnical Report

APPENDIX B Safety and Health Policy

APPENDIX C Booster Pumps Prepurchase Package

END OF SECTION

Page 8: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 00010 - 6 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 9: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

S-892 Page 1 of 3 BID SET

ADVERTISEMENT FOR BIDS MIAMI-DADE COUNTY, FLORIDA

Sealed bids for a Consent Decree (CD) Project known and identified as CD 5.03 UPGRADES TO SEWAGE PUMP STATION 0692, Contract No. S-908, will be received in the First Floor Lobby of the Douglas Headquarter Building of the Miami-Dade Water and Sewer Department, located at 3071 SW 38 Ave., Miami FL 33146, until 2:00 P.M., Local Time, at which time they will be transferred to Room 156A on MARCH 19, 2018, or as modified by addendum. Bids/Proposals must be submitted in a sealed envelope along with the Schedule of Intent Affidavit Form (if required) and any other Small Business Development (SBD) documents. The envelope must have printed on the outside the name of the Bidder, the business address, the name and number of the project for which the bid is submitted, and the date of the bid opening. Bids will be opened publicly and read aloud on the date and time stated above in Room 156A at the Douglas Headquarter Building of the Miami-Dade Water and Sewer Department at 2:00 P.M., Local Time. Bids/Proposals received after the first envelope has been opened will not be accepted. The Schedule of Intent Affidavit(s) of the lowest 2 bidders will be forwarded to the Internal Services Department’s Division of Small Business Development (SBD). Upon notification by SBD, bidders may correct defects on the Schedule of Intent Affidavit(s) within 48 hours after being notified. The mailing address of the Miami-Dade Water and Sewer Department is 3071 SW 38 Avenue, Miami, FL 33146, to the attention of the Construction Contracts Section. The County reserves the right to postpone or cancel the bid opening at any time prior to the scheduled opening of bids.

NOTE: REQUESTS FOR INFORMATION (RFI) WILL ONLY BE ACCEPTED UP TO FIVE (5) BUSINESS DAYS PRIOR TO BID OPENING DATE. ANY RFI RECEIVED AFTER THIS DATE WILL NOT BE CONSIDERED.

A NON-MANDATORY PRE-BID CONFERENCE will be held at the Miami-Dade Water and Sewer Department's Douglas Headquarter Building, 3071 SW 38 Ave., Miami FL 33146, in Conference Room 156A, on FEBRUARY 27, 2018 . The meeting will begin at 10:00 A.M. or shortly thereafter. Immediately following the meeting, there will be a non-mandatory site visit, which will be held at the location of the project. Bidders are encouraged to attend both of these functions. The Bid Proposal must be accompanied by a bid security in an amount not less than five percent (5%) of the total bid. The bid security can be in the attached Prescribed Bid Bond form, which shall be executed by the Bidder and a qualified Surety, satisfactory and payable to the Miami-Dade County, Florida, Board of County Commissioners. The bid security can also be in the form of a certified check or cashier's check on a solvent national or state bank. The successful contractor must execute a one hundred (100%) Surety Performance and Payment Bonds. NO BIDDER MAY WITHDRAW HIS BID WITHIN 120 DAYS FROM BID OPENING DATE. NOTE: Before entering into a contract with the County, contractors must register and acquire a Vendor Identification Number (VIN). For further information, you can go to http://www.miamidade.gov/procurement/vendor-registration.asp, or call the Vendor Service Section in the Division of Procurement Management at (305) 375-5773. For additional information please call Mr. Isaac Smith at (786) 552-8989 or send electronic mail to: [email protected]. NOTE: THIS PROJECT IS UNDER THE CONE OF SILENCE (Pursuant to MDC Section 2-11.1 (t)) ANY E-MAILS SENT TO MR. ISAAC SMITH MUST

ALSO COPY THE CLERK OF THE BOARD AT [email protected]. The Project is subject to the requirements of Miami Dade County Code (County Code) Sec. 10-33.02. - Small Business Enterprise Construction Services Program and Administrative Order 3-22 whereby it has been determined that subcontractor goals must be included in the Contract. The Small Business Enterprise – Construction goal is 15.62% and the Small Business Enterprise – Goods and Services goal is 7.94% which is based on the construction estimate plus the 10% Contingency Allowance. The Community Workforce Program (CWP) is not applicable.

Miami-Dade County has entered into a Consent Decree with the United States, Environmental Protection Agency, the State of Florida, and Florida Department of Environmental Protection (collectively “Regulatory Agencies”), to remediate its aging wastewater infrastructure that was approved by the United States District Court for the Southern District of Florida, Case No. 1:12-cv-24400-FAM. This project is intended to satisfy the requirements identified in the Consent Decree in Appendix D as CD Project 5.03. The full text of the Consent Decree is available online at:

http://www.miamidade.gov/water/library/reports/consent-decree/consent-decree-signed.pdf

This project is one in a series of projects that are being processed under County Code Section 2-8.2.12, entitled Miami-Dade Water and Sewer Department Consent Decree and Capital Improvement Programs Acceleration Ordinance. In general, the project consists of furnishing all materials, labor, and equipment necessary for the upgrade of Pump Station 692, located at 30211 SW 147th Avenue, Homestead, Florida 33033.

The scope of work includes, but is not limited to, furnishing and installing four (4) new vertical centrifugal pumps and motors rated at 300 horsepower, new pump station control valves and piping, and building modifications to install new switchgear and variable frequency drives (VFDs). As this is a combination station (Pump Station 692A and Booster Pump Station 692B), the scope includes removing and replacing three (3) existing wet well vertical centrifugal pumps and 2-speed 100 horsepower motors with associated valves. The upgrades also include the following structural work, architectural work, construction of a new electrical room, complete with air conditioning system, replacement of louvers, partial demolition of masonry walls, concrete floors and concrete equipment supports, rehabilitation of wet well, electrical upgrades, replacement of motor starters with VFDs, replacement of suction and discharge piping and valves, making asphaltic paving repairs, along with civil and site work, including installation of a magnetic meter, erosion control, sodding, grading, drainage and site restoration; removal of existing interior 1,000 KW Generator and installing exterior 1,500 KW Emergency Generator System and fuel storage tank; all other appurtenant and miscellaneous items and work for a complete, functional and satisfactory installation of the project.

It is Miami-Dade Water and Sewer Department’s intent to obtain a completely functional and satisfactory installation under this project, and any items of labor, equipment or materials which may be reasonably assumed as necessary to accomplish this and shall be supplied whether or not they are specifically shown on the plans or stated in the specifications. The Contractor shall provide all sheeting, shoring, bracing and all other labor, material or equipment required to preclude damage to, or loss of functionality of, any existing facility or system.

Page 10: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

S-892 Page 2 of 3 BID SET

The construction estimate (consisting of biddable items) for this project is $7,012,402.44. NOTE: THIS AMOUNT DOES NOT INCLUDE A CONTINGENCY ALLOWANCE, OR DEDICATED ALLOWANCES. The construction time is 365 consecutive calendar days. The County has allocated certain funds for this project. Should the amounts bid exceed expected levels, the Department reserves the right to either reduce quantities and/or delete elements of the work while proceeding at the prices bid, or reject bids and re-advertise at its sole option. One of the following licenses is required: State General Contractor, General Engineering Contractor and/or other categories as applicable by Chapter 489 of the Florida Statutes or County Code Chapter 10. (See Instruction to Bidders, Section 13). Also see SP 1.0 of the Special Provisions for additional bidder qualifications and minimum construction experience requirements, including the following: This is a Booster Pump Station which impacts the system performance of multiple pump stations. This project is time sensitive with extend liquidated damages as mandated under the USEPA Consent Decree. The successful bidder must be capable of starting the project at NTP and manning it through timely completion. See Special Provision 3 for Liquidated Damages. Bidders shall demonstrate relevant minimum experience by submitting proof with their bid contract experience as required below:

A. The Bidder shall demonstrate relevant experience of directing/managing specialty contractors such as structural, electrical and instrumentation subcontractors by listing a least one (1) project completed as the prime contractor within the last ten (10) years at sewage facilities, with a minimum total construction cost of one-and-a-half million dollars ($1,500,000) or more.

B. The Bidder, as prime contractor, shall have successfully completed the installation or removal and replacement of pumps and motors for at

least one (1) raw sewage pump station within the last ten (10) years which included the Installation of vertical (dry pit) centrifugal pumps (minimum 100 horsepower).

C. The Bidder or Bidder’s Electrical Subcontractor shall have successfully completed at least one (1) project demonstrating experience with

460 VAC power supply and pump station controls/integration within the last ten (10) years meeting the following requirements:

1. 460 VAC switchgear 2. 460 VAC variable frequency drives 3. PLC auxiliary control panel 4. Pump Station Control System Integrator

The Contract Documents are available to the public for inspection at the Douglas Headquarter Building of the Miami-Dade Water and Sewer Department, Construction Contracts Section, Room No. 107, located at 3071 SW 38 Avenue, Miami, FL 33146. Only electronic copies of the Contract Documents on CD are available for purchase. CD’s with Contract Documents may be obtained at the physical address above, or requested through the mail, directed to the attention of Mr. Isaac Smith, Construction Contracts Section, addressed to 3071 SW 38 Avenue, Miami, Florida 33146, for a non-refundable charge of Twenty ($20.00) per CD, in the form of check or money order made payable to the Miami-Dade Water and Sewer Department and indicating on the check the Contract Number of the project being requested. If requested by mail, the bidder has to include his FEDEX or UPS account to cover the charges, otherwise, the set cannot be sent. The contractor is hereby advised pursuant to Miami-Dade County Resolution R-1395-05 and County Code Section 2-1701, Contractors involved in the construction of improvements on County property must post a notice of job opportunities with the Miami-Dade County Job Clearinghouse. Contractors with job openings must complete a Notice of Job Opening form and submit to the Small Business Development (SBD) Division of Internal Services Department (ISD) for posting. The job vacancy notices should be delivered within ten (10) working days following award of the contract and whenever a job opening occurs. Pursuant to County Code Section 2-11.1 (t), a "Cone of Silence" is imposed upon RFP’s, RFQ’s or bids after advertisement and terminates at the time the County Mayor issues a written recommendation to the Board of County Commissioners or authorizes an award subject to Miami Dade Code County Code Section 2-8.2.12. The Responsible Wages and Benefits Ordinance 90-143 (County Code Section 2-11.16) applies to this Project. The current Responsible Wage Rates are published annually and can be found at www.miamidade.gov/smallbusiness/responsible-wages-and-benefits.asp . These requirements are set forth in the Instruction to Bidders Section 21. The County has an initiative to provide construction labor employment and training opportunities for Miami-Dade residents through Employ Miami-Dade initiative. Contractors are encouraged to visit the Employ Miami-Dade website at http://www.miamidade.gov/smallbusiness/employ-miami-dade.asp to learn more about this continuing effort. The Contract is subject to review and audit by the Office of the Miami-Dade County Inspector General (IG) and further information is specified in the Instruction to Bidders and General Terms and Conditions. The cost of mandatory random audits by the Miami-Dade County IG is 1/4 of one percent of the Contract price and shall be incorporated into the Contract price by the Bidder. The Department will deduct from each progress payment 1/4 of one percent of that payment to fund the Office of the Miami-Dade County Inspector General. This Project is subject to the requirements of County Code Section No. 2-8.5 of the, which mandates that in any competitive bid process where award, if any, is to be made to the responsive and responsible bidder offering the lowest bid (the "Low Bidder" and "Low Bid" respectively), the following shall apply:

1. If the Low Bidder is not a Local Business, then any and all responsive and responsible Local Businesses submitting a price within ten

percent of the Low Bid, the Low Bidder, and any and all responsive and responsible Locally Headquartered Businesses submitting a price within fifteen percent of the Low Bid, shall have an opportunity to submit a best and final bid equal to or lower than the Low Bid.

2. If the Low Bidder is a Local Business which is not a Locally Headquartered Business, then any and all responsive and responsible Locally Headquartered Businesses submitting a price within five percent of the Low Bid, and the Low Bidder shall have an opportunity to submit a best and final bid equal to or lower than the Low Bid.

3. Award, if any, shall be made to the responsive and responsible bidder offering the lowest best and final bid.

Page 11: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

S-892 Page 3 of 3 BID SET

4. Ties in best and final bid shall be resolved in the following order of priority: Locally Headquartered Business, Local Business, other business.

5. If no best and final bid is required in accordance with the provisions above, award, if any, shall be made to the Low Bidder. This Project is subject to the provisions of County Code Section 2-8.8, Fair subcontracting practices, which requires that all contracts in which a bidder may use a Subcontractor, prior to contract award, the bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts. Additional information is provided in the Instruction to Bidders and Standard Construction General Conditions. Prospective bidders are advised that 1) the County reserves the right to directly purchase materials, equipment, supplies and other items for this project, which are included in the Contractor’s Base Bid and/or the Contract, (substantially in accordance with the Contract Documents) and 2) a Recommendation for Contract Award will be conditioned upon the submittal of any and all documents required by the County as part of the bid evaluation process, including but not limited to, the schedule of values and project schedule. Listing of subcontractors required (County Code Sec. 10-34, 2-8.1 and 2-8.8). The requirements of this section shall apply to those county and Public Health Trust construction contracts in which a bidder may use a subcontractor which involve the expenditure of one hundred thousand dollars ($100,000.00) or more. Such contracts shall require the entity contracting with the county to list all first tier subcontractors who will perform any part of the contract and all suppliers who will supply materials for the contract work direct to such entity. The contract shall also require the entity contracting with the County to report to the County the race, gender, and ethnic origin of the owners and employees of all such first tier subcontractors. When a competitive process is utilized to select the entity that will contract with the county, the specifications shall provide that it shall be a condition of award for the successful bidder to provide the listing of subcontractors, if required. The contract shall require the contractor to provide to the County the race, gender and ethnic information as soon as reasonably available and in any event prior to final payment under the contract. Timely submission of a properly completed and signed "Subcontractor/Supplier Listing, ISD Form 7" (a copy of which is included in the specifications) constitutes compliance with the listing requirements of the Ordinance. In order to be deemed properly complete, the word "NONE" must be entered under the appropriate heading of ISD FORM 7 if no subcontractors or suppliers will be used on the contract. Additional information is provided in the Instruction to Bidders and General Terms and Conditions. The Board of County Commissioners, Miami-Dade County, Florida, reserves the right to reject any or all bids, to waive any informality in any bid or to re-advertise for bids. Bids from any person, firm or Corporation in default on other contracts or agreements with the County may be rejected. Failure by the Bidder to satisfy claims on previous contracts with the County may be cause for rejection of his bid.

Lester Sola, Director Miami-Dade Water and Sewer Department

Miami-Dade County, Florida

Page 12: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE INTENTIONALLY LEFT BLANK

ER No. S049048 PCTS No. 13315

Page 13: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

INSTRUCTION TO BIDDERS

Page 1 of 31 Rev 04/10/17

TABLE OF CONTENTS 1. DEFINITIONS ........................................................................................................................ 3 2. SCOPE OF THE PROJECT ................................................................................................... 7 3. INTERPRETATION OF CONTRACT DOCUMENTS ............................................................. 7 4. RESPONSIBILITY OF THE BIDDER TO BE INFORMED ..................................................... 7 5. UTILITY CONNECTION FEES NOT BIDDABLE ................................................................... 8 6. CONFLICT WITH GENERAL TERMS AND CONDITIONS ................................................... 9 7. OTHER WORK BEING DONE AT OR NEAR THE SITE ....................................................... 9 8. QUANTITIES IN PROPOSAL APPROXIMATE ONLY .......................................................... 9 9. PRICES BID .......................................................................................................................... 9 10. SUBMISSION OF BIDS ....................................................................................................... 10 11. SIGNATURE OF BIDDERS ................................................................................................. 10 12. BID SECURITY .................................................................................................................... 11 13. QUALIFICATIONS OF BIDDERS ........................................................................................ 12

A. Bidder Qualification ......................................................................................................... 12

B. Vendor Registration ......................................................................................................... 12

C. Public Entity Crimes ........................................................................................................ 14

14. DISQUALIFICATION OF BIDDERS .................................................................................... 14 15. WITHDRAWAL OF BID ....................................................................................................... 15 16. RIGHT TO ACCEPT OR REJECT BIDS .............................................................................. 15 17. AWARD OF CONTRACT .................................................................................................... 16 18. EXECUTION OF CONTRACT ............................................................................................. 16 19. PERFORMANCE AND PAYMENT BOND ........................................................................... 16 20. DISCLOSURE AFFIDAVIT .................................................................................................. 18 21. RESPONSIBLE WAGES AND BENEFITS .......................................................................... 18 22. VENDORS AFFIDAVIT ........................................................................................................ 19 23. INSPECTION OF SITE ........................................................................................................ 19 24. PROTEST PROCEDURES ................................................................................................. 20 25. PENALTY FOR WORK WITHOUT PERMITS ..................................................................... 20 26. INDEPENDENT PRIVATE SECTOR INSPECTOR GENERAL ........................................... 20 27. ANTI-DISCRIMINATION ORDINANCE ADMINISTRATIVE ORDER ................................... 20 28. COUNTY CONTRACTORS EMPLOYMENT AND PROCUREMENT PRACTICES ............. 21 29. OFFICE OF MIAMI-DADE COUNTY INSPECTOR GENERAL............................................ 21 31. MANDATORY POSTING NOTICES OF JOB OPPORTUNITIES WITH CLEARINGHOUSE

22 32. REQUIRED BIDDER'S CERTIFICATION ............................................................................ 23 33. COST BREAKDOWN .......................................................................................................... 23 34. TRENCH SAFETY ACT ....................................................................................................... 24 35. PAPERWORK REDUCTION ............................................................................................... 24 36. FALSE CLAIMS .................................................................................................................. 24 37. OUTSTANDING OBLIGATIONS TO THE COUNTY ........................................................... 24 38. ALLOWANCE ACCOUNT AND APPROVED PERMIT FEE CALCULATION ..................... 25 39. COMMUNITY WORKFORCE PROGRAM ........................................................................... 25 40. RESIDENTS FIRST TRAINING AND EMPLOYMENT PROGRAM ..................................... 25 41. SUSTAINABLE BUILDINGS PROGRAM ............................................................................ 27 42. LOCAL PREFERENCE ORDINANCE ................................................................................. 28 43. HOMELAND SECURITY’S E-VERIFY SYSTEM ................................................................. 28 44. USER ACCESS PROGRAM (UAP) ..................................................................................... 28 45. ASBESTOS ......................................................................................................................... 29

Page 14: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

INSTRUCTION TO BIDDERS

Page 2 of 31 Rev 04/10/17

Regulated Asbestos Work Activities/Abatement Contractors .............................................. 29

Prohibition on Asbestos Containing Materials during new installation ............................... 29

46. THANKSGIVING-CHRISTMAS SHUT DOWNS AND WORKING HOURS ......................... 30 47. SAFETY, FIRE PREVENTION, AND ENVIRONMENTAL CONSIDERATIONS .................. 30 48. LEAD ABATEMENT AND DISPOSAL REQUIREMENTS ................................................... 31

Abatement................................................................................................................................. 31

Disposal .................................................................................................................................... 31

Page 15: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

INSTRUCTION TO BIDDERS

Page 3 of 31 Rev 04/10/17

The full content of Ordinances, Miami-Dade Code, Resolutions, Administrative Orders, Implementing Orders, and Florida Statutes are available online as follows:

Ordinances – (Note: Ordinances have been codified in the Miami-Dade Code of Ordinances (County Code). All references to ordinances are followed by the appropriate County Code Section reference.)

LINK: https://www.municode.com/library/fl/miami_-_dade_county/codes/code_of_ordinances Resolutions are available through the County’s Legistar System: LINK: http://www.miamidade.gov/govaction/searchleg.asp Administrative/Implementing Orders Link: http://www.miamidade.gov/ao/ Florida Statutes Link: http://www.leg.state.fl.us/statutes/

United States District Court for the Southern District of Florida, Case No. 1:12-cv-24400-FAM, herein referred to as Consent Decree:

Link: https://www.miamidade.gov/water/library/reports/consent-decree/consent-decree-signed.pdf

1. DEFINITIONS

When used in the Contract Documents (hereinafter defined),

(a) The masculine pronoun shall include the feminine and neuter, and the singular shall include the plural;

(b) "and" shall also mean "or" and "or" shall also mean "and", wherever the context or purpose

so requires;

(c) "Person" shall mean and include any individual, combination of individuals, partnership, society, association, joint stock company, corporation, estate, receiver, trustee, assignee, referee or any other person acting in a fiduciary or representative capacity, whether appointed by a court or otherwise;

(d) Wherever the words "Board of County Commissioners", "Chairman, Board of County

Commissioners", or other similar statements appear in these Contract documents, they shall be interpreted to mean "County Manager of Dade County, Florida", if applicable within the intent of Resolution No. 6182, duly passed and adopted by the Board of County Commissioners of Dade County, Florida on January 17, 1961, which provides in part that the County Manager shall execute all Contract Documents for and on behalf of Miami-Dade County, Florida. Note that Ordinance No. 12-94 transferred delegated authority from the County Manager to the County Mayor or the County Mayor’s designee.

As an exception to the above, Performance and Payment Bonds and Insurance Policies shall still be written in the name of Miami-Dade County, Florida and its Board of County

Page 16: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

INSTRUCTION TO BIDDERS

Page 4 of 31 Rev 04/10/17

Commissioners.

(e) "County", "Dade County", "Miami-Dade County" or "Metropolitan Dade County (MDC)" shall mean Miami-Dade County, Florida, a political subdivision of the State of Florida, acting by and through the Board of County Commissioners, which is a party hereto and for which this Contract is to be performed;

(f) "Commission" or "County Commissioners" shall mean the present Board of County

Commissioners of Miami-Dade County, the legal representative of Miami-Dade County, Florida, or their successors in office;

(g) "Contractor", "Bidder" or "Principal" shall mean the party of the second part to the Contract

which holds a current Certificate of Competency applicable to the type of work to be performed, who is primarily liable for the acceptable performance of the work for which it has contracted and also for the payment of all legal debts pertaining to the work

(h) “County Manager”, "County Mayor” or “County Mayor’s designee" shall mean the

administrative agent acting for and on behalf of the County Commission;

(i) "Department" shall mean the Miami-Dade Water and Sewer Department (WASD) of Miami-Dade County, Florida;

(j) "Director" shall mean the Director of the Miami-Dade Water and Sewer Department;

(k) "Engineer" shall mean the Deputy Director of Capital Improvements for the Miami Dade

Water and Sewer Department or an authorized representative;

(l) "Inspector" shall mean any person designated by the Engineer to examine and inspect materials and work for the purpose of insuring compliance by the Contractor with all requirements of the Plans and Specifications;

(m) "Bidder" shall mean any person who submits a proposal for construction of the Project

described in the Advertisement for Bids and shall refer to anyone submitting a Bid in response to this solicitation;

(n) "Principal", "Bidder" or "Contractor" shall mean the party of the second part to the Contract.

The person, firm, or corporation, holders of a current Certificate of Competency applicable to the type of work to be performed, with whom a contract has been made directly or through accredited representatives, that may have entered into a contract with Miami Dade County, Florida and who is primarily liable for the acceptable performance of the work for which they have contracted and also for the payment of all legal debts pertaining to the work;

(o) "Subcontractor" shall mean any person engaged by the Contractor to supply labor, materials

or equipment for use in the fulfillment of the Project;

(p) "Surety" shall mean the corporate bond company or individual which is bound by Performance and Payment Bond with and for the Contractor, who is primarily liable, and which engages to be responsible for their acceptable performance of the work of which contract has been made and for their payment of all debts pertaining thereto;

(q) "Project" shall mean and include all construction for which the Contractor is responsible

under the Contract Documents;

Page 17: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

INSTRUCTION TO BIDDERS

Page 5 of 31 Rev 04/10/17

(r) "Extra Work" shall mean and include all work and materials which are not described in and

covered by a price stated in the Proposal, but which during the effective period of the Contract, are found by the Engineer to be desirable or necessary to complete the Project satisfactorily and consistent with the general intention of the Contract Documents;

(s) "or equal" or "or approved equal" shall mean only that material or product which is

specifically approved by the Engineer as being an acceptable substitute for a material or product designated in the Specifications or on the Plans by a trade name or the name of the manufacturer;

(t) "Domestic" when applied to materials, shall mean materials or products produced within the

continental limits of the United States;

(u) "Contract Documents" (in no special order) shall mean and include the following:

1. Advertisement for Bids.

2. Questionnaire.

3. Instructions to Bidders.

4. Proposal (on prescribed form).

5. Certified Resolution (Proposal and Bid Form).

6. Bid Bond (on prescribed form).

7. Vendor Affidavits Form (Uniform County Affidavits) shall replace the following County Affidavits:

Ownership Disclosure Affidavit (Ordinance 90-133) (County Code Section 2-

8.1(d)). Employment Disclosure Affidavit (Ordinance 90-133) (County Code Section 2-

8.1(d)) Employment Drug-Free Workplace Certification (County Code Section 2-

8.1.2(b) Disability and Nondiscrimination Affidavit (County Code Section 2-8.5) Debarment Disclosure Affidavit (County Code Section 10-38) Vendor Obligation to County Affidavit (County Code Section 2-8.1) Code of Business Ethics Affidavit (County Code Sections 2-8.1(i), 2-11(b)(1)) Family Leave Affidavit (County Code Article V Chapter 11) County Living Wage Affidavit (County Code Section 2-8.9) Domestic Leave Affidavit (County Code Article 8, Section 11A-60 – 11A-67).

8. Sworn Statement - Public Entity Crimes (on prescribed form).

Page 18: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 6 of 31 Rev 04/10/17

9. Clearinghouse Affidavit and Job Order Request Form (on prescribed forms)

(Resolution R-1145-99).

10. Construction Contract (on prescribed form). 11. Certified Resolution (Contract, Performance and Payment Bond). 12. Performance and Payment Bond (on prescribed form). 13. General Terms and Conditions including Supplemental General Terms and

Conditions. 14. Wage and Benefit Schedules (Ordinance 90-143 (County Code Section 2-11.16)

15. Specifications.

16. Plans (as designated in the Specifications).

17. Addenda (if any). 18. Special Provisions. 19. Change Orders to the Contract. 20. Notice to Proceed. 21. Technical Specifications 22. Contract Drawings 23. Referenced Codes and Standards. 24 Warranties and Guarantees. 23. All related correspondence, field notes, logs, and other documents.

(v) Bid – shall refer to any offer(s) submitted in response to this solicitation. (w) Bid Solicitation – shall mean this solicitation documentation, including any and all addenda; (x) Bid Submittal Form – “Proposal” or “Quotation” - defines the requirement of items to be

purchased, and must be completed and submitted with Bid. The Bidder should indicate its name in the appropriate space(s) in the Proposal or Quotation documents;

(y) PMS – shall refer to Miami-Dade County’s Internal Services Department, Procurement

Management Services Division; (z) Enrolled Vendor – shall refer to a firm that has completed the necessary documentation in order

to receive Bid notifications from the County; (aa) Registered Vendor – shall refer to a firm that has completed the Miami-Dade County Business

Page 19: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 7 of 31 Rev 04/10/17

Entity Registration Application and has satisfied all requirements to enter into business agreements with the County;

(bb) The Vendor Registration Package – shall refer to the Business Entity Registration Application.

Note: For additional information about on-line vendor enrollment or vendor registration you can go to http://www.miamidade.gov/procurement/vendor-registration.asp, or call the Vendor Service Section in the Division of Procurement Management at (305) 375-5773.

2. SCOPE OF THE PROJECT

The scope of each division of the Project is stated in the Specifications.

3. INTERPRETATION OF CONTRACT DOCUMENTS

Each Bidder must thoroughly examine all Contract Documents, and examine and judge for itself all matters relating to the location and character of the proposed Project.

If the Bidder should be in doubt as to the meaning of any of the Contract Documents, or is of the opinion that the Plans and Specifications contain errors or contradictions, or reflect omissions, they shall submit a written request to the Engineer for interpretation or clarification. No interpretation of the meaning of the Plans, Specifications, or other Contract Documents will be made to any bidder orally. Each such request must be in the hands of the Engineer at least five (5) days before the date for the formal opening of bids, in order that interpretation or clarification may be issued by the Engineer in the form of written addenda, mailed or delivered to all prospective Bidders. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. Failure of any bidder to receive any such addendum or interpretation shall not relieve any Bidder from any obligation under their bid as submitted, and each Bidder should verify the number of addenda issued prior to submitting their bid.

Items shown on the Plans but not noted in the Specifications, and items noted in the Specifications but not shown on the Plans, are to be considered as both shown on the Plans and noted in the Specifications. Any errors or omissions in the Specifications or on the Plans, as to the standard of the work, shall not relieve the Contractor of the obligation to furnish a satisfactory first class job in strict conformity with the best practice found in structures or in work of a similar type. The failure of the Bidder to direct the attention of the Engineer to errors or discrepancies will not relieve the Bidder, should it be awarded the Contract, of the responsibility of performing the work to the satisfaction of the Engineer.

4. RESPONSIBILITY OF THE BIDDER TO BE INFORMED

The Bidder, by and through the submission of its bid, agrees that it shall be held responsible for having theretofore examined the site, the location and the route of all proposed work, and for having satisfied themselves as to the character of the route, the location, surface and underground obstructions, known or anticipated and all other physical characteristics pertaining to the Project that could be reasonably determined including the nature of the ground and the

Page 20: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 8 of 31 Rev 04/10/17

water table conditions, in order that they may include in the prices bid, whether aggregate sums or unit prices, all costs pertaining to the work and thereby provide for the satisfactory completion thereof, including the removal, relocation or replacement of any objects or obstruction which will be encountered in doing the proposed work.

The Bidder shall familiarize itself with all codes and regulations applicable to the specific work involved in the Project. They shall fully comply with all requirements of applicable codes and regulations whether indicated in the Contract Drawings and Specifications or not, including any modifications made by the authorities having jurisdiction over the Contract work during the life time of the Contract.

All information given on the Drawings or in the Contract Documents relating to borings, materials encountered, and ground water, is from the reports of the boring Contractors. The logs of test borings performed by the Department's boring Contractors present factual information of the subsurface conditions at the specific test boring location only. The Bidders should not consider, or conclude, that the subsurface conditions will be consistent between test boring locations. All such information was prepared for the information of the Department's Engineers only, and permission to examine the same is extended to bidders for their convenience. In no event is such information, including any shown on the Contract Drawings, to be considered a part of this Contract.

The Bidder shall be aware that after receiving approval of the Shop Drawings by the Department the successful Bidder shall be responsible for submitting to the Building and Zoning Departments shop drawings of all pre-manufactured items and all other shop drawings as required and obtain their approval prior to the manufacturing or installation of the submitted items. The successful Bidder shall also be responsible for contesting any interpretations by the Building and Zoning Departments that the Miami Dade Water and Sewer Department considers non acceptable. The Bidders shall include in their prices bid, all costs and expenses associated with the submittals, including resubmittals (if any) of such shop drawings to the Building and Zoning Departments. The cost of any fees such as impact fees, inspection fees, and the cost of all required permits shall be borne by the Department.

The Bidders shall make site surface and subsurface examinations and investigations as they choose in order to determine the character of the material and the construction conditions under which they will work. The Bidder agrees that reasonable steps to discover the particular physical and subsurface soil conditions for this Contract shall include, but not necessarily be limited to, performing its own borings and test holes, interviewing any Contractors working at or near the site, and interviewing Contractors who have done similar work in this area and/or similar areas. If requested by the Bidder, the Department will assist it in obtaining permission for exploratory work from the governing authorities having jurisdiction over the work area. Such requests must be made with reasonable advance notice prior to the date set for the opening of bids.

5. UTILITY CONNECTION FEES NOT BIDDABLE

Utility connections fees, as hereinafter defined, shall not be included in the bid. Upon the Contractor's receipt from the utility of an invoice setting forth the utility connection fee, the Contractor shall forward said invoice to the Department and the Department shall pay the utility connection fee directly to the utility. For the purposes of this Section, "utility connection fee" includes connection charges, impact fees and other cost factors which represent a proportionate share of the cost of other water and sewer facilities.

Page 21: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 9 of 31 Rev 04/10/17

6. CONFLICT WITH GENERAL TERMS AND CONDITIONS

If any portion of these Instructions to Bidders should be found or appear to be in conflict with provisions of the General Terms and Conditions, the provisions of the latter shall govern.

7. OTHER WORK BEING DONE AT OR NEAR THE SITE

The Bidder in preparing its bid should take into consideration that work by other contractors may be in progress at or near the site and during the performance of the work to which the bid relates, and that the bidder will be expected, should it be awarded the Contract, to avoid interference with work being done by such other contractors.

8. QUANTITIES IN PROPOSAL APPROXIMATE ONLY

If the Proposal form contains unit price items, the quantities stated therein are approximate only and are intended to serve as a basis for the comparison of bids and to fix the approximate amount of the cost of the Project. The County does not expressly or impliedly agree that the actual amount of the work done in the performance of the Contract will correspond with the quantities in the Proposal form; the amount of work done may be more or less than the said quantities and may be increased or decreased by the Engineer as circumstances may require. The increase or decrease of any quantity shall not be regarded as grounds for an increase in the unit price or in the time allowed for the completion of the work, except as provided in the Contract Documents.

9. PRICES BID

The price bid for each item shall be stated in both words and figures in the appropriate places in the Proposal form. All blank spaces for bid prices must be filled in with ink, or with a typewriter. The Bidder is further directed that any and all alterations, changes, corrections and modifications, made to the bid forms prior to submission of bids, must be initialed by the Bidder. Non-compliance by the Bidder of this directive may be grounds for rejection of its bid.

In the event that there is a discrepancy between the price written in words and the price written in numbers, the price written in words shall govern except where the number of units multiplied by the unit price shown in numbers equals the total price for that bid item. In such case the unit price shown in numbers shall govern over the unit price shown in words.

Where an error is made in the calculation of the total bid price of an item, the unit price shall govern. If the bidder makes an error in its addition of the total bid prices of the applicable items in the Proposal, the correct sum of its' applicable bid item totals shall be the Total Bid.

It has been determined that the County is not exempt from the payment of Florida State Sales Tax under this Contract. All items of materials, equipment and supplies furnished by the Contractor and remaining a part of the completed Project are subject to this Tax. The Bidder shall include a sufficient amount of money to pay for this Tax in its bid price. Sufficient money to pay the Tax for all miscellaneous materials and minor items shown on the Plans, specified herein,

Page 22: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 10 of 31 Rev 04/10/17

or necessary for the work, and which will remain a part of the completed Project, shall also be included in the price or prices bid, and no other compensation will be provided.

10. SUBMISSION OF BIDS

Sealed bids for a Project known and identified in the subject Advertisement for Bids will be received by the Miami-Dade Water and Sewer Department in accordance with the provisions of the Advertisement for Bids. Bids/Proposals must be timely submitted in a sealed envelope or container.

The provisions of this paragraph apply only if the project is subject to Community Small Business Enterprise (CSBE) participation provisions, as indicated in the Advertisement for Bids. Along with the sealed envelope or container containing the Bids/Proposals, the Bidder shall also submit the Schedule of Intent Affidavit. Bids/Proposals received after the first envelope or container has been opened will not be opened or considered for award. Bidders/ Proposers may cure immaterial irregularities in the Schedule of Intent submitted no later than forty-eight (48) hours following written notification by the Small Business Development Division. Note that the "prescribed Proposal Form" is defined as the current Proposal Form at the time of bid and shall include any sheets added or substituted. The mailing address of the Miami-Dade Water and Sewer Department is P.O. Box 330316, Miami, Florida 33233-0316.

Telegraphic bids and/or Facsimile bids will not be considered. Once submitted, the sealed bid cannot be changed except by withdrawal and resubmittal prior to the scheduled opening thereof as provided in these Instructions entitled "Withdrawal of Bid."

11. SIGNATURE OF BIDDERS

The Questionnaire, Proposal, Bid Bond and other such instruments must each be executed in the following manner:

(a) If from a corporation, it must be signed in ink by an authorized officer, and the secretary or

assistant secretary, with the corporate seal legibly affixed. A certified copy of a resolution of the Board of Directors of the Corporation authorizing the officer who signs the instrument to do so in its behalf shall be furnished.

(b) If from an individual, sole proprietorship or a Bidder operating under a trade name, it must

be signed in ink by that individual and witnessed by at least two witnesses. (c) If from a general partnership, it must be signed in ink by one of the partners and witnessed by two witnesses. If from a limited partnership, it must be signed in ink by a general partner and witnessed by two witnesses. If the signing partner is a corporation, the Proposal shall be signed in the same manner as for a corporation. As with an individual, each signature must be witnessed by at least two persons. The signature portion of the instrument shall be altered as appropriate for execution by a corporate partner and/or all partners, if required.

(d) It must include the exact name of the contracting organization, individual or entity.

(e) It must be properly acknowledged before a notary public.

Page 23: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 11 of 31 Rev 04/10/17

(f) A bid submitted by a corporation must list the name of the State wherein the corporation was

chartered and the business address of the corporation.

(g) A bid submitted by a joint venture must list the name of the joint venture and the mailing address and must be executed by all members of the joint venture in the same manner as if they were individually submitting bids. The signature portion of the instrument shall be altered as appropriate for execution by the joint venture and all members of the joint venture.

12. BID SECURITY

(a) Each Bid Proposal must be accompanied by a Bid Bond, or by a certified check or Cashier's Check, in an amount not less than five percent (5%) of the total amount of the bid. The Bid Bond shall be on the prescribed form, duly executed by the Bidder as principal and having as surety therein a surety company acceptable to the County and authorized to write such Bid Bond in accordance with the qualifications specified for Performance and Payment Bonds in Section 19 of the Instructions to Bidders. ANY BID THAT IS NOT ACCOMPANIED BY A BID SECURITY SHALL BE CONSIDERED NON-RESPONSIVE. The check of any of the unsuccessful Bidders, except the three (3) Lowest Bidders, will be returned within ten (10) days after the formal opening of Bids; the check of any of the three (3) Lowest Bidders, will be returned within five (5) days after the County Mayor or the County Mayor’s designee and the Bidder submitting the accepted bid have executed the written Contract. If no such contract shall be executed within one hundred and twenty (120) days after the date of the bid opening, the check, if any, of the three (3) Lowest Bidders will be returned within ten (10) days, provided that the Bidder submitting the accepted bid has not been notified of the acceptance of their bid. The Bid Bonds of any of the unsuccessful bidders will only be returned if requested by the Bidder, following the above timetables.

The award of contract, when approved by the Board of County Commissioners, shall constitute a contractual relationship through formal acceptance of the Bidder's offer.

Under a ruling of the Attorney General of the State of Florida, there shall be affixed to each certified check, State documentary stamps in the sum of 15-cents for each $100.00 of the amount of such check, as the certification of the check by a bank becomes a written obligation to pay money and is subject to the documentary stamp tax. No bid accompanied by a certified check lacking such documentary stamps affixed will be acceptable. If a cashier's check is tendered, no documentary stamps are required.

(b) Each Bidder agrees that, in the event it withdraws their bid within one hundred twenty (120) days after the date of opening of the bid, or in the event it fails to enter into a written Contract with Miami-Dade County, Florida, in accordance with the Bid as accepted and give a Performance and Payment Bond with good and sufficient surety and provide the necessary Insurance Certificates, as may be required, all within five (5) calendar days after the prescribed forms are presented to them for signature, the check or Bid Bond accompanying their bid, and the moneys payable thereon, shall become the property of and be retained and used by the Department as liquidated damages, and not as a penalty.

Page 24: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 12 of 31 Rev 04/10/17

13. QUALIFICATIONS OF BIDDERS

A. Bidder Qualification

It is the policy of the County to encourage full and open competition among all available qualified vendors. All vendors regularly engaged in the type of work specified in the Bid Solicitation are encouraged to submit Bids. To be eligible for award of a contract (including small purchase orders), Bidders must become a Registered Vendor. Only Registered Vendors can be awarded County contracts. Vendors are required to register with the County by visiting the Vendor Services Section of PMS’ web site at: http://www.miamidade.gov/procurement/vendor-registration.asp

The County endeavors to obtain the participation of all qualified small business enterprises. For information and to apply for certification, contact Small Business Development at 111 N.W. 1 Street, 19th Floor, Miami, FL 33128-1900, or by telephone at 305-375-3111. County employees and board members wishing to do business with the County are referred to in Section 2-11.1 of the Miami-Dade County Code relating to Conflict of Interest and Code of Ethics.

Bidder's Statement of Qualifications and Business References: Bidders must furnish the information requested by this form and detailed in Special Provisions Section 1.0 which will be used in determining whether the Bidder has the technical and financial ability and resources to meet the requirements of the Contract. The references and information thereon must be current and traceable. The information will, to the extent permitted by law, be treated as confidential, and except that parts of it may be discussed with persons and firms referenced by the Bidder. If the Bidder is a joint venture, each joint venture Member must prepare and submit a separate form. Extra forms, if needed, can be obtained from the Department Representative. The form must be signed by the person signing the Bid Form. If information furnished is incomplete or inadequate, additional information may be requested after Bid opening and before award Bidder’s Statement of Qualifications and Business References: Bidders must furnish the information requested by this form and detailed in Special Provisions Section 1.0 which will be used in determining whether the Bidder has the technical and financial ability and resources to meet the requirements of the Contract. The references and information thereon must be current and traceable. The information will, to the extent permitted by law, be treated as confidential, and except that parts of it may be discussed with persons and firms referenced by the Bidder. If the Bidder is a joint venture, each joint venture Member must prepare and submit a separate form. Extra forms, if needed, can be obtained from the Department Representative. The form must be signed by the person signing the Bid Form. If information furnished is incomplete or inadequate, additional information may be requested after Bid opening and before award.

B. Vendor Registration Effective September 15, 2014, to be recommended for award, the County requires that vendors complete a Miami-Dade County Vendor Registration via PMS’ online Vendor Portal:

http://www.miamidade.gov/procurement/vendor-registration.asp The vendor must have the following documents prior to registration: Miami-Dade County Local Tax Receipt (for firms with a physical location within Miami-Dade County), Certificate of Incorporation, W-9, IRS Letter 147C and an Original Notarized Summary Page. During the online registration process, the vendor shall complete the County’s Uniform Affidavit Packet (Vendors Affidavit Form). In order to complete the online registration process, the vendor shall mail the Original Notarized Summary Page within 48 hours of registering to the Vendor

Page 25: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 13 of 31 Rev 04/10/17

Services Section at 111 N.W. 1st Street, 13th Floor, Miami, FL 33128 for approval.

In the event that the vendor’s online registration submittal is not approved, the County may in its sole discretion, award to the next lowest responsive, responsible Bidder. In becoming a Registered Vendor with Miami-Dade County, the vendor confirms its knowledge of and commitment to comply with the following:

1. Miami-Dade County Ownership Disclosure Affidavit

(Sec. 2-8.1 of the County Code) 2. Miami-Dade County Employment Disclosure Affidavit

(County Ordinance No. 90-133, amending Section 2.8-1(d) (2) of the County Code) 3. Miami-Dade Employment Drug-free Workplace Certification

(Section 2-8.1.2(b) of the County Code) 4. Miami-Dade Disability and Nondiscrimination Affidavit

(Article 1, Section 2-8.1.5 Resolution R182-00 Amending R-385-95) 5. Miami-Dade County Debarment Disclosure Affidavit

(Section 10.38 of the County Code) 6. Miami-Dade County Vendor Obligation to County Affidavit

(Section 2-8.1 of the County Code) 7. Miami-Dade County Code of Business Ethics Affidavit

(Article 1, Section 2-8.1(i) and 2-11(b)(1) of the County Code through (6) and (9) of the County Code and County Ordinance No 00-1 amending Section 2-11.1(c) of the County Code)

8. Miami-Dade County Family Leave Affidavit (Article V of Chapter 11 of the County Code)

9. Miami-Dade County Living Wage Affidavit (Section 2-8.9 of the County Code)

10. Miami-Dade County Domestic Leave and Reporting Affidavit

(Article 8, Section 11A-60 11A-67 of the County Code) 11. Subcontracting Practices

(Ordinance 97-35) (NDC Section 2-8.8) 12. Subcontractor /Supplier Listing

(Ordinance 97-104) (County Code Section 2-8.1, County Code Section 10-33.01, County Code Section 10-34)

13. W-9 and IRS Letter 147C The vendor must furnish these forms as required by the Internal Revenue Service.

14. Social Security Number In order to establish a file for your firm, you must provide your firm’s Federal Employer

Identification Number (FEIN). If no FEIN exists, the Social Security Number of the owner or individual must be provided. This number becomes your “County Vendor Number”.

To comply with Section 119.071(5) of the Florida Statutes relating to the collection of an individual’s Social Security Number, be aware that PMS requests the Social Security

Number for the following purposes: Identification of individual account records To make payments to individual/vendor for goods and services provided to Miami-Dade

County Tax reporting purposes To provide a unique identifier in the vendor database that may be used for searching and

sorting departmental records 15. Office of the Inspector General

Pursuant to Section 2-1076 of the County Code.

Page 26: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 14 of 31 Rev 04/10/17

16. Small Business Enterprises (SBE) The County endeavors to obtain the participation of all small business enterprises pursuant to Sections 2-8.2, 2-8.2.3 and 2- 8.2.4 of the County Code and Title 49 of the Code of Federal Regulations. The SBE program provisions are available at http://www.miamidade.gov/business/business-development-legislation.asp.

17. Antitrust Laws By acceptance of any contract, the vendor agrees to comply with all antitrust laws of the United States and the State of Florida

C. Public Entity Crimes

To be eligible for award of a contract, firms wishing to do business with the County must comply with the following: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Chapter 10 of the Code of Miami-Dade County, Chapter 489 of the Florida Statutes, and the rules of the State of Florida Department of Professional Regulation shall govern the qualification for contractors and subcontractors. (See "Required Bidder's Certification", herein.) No contractor or subcontractor shall be required to possess any other professional designation or affiliation in order to be eligible to bid on a project. Unless prohibited by law, nothing shall prevent the County from requiring proof of sufficient expertise and skill to qualify for the subject project.

14. DISQUALIFICATION OF BIDDERS

(a) Not more than one proposal by the same Bidder, either under the same name or under different names, will be considered. Reasonable grounds for believing that a Bidder is interested in more than one proposal will cause the rejection of all proposals in which such Bidder is believed to be interested. Any or all proposals will be rejected if there is reason for believing that collusion exists among the Bidders, and no participant in such collusion will be considered in future proposals for the same work.

(b) As a condition of award, the Bidder must submit the Scrutinized Companies List Requirement Certification Form. In accordance with Florida Statute 215.135, a company that, at the time of bidding or submitting a proposal for a new contract or renewal of an existing contract, is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Florida Statute 215.473, or is engaged in business operations in Cuba or Syria, is ineligible for, and may not bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of $1 million or more. Furthermore, Any contract with an agency or local governmental entity for goods or services of $1 million or more entered

Page 27: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 15 of 31 Rev 04/10/17

into or renewed on or after July 1, 2012, is subject to of such contract at the option of the awarding body if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria.

(c) As a condition of award and in accordance with Resolution R-63-14, the Bidder must submit the Contractor Due Diligence Affidavit attesting to their recent history (prior Five (5) years) with regards to lawsuits, contract defaults, debarment and instances of Contractual non-compliance , whether related to Miami-Dade County or not.

(d) As a condition of award and in accordance with Ordinance No. 08-113 (County Code Section 2-8.1.1.1 ( c), the Bidder must submit the Miami-Dade County Collusion Affidavit stating either that the contractor is not related to any of the other parties bidding in the competitive solicitation or identifying all related parties, as defined in this section, which bid in the solicitation; and attesting that the contractor's proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantage over any other proposer. Failure to provide a Collusion Affidavit within 5 business days after the recommendation to award has been filed with the Clerk of the Board shall be cause for the Contractor to be declared non-responsive and forfeit their bid/proposal bond.

15. WITHDRAWAL OF BID

Any bid may be withdrawn prior to the time scheduled in the Advertisement for Bids for the opening thereof, provided the Bidder makes a written and signed request to the County for its bid. A Bid may also be withdrawn one hundred twenty (120) days after the date of the opening of the bids, provided that the Bidder has not been notified that their bid has been accepted.

16. RIGHT TO ACCEPT OR REJECT BIDS

The Board of County Commissioners reserves the right to reject any or all bids, or any part of any bid, to waive any informality in any bid or to re-advertise for all or any part of the work contemplated, whenever it is deemed in the best interest of the County. The County shall be the sole judge of what is in its’ ”best interest”. The County may reject any Bid if prices are not fair and reasonable, as determined by the County, and/or exceed the County’s estimated budget for this Bid Solicitation. Solicitations which result in a single or too few qualified bidders when a pool of qualified bidders is sought may be cause for rejection. Bids from any person, firm or Corporation in default on other contracts or agreements with the County may be rejected. Bids on pipeline installation contracts from any person or entity who has failed to properly perform pipeline installation work for the County may be rejected. Failure by the Bidders to satisfy claims on previous contracts with the County may be cause for rejection of their bid. Bids which are unbalanced, irregular, or obscure, or which do not comply in every respect with the Instructions to Bidders, may be rejected at the option of the County Commissioners. A proposal is irregular and the Department may reject it if it shows omissions, alterations of form, additions not specified or required, conditional or unauthorized alternate bids, or irregularities of any kind; if the cost is in excess of or below the Department’s construction estimate; or if the unit

Page 28: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 16 of 31 Rev 04/10/17

or aggregate sum prices are obviously unbalanced. Where prices are unbalanced, the County additionally reserves the right to award such contract contingent on the bidder reallocating funds across the bid items such that the bid is no longer unbalanced, and so long as such reallocation does not increase the total price bid by the bidder.

17. AWARD OF CONTRACT

If bids are found to be acceptable by the Board of County Commissioners, a Contract will be awarded to that responsive, responsible Bidder whose evaluated bid totals the lowest number of dollars and in accordance with Ordinance No. 01-21 (County Code Section 2-8.5). Notice of acceptance of their proposal and award of Contract to them will be given to the successful Bidder by a registered or certified letter to the address stated in the Proposal form.

The award, when approved by the Board of County Commissioners, and after the ten (10) days that the Mayor has to veto the action taken by the Board, shall constitute a legally binding Contract which shall be subsequently evidenced by the execution of the Contract Documents through formal acceptance of the Bidder's offer.

Although the purpose of this Solicitation is to secure a contract that can satisfy the needs of the Department, it is hereby agreed and understood that this Solicitation does not constitute the exclusive rights of the successful Bidder(s) to receive all orders that may be generated by the Department in conjunction with this Solicitation or for this type or similar types of work. Further contracts for identical or similar types of work may be let as is in the best interest of the County.

By acceptance of this Contract, the Successful Bidder acknowledges compliance with the procedures contained in Section 2-8.1(c) of the Code of Miami-Dade County, and as amended by Ordinance 95-178, (County Code Section 2-8.1(c) which requires that all delinquent and currently due fees, taxes and parking tickets have been paid. To verify or satisfy all delinquencies and currently due fees, taxes and parking tickets, contact the Miami-Dade County Tax Collector's Division.

18. EXECUTION OF CONTRACT

After the Contract award the Bidder to whom a Contract is awarded will be required to execute, in four (4) counterparts, each of which shall be deemed an original, the prescribed Contract document and Performance and Payment Bond within five (5) calendar days from the date of notice to them that the Contract document is ready for execution. The necessary Insurance Certificates as provided herein shall also be delivered within this five (5) day period.

19. PERFORMANCE AND PAYMENT BOND

Simultaneously with the delivery of the executed Contract document to the County, the Bidder to whom the Contract has been awarded must deliver to the County an executed Performance and Payment Bond on the prescribed form or in Cash, in the total amount of the accepted bid, as security for the faithful performance of the Contract and for the payment of all persons performing labor or furnishing materials in connection therewith. If Cash is used in lieu of the bond, all terms

Page 29: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 17 of 31 Rev 04/10/17

and conditions stipulated in the bond shall be just as applicable. The Performance and Payment Bond shall have as the surety thereon only such surety company or companies as are acceptable to the County and are authorized to write bonds of such character and amount in accordance with the following qualifications:

(a) All bonds shall be written through surety insurers authorized to do business in the State of

Florida as surety, with the following qualifications as to management and financial strength according to the latest (1986 or later) edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey:

Bond Amount Best Rating

500,001 to 1,500,000 B V 1,500,001 to 2,500,000 A VI 2,500,001 to 5,000,000 A VII 5,000,000 to 10,000,000 A VIII Over 10,000,000 A IX

(b) On contract amounts of 500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by:

1. Providing evidence that the Surety has twice the minimum surplus and capital required

by the Florida Insurance Code at the time the invitation to bid is issued.

2. Certifying that the Surety is otherwise in compliance with the Florida Insurance Code, and 3. Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under ss. 31 U.S.C. 9304-9308.

Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular.

(c) For contracts in excess of 500,000 the provision of Section B will be adhered to plus the

company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List.

(d) Surety Bonds guaranteed through U.S. Government Small Business Administration or

Contractors Training and Development Inc. will also be acceptable.

(e) The attorney-in-fact or other officer who signs performance and payment bond for a surety company must file with such bond a certified copy of their power of attorney authorizing them to do so. The performance and payment bond must be counter signed by the surety's resident Florida agent.

Florida Statutes 255.05 provide for the following conditions to be made in all Performance and Payment Bonds relating to public projects. The same conditions shall be just as applicable for Cash used in lieu of the bond.

"A claimant, except a laborer, who is not privity with the Principal and who has not received

Page 30: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 18 of 31 Rev 04/10/17

payment for their labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish the Principal with a notice that it intends to look to the bond for protection.

A claimant who is not in privity with the Principal and who has not received payment for their

labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to the Principal and to the Surety written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment.

No action for the labor, materials, or supplies may be instituted against the Principal or the Surety

unless both notices have been given. No action shall be instituted against the Principal or the Surety on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies".

The Performance and Payment Bond or Cash shall guarantee the work, including all warranties for one (1) year from the date of final acceptance, and shall guarantee that the work is free from latent defects for the five (5) years following the date of final acceptance of the work.

This bond does not limit the County’s ability to pursue suits direct with the Principal seeking damages for latent defects in material or workmanship, such actions being subject to the limitations found in Section 95.11 (3) (c), Florida Statutes.

20. DISCLOSURE AFFIDAVIT

The Bidder shall comply with Dade County Ordinance No. 90-133 (County Code Section 2-8.1(d) which requires that all persons or agencies entering into contracts with the County, or conducting business transactions with the County, disclose under oath their full legal name and business address (post office box addresses will not be acceptable). The Ordinance further requires that all individuals having any interest (legal, equitable, beneficial or otherwise) in the contract or business transaction also be identified.

The Miami-Dade County Vendor Affidavits Form (Uniform County Affidavits) must be completed, sworn to and notarized by the Lowest Responsive Bidder prior to the award of any County contract.

Any Bidder not signing and submitting a completed affidavit shall not be awarded a Contract with Miami-Dade County. Any contract or transaction entered into in violation of the Ordinance is voidable, and any person who willfully fails to disclose the required information or who knowingly discloses false information can be punished by civil or criminal penalties, or both, as provided in the Ordinance.

21. RESPONSIBLE WAGES AND BENEFITS

(ORDINANCE 90-143) (County Code Section 2-11.16)

Contracts $100,000 and Over

Page 31: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 19 of 31 Rev 04/10/17

For all project Contracts covered by these specifications bid in excess of $100,000, Ordinance 90-143 (County Code Section 2-11.16), including the current year Wage and Benefit Schedule shall be applicable. Wage Rates for current year are available at the following Website: http://www.miamidade.gov/smallbusiness/responsible-wages-and-benefits.asp Contracts At Or Near $100,000

For all project Contracts covered by these specifications that have an estimated value at or near $100,000, the point at which Ordinance 90-143 (County Code Section 2-11.16) comes into effect, special instructions apply. It is recommended that bidders first cost out such a project using the employee wage and benefit rates that they normally apply in preparing bids. If the estimate using these rates falls below $100,000, then there is no need to recalculate the bid using the wage and benefit levels in the subject ordinance. However, if the bid comes out to be $100,000 or greater using the rates that would normally be used, then, unless these rates are in fact the same as those that appear in the current year Wage and Benefit Report, the bid must be recalculated using the rates from this report.

Contracts Below $100,000

For all project Contracts covered by these specifications bid below $100,000, Ordinance 90-143 (County Code Section 2-11.16) will not be applicable.

22. VENDORS AFFIDAVIT

The Bidder shall comply with Dade County Ordinance No. 93-129 (County Code Section 10-38), which prevents contractors, subcontractors, their officers, their principals, stockholders, and their affiliates who have been debarred by the County, from entering into contracts with the County during the period for which they have been debarred.

It is the bidder's responsibility to ascertain that none of the subcontractors, their officers, principals or affiliates, as defined in the ordinance, are debarred by the County pursuant to Ordinance No. 93-129 (County Code Section 10-38) and Administrative Order 3-38 before submitting a bid. The Vendor Affidavits Form (Uniform County Affidavits)Pursuant to Ordinance 93-129 (County Code Section 10-38) requires the Bidder to affirm, under oath, that neither the bidder, its subcontractors, or their officers, principals or affiliates, as defined in the ordinance, are debarred by the County at the time of the bid.

Any Bidder who fails to complete the Vendor Affidavits Form (Uniform County Affidavits) Pursuant to Ordinance 93-129 (County Code Section 10-38) shall not be awarded a Contract with the County. Any contract or transaction entered into a violation of Ordinance 93-129 (County Code Section 10-38) is void, and any person who willfully fails to disclose the required information or who knowingly discloses false information can be punished by civil or criminal penalties, or both, as provided for in the law.

23. INSPECTION OF SITE

This project site access will only be provided during the pre-bid conference or duly noticed site

Page 32: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 20 of 31 Rev 04/10/17

visit by all Contractors. Those sites that are in the public Right of Way may be visited by the Contractor at their discretion.

24. PROTEST PROCEDURES

Refer to the Protest Procedures County Code Section 2-8.4.

25. PENALTY FOR WORK WITHOUT PERMITS

The Bidder is advised that should it become the Contractor for this project, any work performed within the public right of way without having obtained the necessary permits shall subject them to a ten thousand dollar ($10,000) penalty upon discovery by the Department. Said penalty shall be withheld from the first and if necessary successive payments to the Contractor.

26. INDEPENDENT PRIVATE SECTOR INSPECTOR GENERAL

The County shall have the right but not the obligation to retain the services of an Independent Private-Sector Inspector General (IPSIG) who may be engaged to audit, investigate, monitor, oversee, inspect, and review the operations, activities and performance of the Contractor and County in connection with this Contract. Accordingly, the appropriate amount for payment of an IPSIG will be reserved by the Department. This amount will not be reflected in the Proposal. Said amount shall equal the following percentage of Contract Price:

Percentage Contract Price

1.00% $ 0 -- $10 million 0.75% $10 million -- $30 million 0.50% $30 million and over

Refer to County Code Section 25B-32 Independent Audit and County Code Section 2-1076 Office of the Inspector General for further details.

The "Contract Price" listed above shall be the sum of all bid items including the allowance account(s).

27. ANTI-DISCRIMINATION ORDINANCE ADMINISTRATIVE ORDER

It is the policy of Dade County to eliminate and prevent discrimination in contracting, procurement, bonding, and financial services activities because of race, color, religion, ancestry, national origin, gender, pregnancy, age or disability, or to engage in any form of sexual harassment. To this end all bidders and suppliers shall familiarize themselves with the provisions of Miami-Dade County Administrative Order 3-23. These entities are further specifically advised that provisions of this order require that contractors bidding on county contracts and suppliers providing price quotations to bidders on county contracts shall maintain detailed phone logs in regard to, respectively, contacts between contractors and subcontractors and between suppliers and bidders for county

Page 33: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 21 of 31 Rev 04/10/17

contracts as specifically provided in the Administrative Order. Further, that these logs shall be available to Miami-Dade County personnel and may furnish evidence as to whether discriminatory activities have occurred as provided in the A.O.

28. COUNTY CONTRACTORS EMPLOYMENT AND PROCUREMENT PRACTICES ORDINANCE 98-30 (County Code Section 2-8.1.5)

In accordance with the requirements of Ordinance 98-30 (County Code Section 2-8.1.5), all firms with annual gross revenues in excess of $5 million, seeking to contract with Miami-Dade County, shall as a condition of award have a written Affirmative Action Plan and a Procurement Policy that is subject to periodic review by the County's Small Business Development Division. Firms whose Boards of Directors are representative of the population make-up of the nation are exempt from this requirement and must submit, in writing, a detailed listing of their Boards of Directors, showing the race or ethnicity of each board member, to the County's Small Business Development Division. These requirements shall be subject to periodic reviews to assure that the entities do not discriminate in their employment and procurement practices against minorities and women-owned business. It will be the responsibility of each firm to provide verification of their gross annual revenues to determine the requirement for compliance with the Ordinance.

29. OFFICE OF MIAMI-DADE COUNTY INSPECTOR GENERAL

Pursuant to Ordinance No. 97-215 (County Code Section 2-1072), the Office of the Miami-Dade County Inspector General (IG) shall have the authority and power to review past, present and proposed County programs, accounts, records, contracts and transactions. The IG shall, on a random basis, perform audits on all County contracts throughout the duration of said contract (hereinafter “mandatory random audits“). Said mandatory random audits are separate and distinct from any other audit by the County or any audit performed under Section 26, INDEPENDENT PRIVATE-SECTOR INSPECTOR GENERAL, herein. The cost of mandatory random audits is 1/4 of one percent of the Contract price. This cost shall be incorporated into the Contract price by the Bidder. The Department will deduct from each progress payment 1/4 of one percent of that payment to fund the Office of the Miami-Dade County Inspector General.

30. REPORTING OF SUBCONTRACCTING POLICIES AND PROCEDURES

ORDINANCES 98-159 (County Code Section 2-8.8) AND 97-104 (County Code Section 2-8.1 (a-f), County Code Section 10-33.1, County Code Section 10-34)

Miami-Dade County Ordinance 98-159 (County Code Section 2-8.8), Reporting of Subcontracting Policies and Procedures, requires that, prior to award, bidders provide a detailed statement of their policies and procedures for awarding subcontracts and gives guidelines for these policies and procedures. Furthermore, failure to provide the required statement shall preclude the bidder from receiving the Contract.

All successful bidders/respondents on County contracts in which subcontractors may be used shall be subject to and comply with Ordinance 97-35 (County Code Section 2-8.8), requiring bidders/respondents to provide a detailed statement of their policies and procedures for awarding subcontracts which:

Page 34: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 22 of 31 Rev 04/10/17

a) notifies the broadest number of local subcontractors of the opportunity to be awarded a subcontract;

b) invites local subcontractors to submit bids in a practical, expedient way; c) provides local subcontractors access to information necessary to prepare and

formulate a subcontracting bid; d) allows local subcontractors to meet with appropriate personnel of the bidder to

discuss the bidder's requirements; and e) awards subcontracts based on full and complete consideration of all submitted

proposals and in accordance with the bidder's stated objectives.

All bidder/respondents seeking to contract with the County shall, as a condition of award, provide a statement of their subcontracting policies and procedures. Bidders/respondents who fail to provide a statement of their policies and procedures may not be recommended by the County Manager for award by the Board of County Commissioners. Ordinance 97-104 (County Code Section 2-8.1 (a-f), County Code Section 10-33.1, County Code Section 10-34), To Require Listing of Subcontractors and Suppliers on County Contracts, as amended by Ordinance 00-30 (County Code Section 10-34), requires that for all contracts where the use of subcontractors is not precluded and involving the expenditure of $100,000 or more, the entity contracting with the County must list all first tier subcontractors and suppliers directly providing services or material to the contracting entity and that this list must be submitted by the successful bidder as a condition of award. Further, the Contractor may not change or substitute subcontractors or suppliers from those listed without written approval of the County. The Bidder’s attention is directed to Ordinances 97-104 (County Code Section 2-8.1 (a-f), County Code Section 10-33.1, County Code Section 10-34) and 00-30 (County Code Section 10-34), for further details.

Ordinance 97-104, (County Code Section 2-8.1 (a-f), County Code Section 10-33.1, County Code Section 10-34), applies to all contracts whether competitively bid by the County or not. Those contracts that have received authorization by the Board of County Commissioners to waive formal bidding procedures must also provide a listing of all first tier subcontractors and direct suppliers.

Subcontractor/Supplier Listing, SUB Form 100, may be utilized to provide the information required by this paragraph. A successful bidder or respondent who is awarded the Contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the Contract work to be performed or materials to be supplied from those identified in the listing submitted except upon written approval of the County.

31. MANDATORY POSTING NOTICES OF JOB OPPORTUNITIES WITH CLEARINGHOUSE

The Contractor is hereby advised of Resolution No. 1145-99, resolution amending Resolution No. 937-98, by making it a mandatory requirement for contractors to post notice of job opportunities resulting from the construction of improvements on County property through the County's Clearinghouse process. The procedures direct the Contractor to forward a notice of job vacancy(ies) created as a result of this construction work to the Director of the Employee Relations Department, located at Stephen P. Clark Center, 111 N.W. 1st. Street, Suite 2110, Miami, Florida, 33128. The job vacancy notice(s) should be delivered within ten (10) working days following award of Contract. The Director of the Employee Relations Department will in turn distribute said job announcements to all Miami-Dade County facilities participating in the notification requirements of Resolution No. 1145-99.

Page 35: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 23 of 31 Rev 04/10/17

32. REQUIRED BIDDER'S CERTIFICATION

Bidder must hold at the time their bid is submitted:

A. Current valid certificate, as listed below, qualifying the Bidder to perform the work contemplated by these Contract Documents. Failure to hold the appropriate certificate at the time this Bid is submitted shall render the Bid non-responsive.

1) The State of Florida Construction Industry Licensing Board, pursuant to the provisions

of Section 489.115 of the Florida Statutes; or

2) The Miami-Dade County Construction Trades Qualifying Board, pursuant to the provisions of Section 10-3 (a) of the Miami-Dade County Code. Holders of Miami-Dade County Certificates of Competency must also hold Certificates of Registration issued by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.117, Florida Statutes.

B. If Bidder is a joint venture, the joint venture entity, of whatsoever nature or qualifications,

must be qualified as a separate and distinct entity, as required by the rules of the State of Florida Department of Professional Regulations. Joint Venture Bidders not otherwise qualified as set forth above, may submit Qualifications if they have initiated the process with the Florida Construction Industry Licensing Board and have received a letter from the Department of Professional Regulations (DPR) attesting that they have satisfied the requirements of the State of Florida Department of Professional Regulations pertaining to the Qualifications of Joint Ventures. Such letters must be submitted with the Bid.

Failure to comply with the provisions of this Section, at the time this Bid is submitted, shall render the Bid non-responsive.

33. COST BREAKDOWN

The cost breakdown (schedule of values) required by Article 9 of the General Terms and Conditions, shall be submitted to the Engineer by the Contractor for approval by the Engineer within seven days after notification of award of Contract. The schedule of values shall be used as the basis for making progress payments and for determining the cost of extra work where the extra work is an increase in the quantity of work included in the cost breakdown. The cost breakdown shall be complete, with each item of materials, equipment and supplies listed, together with the quantity and price thereof, the sum of which shall be equal to the aggregate sum prices bid for "materials, equipment and supplies". The breakdown shall include a separate column of figures which shall be the cost of installation of the above items, which cost shall include prorated share of bonds, insurance, overhead and profit. The sum of this second column of figures shall be equal to the aggregate sum prices bid for "all other costs incurred in completing the project". Any item(s), as determined by the Department to be unbalanced, will not be acceptable.

The Contractor shall retain a copy of the cost breakdown in their files for reference purposes.

Page 36: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 24 of 31 Rev 04/10/17

34. TRENCH SAFETY ACT

The purpose and intention of the State of Florida "Trench Safety Act" is to provide for increased worker safety by requiring compliance with sufficient standards for trench safety when the excavation is in excess of five (5) feet deep.

The Florida Trench Safety Act is hereby incorporated herein by reference and made a part hereof as though fully set forth herein. By signing and submitting the Proposal, the Bidder certifies that it is fully aware of the Trench Safety Act, and that it is thoroughly knowledgeable of its provisions and referenced data and standards, and further, that it understands what will be required of them should it become the successful Bidder/Contractor when performing trench excavations in excess of five (5) feet deep.

35. PAPERWORK REDUCTION

In an effort to reduce the complexity and paperwork involved in submission of bids for County work, the administration and Board of County Commissioners have consolidated most of the forms into a single affidavit, Vendor Affidavits Form (Uniform County Affidavits), which replaces the individual submission of the following: Ownership Disclosure Affidavit, Employment Disclosure Affidavit, Employment Drug-Free Workplace Certification, Disability and Nondiscrimination Affidavit, Debarment Disclosure Affidavit, Vendor Obligation to County Affidavit, Code of Business Ethics Affidavit, Family Leave Affidavit, County Living Wage Affidavit, Domestic Leave Affidavit. The Bidders are specifically advised that the requirements of performing work for the County addressed in these affidavits are still in effect.

36. FALSE CLAIMS ORDINANCE 99-152 (County Code Section 21-255 thru 266)

This is an ordinance prohibiting presentation, maintenance, or prosecution of false or fraudulent claims against Miami-Dade County; requiring forfeiture of any claim containing false or fraudulent allegations or statements; imposing penalties for submission of false or fraudulent claims; providing both county and private enforcement.

The Bidder is required to maintain a final bid takeoff, pursuant to Miami-Dade County Ordinance 99-152 (County Code Section 21-255 thru 266). The final bid takeoff shall be the final estimate, tabulation, or worksheet prepared by the bidder in anticipation of the bid submitted, and shall reflect the final bid price. The final bid takeoff shall contain a line item for overhead costs. No claim for delay or other damages against the County by the bidder shall lie where the final bid takeoff has not been maintained. At the request of the County, the bidder shall certify the final bid takeoff. False certification of the bid takeoff may subject the bidder to civil or criminal penalties, debarment, or forfeiture of a claim made by the bidder, pursuant to the terms of Ordinance 99-152 (County Code Section 21-255 thru 266).

37. OUTSTANDING OBLIGATIONS TO THE COUNTY

The Bidder shall comply with Dade County Ordinance No. 99-162 (County Code Section 2-8.1)

Page 37: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 25 of 31 Rev 04/10/17

and Administrative Order (A.O.) No. 3-29, which require that the individual or entity seeking to transact business with the County to verify in the Vendor Affidavit that the individual or entity is current in its obligations to the County and is not otherwise in default of any County contract. The Ordinance and A.O. also require that any individual or entity in arrears in any payment under a contract, promissory note or other loan document with the County or any of its instrumentalities, including the Public Health Trust shall not be allowed to receive any additional County contracts, purchase orders or extensions of County contracts until either the arrearage has been paid in full or the County has agreed in writing to a repayment schedule. Failure to meet the terms of and conditions of any obligation or repayment schedule shall constitute a default of this Contract and may be cause for suspension, termination and debarment in accordance with the terms of this Contract and the debarment procedures of the County.

38. ALLOWANCE ACCOUNT AND APPROVED PERMIT FEE CALCULATION

The Bidder is required to calculate the Allowance Account amount and the Approved Permit Fee Reimbursement amount as specified percentages of the subtotal of their bid prices for the various bid items.

Refer to the end of the list of bid items in the Proposal. Calculate the Subtotal as shown and then multiply the Subtotal by the decimal value of the specified approved permit fee reimbursement percentage. Enter the result of this multiplication for the approved permit fee reimbursement amount. Then multiply the same Subtotal by the decimal value of the specified allowance account percentage. Enter the result of this multiplication for the allowance account item.

39. COMMUNITY WORKFORCE PROGRAM

This Contract may be subject to a Community Workforce Goal in accordance with Ordinance 03-1 (County Code Section 2-1701) and Administrative Order 3-37. Should a workforce goal be applicable to this Contract, Participation Provisions outlining the requirements to comply with the established workforce goal will be attached and is part of this solicitation.

40. RESIDENTS FIRST TRAINING AND EMPLOYMENT PROGRAM

Except where state or federal laws or regulations mandate to the contrary, all contractors and subcontractors of any tier performing on a County Construction Contract shall satisfy the requirements of this Article.

In accordance with Section 2-11.17 of the Code of Miami-Dade County and Implementing Order No. 3-61, available online at http://www.miamidade.gov/smallbusiness/business-development-legislation.asp, all contractors and subcontractors of any tier on (i) construction contracts valued in excess of one million dollars ($1,000,000) for the construction, demolition, alteration and/or repair of public buildings, or public works; or (ii) contracts or leases valued in excess of one million dollars ($1,000,000) for privately funded construction, demolition, alteration or repair of buildings, or improvements on County-owned land, shall comply, if applicable, with the following:

A. Bidders must:

Page 38: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 26 of 31 Rev 04/10/17

1) Submit a completed Responsible Contractor Affidavit (Form RTFE 1), along with the Bid Submittal Package. RTFE 1 shall verify the following:

i) Prior to working on the project, all persons employed by the contractor on the project to perform construction have completed the OSHA 10-hour safety training course; and

ii) Contractor will make its best reasonable efforts to have 51% of all construction labor hours performed by Miami-Dade County residents. County residents employed in furtherance of the goal set forth in the County‘s Community Workforce Program (CWP) shall be counted towards the 51% goal.

2) In the event that form RTFE 1 is not submitted along with the bid package, the County will provide a notice that the bidder has 48 hours from the time of notification to submit the form or their bid or proposal will be deemed nonresponsive and disqualified. i) Prior to the issuance of a Notice to Proceed, contractors must also submit the

following: a) A Construction Workforce Plan (Form RFTE 2) and supporting documentation; b) A list of all subcontractors to be used on the project; c) A Responsible Subcontractor Affidavit (Form RFTE 1) for each subcontractor;

and; d) A list of all employees currently employed by the contractor.

ii) Submit OSHA Safety Training Affidavit (Form RFTE 3) with all certified payrolls.

iii) Submit a Workforce Performance Report (Form RFTE 4) within 30 business days of completion of the Project.

iv) Any lessee shall include requirements of Section 2-11.7 of the Code of Miami-Dade County and Implementing Order No. 3-61, including the right of the County to access the contractor's and subcontractors' records to verify compliance, in any contract, subcontract, or sublease. Lessee shall be responsible to the County for payment of compliance monitoring costs and any penalties found due.

EMPLOY MIAMI-DADE PROGRAM

Except where state or federal laws or regulations mandate to the contrary, all contractors and subcontractors of any tier performing on a County Construction Contract shall satisfy the requirements of this Article.

In accordance with Section 5.02 of the Miami-Dade County Home Rule Amendment and Charter, Section 2-8.1 of the Code of Miami-Dade County, and Administrative Order No. 3-63, all contractors and subcontractors of any tier on (i) construction contracts valued in excess of one million dollars ($1,000,000) for the construction, demolition, alteration and/or repair of public buildings, or public works; or (ii) contracts or leases valued in excess of one million dollars ($1,000,000) for privately funded construction, demolition, alteration or repair of buildings, or improvements on County-owned land:

A. The awarded Contractor is hereby notified that the County will consider whether the Contractor made its best reasonable efforts to promote Employ Miami-Dade on this contract, as defined in A.O. 3-63, as part of the County’s evaluation and responsibility review of the Contractor for new County contract awards.

1. Referral Procedures:

Page 39: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 27 of 31 Rev 04/10/17

i) Career Source South Florida shall compile and maintain the Employ Miami-Dade Register.

ii) The Contractor will notify Career Source South Florida of the vacancy by completing a Job Opening Form on the Employ Miami-Dade website (https://iapps.careersourcesfl.com/employmd/). The job order must contain a detailed description of the job responsibilities and qualifications.

iii) Career Source South Florida will then provide a list of qualified candidates available to the Contractor with copy to the Compliance Officer.

iv) Contractor will review the resumes and qualifications of the candidates, conduct interviews with those candidates who satisfy the minimum competency requirements, and make a good faith effort to fill at least 20% of the labor workforce required per Contractor’s Construction Workforce Plan from the Employ Miami-Dade Register through Career Source South Florida.

v) Positions filled from the Employ Miami-Dade Register must be full-time, for at least 120 days, in order to be considered towards attainment of the 20% labor workforce threshold herein.

vi) If the 20% labor workforce per Contractor’s Construction Workforce Plan from Employ Miami-Dade is not met on the contract, the Contractor must provide the Compliance Officer with a detailed explanation of its efforts.

vii) Career Source South Florida may have funds to pay a portion of the salaries for Employ Miami-Dade participants. It shall be the responsibility of the Contractor to contact Career Source South Florida directly to determine eligibility for, and make arrangements as applicable with, Career Source South Florida to pay a portion of the salaries for a specified period and/or during on the job training for the Employ Miami-Dade participants employed on the contract.

41. SUSTAINABLE BUILDINGS PROGRAM

The attention of the Contractor is hereby directed to the requirements of Miami-Dade Code Chapter 9, Article III Sections 9-71 through 9-75, Sustainable Building Program, as created by Ordinance 07-65 and published in Implementing Order 8-8. The primary mechanism for determining compliance with the Sustainable Building Program shall be the U. S. Green Building Council’s Leadership in Energy and Environmental Design (LEED) Rating System. All construction projects are required to meet the standards delineated in Ordinance 07-65. Compliance shall be determined by completing a formal certification process with the U.S. Green Building Council, or as otherwise directed by the County’s Sustainability Manager.

a. New Construction (NC): All new construction projects shall be required to

attain “Silver” or higher level rating under the LEED-NC Rating System.

b. Major Renovations and Remodels: All major renovations and remodels shall attain “Certified” or higher level rating under the LEED-NC Rating System.

c. Non-Major Renovations and Remodels: All non-major renovations and remodels shall attain “Certified” or higher level rating under the appropriate LEED Rating System such as LEED-NC, LEED-Existing Building (EB) or LEED-Commercial Interior (CI).

d. Renovations, remodels, and other building upgrades not meeting the above criteria are encouraged to incorporate the maximum number of LEED approved green building practices as are feasible from a practical and fiscal perspective; however, LEED certification will not be required.

Page 40: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 28 of 31 Rev 04/10/17

43. HOMELAND SECURITY’S E-VERIFY SYSTEM

The attention of the Contractor is hereby directed to the requirements of the State of Florida Office of the Governor Executive Order No. 11-02. The Contractor hereby agrees to utilize the U.S. Department of HOMELAND SECURITY’S E-VERIFY SYSTEM, in accordance with the terms governing use of the system, to confirm the employment eligibility of all persons assigned or authorized by the Contractor to perform work pursuant to the Contract with the County.

44. USER ACCESS PROGRAM (UAP)

The attention of the Contractor is hereby directed to Special Provision SP-6.0 to determine

42. LOCAL PREFERENCE ORDINANCE

The attention of the Contractor is hereby directed to the requirements of the Code ofMiami-Dade County, Section 2-8.5; Local Preference Ordinance , which except whereFederal or State law mandates to the contrary, allow preference to be given to a localbusiness. For the purposes of the applicability of this Code section, “local business”means the bidder has a valid business tax receipt issued by Miami -Dade County atleast one year prior to bid submission, and a physical business address located withinthe limits of Miami-Dade County from which the vendor operates or performs business.A Post Office Box cannot be used t o establish a physical address.

Additionally, a Locally-Headquartered Business shall mean a Local Busi ness asdefined above which has a “principal place of business” in Miami -Dade County.“Principal place of business” means the nerve center or the center of overall direction,control, and coordination of activities of the bidder. If the bidder has only one businesslocation, such business location shall be its principal place of business.

A. If the Low bidder is not a Local Business, then any and all responsive andresponsible Local Businesses submitting a price within ten percent of the Low bid,the Low Bidder, and any and all responsive and responsible Locally -HeadquarteredBusinesses submitting a price within fifteen percent of the Low Bid, shall have anopportunity to submit a best and final bid equal to or lower than the Low Bid .

B. If the Low Bidder is a Local Business wh ich is not a Locally-HeadquarteredBusiness, then any and all responsive and responsible Locally -HeadquarteredBusinesses submitting a price within five percent of the Low Bid, and the Low Biddershall have an opportunity to submit a best and final bid equ al to or lower than theLow Bid.

Ties in best and final bid shall be resolved in the following order of priority: Locally -Headquartered Business, Local Business, other business.

Page 41: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 29 of 31 Rev 04/10/17

if the User Access Program applies to this contract. If the UAP applies, then under the requirements of Ordinance No. 13-103 (County Code Section 2-8.10), this Contract will be subject to a user access fee under the County’s User Access Program (UAP) in the amount of two percent (2%). All construction services provided under this Contract are subject to the 2% UAP. This fee applies to all Contract usage whether by County Departments or by any other governmental, quasi-governmental or not-for-profit entity. From every payment made to the Contractor under this Contract (including the payment of retainage), the County will deduct the two percent (2%) UAP fee provided in the ordinance and the Contractor will accept such reduced amount as full compensation for any and all deliverables under the Contract. The County shall retain the 2% UAP for use by the County to help defray the cost of its procurement program. Contractor participation in this pay request reduction portion of the UAP is mandatory.

45. ASBESTOS

Regulated Asbestos Work Activities/Abatement Contractors

The abatement of asbestos containing material (ACM) shall be performed by a Florida Licensed Asbestos Abatement Contractor (FLAAC). The FLAAC shall provide proof of business license, asbestos workers qualifications (medical, fit-test, training certificates), site work action plan, company safety and respiratory protection plan, and an approved copy of the EPA- NESHAP Demolition and Renovation Notification Form prior to the Notice To Proceed. All asbestos related work must be performed in compliance with all applicable regulations.

The Environmental Compliance Section (ECS) of WASD will retain a Florida Licensed Asbestos Consultant (FLAC) to conduct the asbestos abatement air and project monitoring. The FLAC shall utilize an accredited laboratory by the National Voluntary Laboratory Accreditation Program (NVLAP). The FLAC will conduct air monitoring before, during and after the abatement as well as visual inspection.

If final air results identify asbestos airborne fibers in excess of final clearance limit and/or visual inspection is not satisfactory to the FLAC or the ECS, the FLAAC must re-clean the regulated and other affected areas until all clearances are achieved. The FLAAC may not charge additionally for this work. Critical barriers are not to be removed until air clearance is declared by the FLAC or ECS. Any additional required final air clearance testing shall be repeated at the FLAAC’s expense.

Prohibition on Asbestos Containing Materials during new installation

The Department will not accept any ACM. It shall be the Contractor’s responsibility to verify that materials furnished to the Department contain no asbestos minerals. Any materials found to have asbestos and installed by the Contractor shall be removed at the contractor’s expense and replaced with asbestos-free materials. Prior to the project start date, the awarded contractor must submit documents certifying that the materials to be installed during the project are asbestos-free.

The Contractor is hereby alerted to the fact that some suspect ACM are manufactured abroad and may contain asbestos containing minerals from the serpentine or amphibole group. The asbestos minerals to be avoided are as follows:

Page 42: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 30 of 31 Rev 04/10/17

Asbestos Type CAS # Formula

Chrysotile 12001-29-5 Mg3(Si2O5)(OH)4

Amosite 12172-73-5 Fe7Si8O22(OH)2

Crocidolite 12001-28-4 Na2Fe²+3Fe³+2Si8O22(OH)2

Tremolite 77536-68-6 Ca2Mg5Si8O22(OH)2

Actinolite 77536-66-4 Ca2(Mg, Fe)5(Si8O22)(OH)2

Anthophyllite 77536-67-5 (Mg, Fe) 7Si8O22(OH)2

Richterite 17068-76-7 Na(Ca,Na) (Mg, Fe++)5(Si8O22)(OH)2

Winchite (Ca, Na)Mg4(Al,Fe³+)(Si8O22)(OH)2 The Contractor shall check the label of every product submitted. Shop drawing approval shall not absolve the Contractor of the responsibility of submitting asbestos-free materials.

46. THANKSGIVING-CHRISTMAS SHUT DOWNS AND WORKING HOURS

The Bidder is advised that, if the work of this project includes work in the public right of way, that work may be shut down by the roadway governing authority during the period from the beginning of the Thanksgiving holiday through the end of the New Year holiday or some portion(s) of that period. Unless otherwise specifically called out herein, or granted by the Engineer in writing, no extension of Contract time will be allowed due to such a shut down. If any extension of time is allowed, it will be of a non-compensable nature. All costs of such a shutdown including any demobilization/re-mobilization costs shall be the sole responsibility of the Contractor and no extra compensation will be allowed. Upon ending of any such shut down, the Contractor shall immediately resume construction operations unless otherwise ordered by the Engineer in writing.

The Contractor shall fully comply with any special working hours, and with all other requirements of the Permits, at no additional cost to WASD. Working hours noted in permits or the specifications are subject to change. In the event that changed working hours affects the work of the Contractor, the Contractor’s sole remedy shall be a non-compensable time extension. Said extension to be full compensation for all direct and indirect costs, including but not limited to loss of efficiency, loss of opportunity, increased bond or insurance premiums, or home office or extended overhead, incurred by the Contractor as a result of such change, and no additional compensation shall be considered. Night work may be required as a part of the construction.

47. SAFETY, FIRE PREVENTION, AND ENVIRONMENTAL CONSIDERATIONS A. The Contractor shall comply with the rules and regulations of the Florida Department of

Commerce regarding Industrial Safety under Section 440.56 Florida Statutes, Safety Rules Workers Compensation Laws and with United States Williams Steiger Occupational Safety and Health Act of 1970 commonly referred to as "OSHA", as applicable, and other national consensus standards of safety pertaining to particular trades.

Page 43: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 31 of 31 Rev 04/10/17

B. The Contractor shall be solely responsible for developing and implementing a “Site-Specific”

Safety and Health Plan (“S&H Plan”) pursuant to the terms of this Contract, and shall at a minimum, conform and comply with all Laws governing safety and health in the work place.

C. Prior to commencing any work at the work site, the Contractor shall submit its S&H Plan which

shall include, but is not limited to, the following:

o Hurricane Plan o Identification of competent person o Safety statistical data, which will include severity and lost-time frequencies o Contractor daily project safety inspections o Project Emergency Notification List (updated as needed) o Equipment certification and daily inspection o Trenching inspection o Confined Space Entry Permitting and coordination o Maintenance of Traffic Inspection o Hazard Communication o Work zone safety and flagging o Lockout/Tagout Coordination o Fire prevention, hotwork permitting, and Fire Watch

48. LEAD ABATEMENT AND DISPOSAL REQUIREMENTS

Abatement The abatement of lead-based paint or cutting, sanding, and/or grinding of the structures painted with lead-based paint (LBP) shall be performed by a Florida Licensed Lead Abatement Contractor (FLLAC) and in accordance with applicable local, state and federal regulations The Occupational Safety and Health Administration (OSHA) guidelines established the Lead Standard for the Construction Industry, 29 CFR 1926.62, which applies to all construction work where an employee may be exposed to lead.

Disposal

Lead containing materials may be subject to disposal restrictions. Prior to disposal, the contractor shall characterize all wastes and ensure proper disposal in accordance with all local, state and federal regulations.

Under the United States Environmental Protection Agency (EPA) regulations, lead impacted wastes generated during abatement activities are handled as either a solid waste or a hazardous waste, depending on the amount and form of lead present. If the maximum level of lead in an extract of a representative sample of the waste stream proposed for disposal, as determined by a Toxicity Characteristic Leaching Procedure (TCLP) laboratory analysis, is less than the regulatory level set in 40 CFR 261.24, then EPA regulations allow the material to be disposed of as solid waste at a solid waste landfill. If the TCLP analysis equals or exceeds the regulatory level, the material must be managed as a hazardous waste and disposed at a hazardous waste certified landfill.

The contractor must provide the ECS copies of all waste characterization analytical results and disposal manifests.

Page 44: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE INTENTIONALLY LEFT BLANK

Page 45: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SPECIAL PROVISIONS

S-908

Consent Decree Project CD 5.3

1

Rev 10-10-16

Table of Contents

SP 1.0 ADDITIONAL QUALIFICATIONS OF BIDDERS ............................................................. 2

SP 2.0 INSURANCE REQUIREMENTS .......................................................................................... 4

SP 3.0 LIQUIDATED DAMAGES ..................................................................................................... 5

SP 3.1 Liquidated Damages........................................................................................................ 5

SP 3.2 Consent Decree Liquidated Damages .......................................................................... 6

SP 4.0 SMALL BUSINESS MEASURES ........................................................................................ 7

SP 5.0 COMMUNITY WORK FORCE GOALS .............................................................................. 8

SP 6.0 USER ACCESS PROGRAM ................................................................................................ 8

SP 7.0 WORKING HOURS AND INSPECTION CHARGES ............................................................. 8

SP 8.0 REVIEW OF RECORDS ....................................................................................................... 9

Page 46: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SPECIAL PROVISIONS

S-908

Consent Decree Project CD 5.3

2

Rev 10-10-16

These Special Provisions are intended to modify, clarify, or quantify items within the General Terms and Conditions and Instructions to Bidders based on the unique requirements of this contract.

SP 1.0 ADDITIONAL QUALIFICATIONS OF BIDDERS

In order to aid the County in making an award of the Contract, the Bidder shall submit satisfactory

proof and qualifications that demonstrate construction can commence promptly upon receipt of notice to proceed, performed in a satisfactory manner, and all work covered by these Contract

Documents can be completed within the time specified. Failure to submit this information may be

cause for the Bidder to be non-responsive. The Bidder shall submit, among other things, detailed

information identifying all personnel to be utilized on this project and evidence with respect to the

following:

(a) Bidder has a well-trained and competent organization which has done work of similar

character and value;

(b) Bidder will have available to do the work at the proper time or times, adequate equipment

and facilities, listing such equipment and facilities in such detail that the information can

be quickly and accurately checked;

(c) Bidder has ample repair parts and supplies to maintain all equipment and facilities

properly and with a minimum of delay;

(d) If the Bidder is a corporation, the names of all corporate officers and the name of the

executive who will give his personal attention to this work;

(e) Detailed financial information relating to the resources of the Bidder.

Forms for submitting data and information relating to the financial responsibility of the Bidder are

attached to the Proposal form and Bidders are requested to use such forms for the purpose

intended.

Chapter 10 of the Code of Miami-Dade County, Chapter 489 of the Florida Statutes, and the

rules of the State of Florida Department of Professional Regulation shall govern the

qualification for contractors and subcontractors. (See "Required Bidder's Certification", herein.) No contractor or subcontractor shall be required to possess any other professional

designation or affiliation in order to be eligible to bid on a project. Unless prohibited by law,

nothing shall prevent the County from requiring proof of sufficient expertise and skill to qualify

for the subject project.

In addition to the general qualifications provided in Section 13 of the Instructions To Bidders, the Bidder shall also meet the following requirements and shall submit satisfactory proof and qualifications demonstrating compliance with the Bid:

Page 47: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

3Rev 10-10-16

This is a Booster Pump Station which impacts the system performance of multiple pump stations.This project is time sensitive with extend liquidated damages as mandated under the USEPAConsent Decree. The successful bidder must be capable of starting the project at NTP and manningit through timely completion. See Special Provision 3 for Liquidated Damages. Evidence of thefollowing experience shall be submitted with your Bid.

A. The Bidder shall demonstrate relevant experience of directing/managing specialty contractorssuch as structural, electrical and instrumentation subcontractors by listing a least one (1)project completed as the prime contractor within the last ten (10) years at sewage facilities,with a minimum total construction cost of one-and-a-half million dollars ($1,500,000) or more.

B. The Bidder, as prime contractor, shall have successfully completed the installation orremoval and replacement of pumps and motors for at least one (1) raw sewage pump stationwithin the last ten (10) years which included the Installation of vertical (dry pit) centrifugalpumps (minimum 100 horsepower).

C. The Bidder or Bidder’s Electrical Subcontractor shall have successfully completed at leastone (1) project demonstrating experience with 460 VAC power supply and pump stationcontrols/integration within the last ten (10) years meeting the following requirements:1. 460 VAC switchgear2. 460 VAC variable frequency drives3. PLC auxiliary control panel4. Pump Station Control System Integrator

Page 48: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SPECIAL PROVISIONS

S-908

Consent Decree Project CD 5.3

Rev 10-10-16

SP 2.0 INSURANCE REQUIREMENTS

Prior to execution of the Contract by the County and commencement of work, the Contractor shall

obtain all insurance required under this Section and submit same to the County for approval. All

insurance shall be maintained until work has been completed to the status specified below.

The Contractor shall furnish to Miami Dade Water and Sewer Department - 3071 S.W. 38th

Avenue, Miami, FL 33146-2221:

1. Certificate(s) of Insurance which clearly indicate that he has obtained the insurance coverages required in paragraphs a, b and c.

2. Original Policies which indicate the coverages required in paragraph d)

a) Worker's Compensation Insurance - as required by Chapter 440, Florida Statutes.

b) Commercial General Liability in an amount not less than $1,000,000.00 per occurrence for Bodily Injury and Property Damage combined single limit per occurrence. Insurance shall include coverage for Explosion, Collapse & Underground Hazards. Miami-Dade County must be shown as an additional insured with respect to this coverage.

c) Automobile Liability Insurance - covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000.00 per occurrence for Bodily Injury and Property Damage combined single limit per occurrence.

d) Contractor shall procure and shall maintain until work has been completed to the status specified below, complete Value Builders' Risk / or Installation Floater Insurance - covering perils on an "All Risks" basis, including windstorm, in an amount of not less than one hundred percent of the contract value of the building(s) or structure(s). The policy shall be in the names of the County and Contractor, as their interests may appear.

The Public Liability Insurance coverage as required in paragraph b) above shall include those

classifications, as listed in Standard Liability Insurance Manuals, which are applicable to the operations of the Contractor in the performance of this Contract.

All insurance policies required above shall be issued in companies authorized to do business under the laws of the State of Florida, with the following qualifications as to management and

financial strength:

The Company must be rated no less than "A" as to management, and no less than "Class "VII" as to strength, by the latest edition of Best's Insurance Guide, published by A. M. Best Company,

Oldwick, New Jersey.

The Contractor shall furnish Certificates of Insurance to the County prior to commencing any operations under this Contract, which certificates shall clearly indicate that the Contractor has

4

Page 49: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SPECIAL PROVISIONS

S-908

Consent Decree Project CD 5.3

Rev 10-10-16

obtained insurance, in the type, amount and classifications, in strict compliance with this Section. All insurance required by the Contract shall stay in force until construction of the Project is

complete to a point where no construction personnel of the Contractor or any subcontractor are

required to be on the site of the work and all survey work for as-built drawings is completed to the

satisfaction of the Engineer. At that point the Contractor shall make written request to the Engineer to discontinue all or portions of the insurance coverage for the Project (as appropriate) and upon

receipt of written permission from the Engineer may discontinue said insurance. In any instance

where work must be resumed after a pause, the Contractor shall obtain all insurance as required

above prior to performing the work.

Certificates will indicate that no modification or change in insurance shall be made without thirty (30) days advance notice to the certificate holder.

NOTE: MIAMI DADE COUNTY CONTRACT NUMBER AND TITLE OF CONTRACT MUST

APPEAR ON EACH CERTIFICATE AND POLICY.

CERTIFICATE HOLDER MUST READ:

MIAMI-DADE COUNTY

111 N.W. 1ST STREET

SUITE 2340

MIAMI, FL 33128

Compliance with the foregoing requirements shall not relieve the Contractor of his liability and

obligation under this section or under any other section of this agreement.

SP 3.0 LIQUIDATED DAMAGES

This project is mandated by a Consent Decree which has established construction schedule milestones that are critical for completion of this construction contract. These milestones have either “Consent Decree Liquidated Damages”, “Liquidated Damages” or both associated with them.

For the purpose of satisfying Construction Completion, the definition of “Substantial Completion” contained in this contract shall be modified to include the definition of “Construction Completion” as defined below. In the event of a conflict between these two definitions, the more restrictive definition shall apply.

Construction Completion shall mean completion of construction and installation of equipment or infrastructure such that the equipment or infrastructure has been placed in operation, and is expected to both function and perform as designed. This specifically includes all control systems and instrumentation necessary for normal operations and all residual handling systems are in place and operational. Miscellaneous items related to construction activities, such as restoration of surrounding areas or installation of other items not necessary for the equipment or infrastructure to function and perform as designed, is not required to be completed prior to Miami-Dade Water and Sewer Department certifying that the project has met Construction Completion.

SP 3.1 Liquidated Damages

Liquidated Damages for the timely completion of this contract shall be as specified in the General

Terms and Conditions, Article 8 “Contract Time”, paragraph F “Liquidated Damages and

5

Page 50: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SPECIAL PROVISIONS

S-908

Consent Decree Project CD 5.3

Rev 10-10-16

6

Liquidated Indirect Costs” and shall be set as specified in Table 1 below, including weekends andholidays, which sum is a fair and reasonable sum for all indirect costs as may be borne by the

County due to the Contractor exceeding the Construction Time of the Contract and represents

the actual damages which the County will have sustained per day by failure of the Contractor to

complete the work within said specified times, it being agreed that said sum is not a penalty butis the stipulated amount of damage sustained by the County in the event of such default by the

Contractor. Failure to complete work on or before Substantial Completion and Final Completion

Milestones per the table below shall result in Liquidated Damages.

Table 1

Milestones Description Duration Liquidated Damages

1 Substantial Completion 365 $1,800 Per Day

2 Final Completion 395

NOTE: The above Liquidated Damages are specifically related to Contract Time. AdditionalLiquidated Damages may be incurred as noted in Section SP 3.2. Liquidated damages listed

in this table are cumulative with those listed in Section SP 3.2.

SP 3.2 Consent Decree Liquidated Damages

Miami-Dade County has entered into a Consent Decree (United States District Court for theSouthern District of Florida, Case No. 1:12-cv-24400-FAM, herein referred to as Consent Decree)with the United States, Environmental Protection Agency, the State of Florida, and FloridaDepartment of Environmental Protection (FDEP) (collectively “Regulatory Agencies”), toremediate its aging wastewater infrastructure. This project is intended to satisfy the requirementsidentified in the Consent Decree as CD Project CD 5.3. The full text of the Consent Decree isavailable online at:

http://www.miamidade.gov/water/library/reports/consent-decree/consent-decree-signed.pdf

The Consent Decree provides that the Regulatory Agencies may impose stipulated penaltiesagainst Miami-Dade County for failure to meet the deadline for Construction Completion and forcertain sanitary sewer overflows (SSOs). In the event the Regulatory Agencies impose suchpenalties against Miami-Dade County and such penalties are a result of the Contractor’s lack ofperformance, failure to meet Construction Completion, or a SSO that occurs during construction,the Contractor shall be liable to the County for such amounts as additional Liquidated Damages(“Consent Decree Liquated Damages”). Please note these Consent Decree Liquidated Damagesare in addition to the liquidated damages as specified in the General Terms and Conditions Article11 and may be assessed separately and/or in combination with Liquidated Damages.

(a) Failure to complete work on or before Construction Completion per table below shallresult in Consent Decree Liquidated Damages as listed below.

CD Project No. Construction Completion Date

Page 51: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SPECIAL PROVISIONS

S-908

Consent Decree Project CD 5.3

Rev 10-10-16

5.3 January 3, 2019

Period of Noncompliance per Violation per Day

One (1) to fourteen (14) days $1,000

Fifteen (15) to thirty days (30) days $2,000

Thirty one (31) to sixty (60) days $3,000

Sixty one (61) to one hundred eighty (180) days $4,000

More than one hundred eighty (180) days $5,000

(b) Consent Decree Liquidated Damages for each SSO reaching waters of the United States due to a release of wastewater caused by Contractor may be assessed as:

Description Before 4/09/2019 After 4/09/2019

1 to 10,000 gallons $1,000 $1,000

10,000 to 250,000 gallons $2,000 $4,000

250,000 to 1,000,000 gallons $5,000 $10,000

Greater than 1,000,0000 gallons $10,000 $20,000

(c) Consent Decree Liquidated Damages for each SSO NOT reaching waters of the United States due to a release caused by Contractor may be assessed as:

Description Before 4/09/2019 After 4/09/2019

1 to 10,000 gallons $500 $500

10,000 to 250,000 gallons $1,000 $2,000

250,000 to 1,000,000 gallons $2,500 $5,000

Greater than 1,000,0000 gallons $5,000 $10,000

SP 4.0 SMALL BUSINESS MEASURES

Pursuant to Section 10-33.02 of the Code of Miami-Dade County, Florida, “a contractor who

fails to meet an established CSBE goal shall submit a CSBE Make-Up Plan for approval of the

[Small Business Development (“SBD”)] Division Director. A Make-up Plan and a corresponding

Schedule of Intent Affidavit must be submitted as part of any bid or proposal submitted for future contracts at the time of bid or proposal submittal.” Failure to include the required Schedule of

Intent Affidavit with bids or proposals for any future contracts shall result in the submittal being deemed non-responsive. To verify whether your company has a CSBE make-up

requirement, please refer to the SBD webpage at:

7

Page 52: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SPECIAL PROVISIONS

S-908

Consent Decree Project CD 5.3

Rev 10-10-16

http://www.miamidade.gov/smallbusiness/library/reports/goal-deficit.pdf

For questions regarding this requirement, contact Alice Hidalgo-Gato, Division Director,

Contract Monitoring and Compliance at (305) 375-3153.

Small Business Goals for this contract are as stated in the Advertisement for Bids.

SP 5.0 COMMUNITY WORK FORCE GOALS

Contractor must submit a Workforce Plan to the Miami-Dade County Regulatory and Economic

Resources Department, Small Business Development Division (formerly Department of Small

Business Development or SBD) through the Department within fifteen (15) days of notification of award of the contract. The County will not enter into the contract until it receives the

Contractor’s Workforce Plan and deems the Plan acceptable. The Workforce Plan forms may be

obtained on the County’s website at:

http://www.miamidade.gov/smallbusiness/library/forms/cwp01.pdf

In the event at contract completion, the Contractor fails to comply with the established local workforce goal, liquidated damages equal to a minimum $1500 per position or the salary that

would be payable for such position had the person(s) been hired for the position as listed on the

approved workforce plan to include all approved revisions to the workforce plan, whichever is

greater shall be withheld from the Contractor’s final payment as liquidated damages.

8

Community Workforce Goals for this contract are as stated in the Advertisement for Bids.

SP 6.0 USER ACCESS PROGRAM

This Contract is not subject to the collection of the User Access Program Fee as provided for in

the Instruction to Bidders Section 44.

SP 7.0 WORKING HOURS AND INSPECTION CHARGES

Standard Work Hours shall allow for up to a 10 hour work day starting at 7AM or as otherwiseapproved, Monday thru Friday. The Contractor shall coordinate his daily schedule with the

Construction Manager at the Pre-Construction Meeting to have inspectors at the project site

during the work. The standard work day shall be up to 10 hours of work with 1 hour for lunch.

Modifications to the standard construction schedule shall be coordinated with the ConstructionManager at least one week in advance. Optional work beyond the standard 10 hour work day or

work on Saturdays, Sundays or Holidays shall be done with the approval of the Construction

Manager and with a preapproved overtime compensation of the WASD Inspector charged to the

Contractor. Set-up and demobilization work that do not require inspection may be performedoutside of the standard 10 hour work day.

No work, however, shall be done outside of Standard Work Hours, except if such work has been

stated below or authorized by the Engineer, is necessary for the proper care and protection of the

Page 53: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SPECIAL PROVISIONS

S-908

Consent Decree Project CD 5.3

Rev 10-10-16

work already performed, or except in case of an emergency, in which event the permission of the Engineer to do such work shall be secured.

For work outside the Standard Working Hours, WASD reserves the right to charge the contractor $90 / hour per inspector required at the job site as specified in Implementing Order 4-110 - SCHEDULE OF RATES, FEES AND CHARGES FOR MIAMI-DADE WATER AND SEWER DEPARTMENT under both Schedule of Water Fees and Charges and Schedule of Wastewater Fees and Charges item #48.

SP 8.0 REVIEW OF RECORDS

In addition to the five (5) year retention period specified in this Contract, the following retention for Consent Decree projects shall apply: Until five (5) years after the termination of this Consent

Decree, the contractors and agents shall preserve, all non-identical copies of all documents,

records, or other information (including documents, records, or other information in electronic

form) in its or its agents’ possession or control, or that come into its or its agents’ possession or control, and that relate in any manner to the Contractor or its agents performance of its obligations

under this Contract. This information-retention requirement shall apply regardless of any contrary

corporate or institutional policies or procedures. At any time during this information-retention

period, upon request by the County, the Contractor shall provide copies of any documents, records, or other information required to be maintained under this Paragraph.

9

Page 54: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

CD 5.3 UPGRADE OF PUMP STATION 692

CONTRACT NO. S-908

Page 1 of 1 Rev 10/10/16

SUBMITTALS DUE AT BID

The following check list is provided for the Bidder’s convenience and may not be all inclusive of

forms and documents required to be submitted at the time of bid. Please note that Schedule of

Intent Forms listed below may require multiple copies to cover all SBE Firms used to meet

assigned goals. This form does not need to be included in your submittal package.

BIDDER'S SUBMITTAL CHECK LIST

Initials Item

Fully executed Proposal

Certified Resolution (for Bid Bond)

Prescribed Bid Bond

Questionnaire

ISD Form #1 Local Business Preference Affidavit (Optional)

Schedule of Intent Affidavit (SBE- Construction)

Schedule of Intent Affidavit (SBE- Goods & Services)

Residents First Training and Employment Program Affidavit (RFTE 1 Contractors)

Qualifications and Experience (Required by SP 1.0 of the Special Provisions)

Page 55: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE INTENTIONALLY LEFT BLANK

Page 56: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

PROPOSAL FORM

Page 1 of 12 Rev 10-10-16

FOR

CD 5.3 UPGRADE OF PUMP STATION 692

CONTRACT NO. S-908

Dated _______________ Board of County Commissioners Miami-Dade County, Florida Honorable Members:

The undersigned, as Contractor (herein used in the masculine singular, irrespective of actual gender and number) hereby declares that the only persons interested in this Proposal Form are named herein, that no other person has any interest in this Proposal Form or in the Contract to which this Proposal Form pertains, that this Proposal Form is made without connection or arrangement with any other person, and that this Proposal Form is in every respect fair, and is submitted in good faith and without collusion or fraud.

The Bidder further declares that he has satisfied himself fully relative to all matters and

conditions with respect to the work to which this Proposal Form pertains. The Bidder understands that the Total for each and every item requiring a bid is the result of

multiplying the Estimated Quantity times the Unit Price stated in words and figures. When the Estimated Quantity is an Aggregate Sum, the Aggregate Sum written in words shall be the same quantity as the Total.

The Bidder acknowledges that it has incorporated into his bid prices the cost of mandatory

random audits by the Office of the Miami-Dade County Inspector General. The Department will deduct 1/4 of one percent of each progress payment to fund the Office of the Miami-Dade Inspector General. See Section 29 of the Instructions to Bidders.

The Bidder acknowledges that it incorporated the requirements of the Residents First Training

and Employment Program requiring that all persons employed by the contractor to perform construction shall have completed, the OSHA 10 Hour safety training course established by the Occupational Safety and Health Administration of the United States Department of Labor and that the contractor will make its best reasonable efforts to promote employment opportunities for local residents and seek to achieve a project goal of having fifty-one percent (51%) of all Construction Labor hours performed by Miami-Dade County residents. See Section 40 of the Instructions To Bidders.

The Bidder acknowledges that Ordinance 90-143 Responsible Wages and Benefits applies to

this project and by submittal of this Proposal, acknowledges that he is aware of the applicability of Ordinance 90-143 and agrees to comply with the minimum wages and other provisions. See Section 21 of the Instruction To Bidders.

The Bidder acknowledges that this proposal incorporates the use of Small Business Enterprises

and a Community Workforce Goal as stated in the Advertisement for Bid, if applicable. If specified in the Special Provisions (SP 6.0), the Bidder acknowledges that it incorporated into

Page 57: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

PROPOSAL FORM

Page 2 of 12 Rev 10-10-16

his or her bid prices the cost of the Miami-Dade County User Access Program fee. The Department willdeduct two percent (2%) of each progress payment to fund the operations of Internal ServicesDepartment, Procurement Management. See Section 44 of the Instruction to Bidders.

The Bidder proposes and agrees, if this Proposal Form should be accepted, to executeall appropriate Contract Documents for the purpose of establishing a formal contractual relationshipbetween him and Miami-Dade County, Florida.

All in full and complete accordance with all terms and conditions set forth in and covered by theContract Documents including all addenda through number ______________* .

The Bidder further proposes and agrees to begin the work with an adequate force and withsufficient equipment and facilities on the date stated in the written notice issued and served upon himby the Engineer and to complete Three Hundred Sixty Five (365) consecutive calendar days includingdelivery time for materials and equipment.

For the purpose of reimbursing the County for additional costs incurred by the County andresulting from the failure of the Contractor to complete the work within the prescribed time limits, it isunderstood that the reductions for liquidated damages which are specified in Section 3 of the SpecialProvisions will apply in the event that the work is not completed within such time limits.

The Bidder further agrees that, in the event he withdraws his bid within one hundred twenty(120) days after the date of opening of the bid, or in the event he fails to enter into a written Contractwith Miami-Dade County, Florida, in accordance with the Bid as accepted and give a Performance Bondand Payment Bond with good and sufficient surety and provide the necessary Insurance Certificates,as may be required, all within five (5) calendar days after the prescribed forms are presented to him forsignature, the check or Bid Bond accompanying his bid, and the moneys payable thereon, shall becomethe property of and be retained and used by the Department as liquidated damages, and not as apenalty; otherwise, the check or Bid Bond shall be returned by the Department to the undersigned.

Attached hereto is a certified or Cashier's check for at least 5% of the full value of the contractissued by the_________________________________________ Bank of in the sum ofDollars ($_____________________________________________) or Bid Bond in the sum ofDollars ($ ________________) made payable to the Miami-Dade Water and Sewer Department.

The list of parties interested in this Proposal, the list of equipment, references, and financialstatement are to be furnished to assist the County in making the award of the Contract and they shallbe true and correct.

* Please fill in number of last addendum received. (If none, so state.)

Page 58: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3A of 12 BID SET

Item No.

Estimated Quantity

Description

Total

1.

Aggregate Sum

(4 Separate Payments)

2.

Aggregate

Sum

3.

Aggregate Sum

For all costs incurred for demolition, removal and legal disposal of existing materials and equipment, including transportation to a Department facility for salvageable equipment; complete, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

4.

Aggregate Sum

For receiving, inspecting, handling, storing and installing

Department furnished ball valves and accessories; for all

acceptance testing, complete the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

Dollars and

Cents ($____________/LS) $____________

General RequirementsGeneral Requirements, or Home/Field Office Overhead,which include costs associated with and delineated in thegeneral and supplemental conditions including Division 01of the Contract excluding the actual cost of permits whichare paid under a separate dedicated allowance excludingthe costs of materials which are paid under other bid items,the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

For performing preparatory work and operations in mobilizingfor beginning the work of the Project, including setting uptemporary facilities, preparing shop drawing submittals,supplies, materials, personnel, safety equipment and first aidsupplies, etc.;for site work including clearing, grubbing, sitepreparation, earthwork, excavation, sheeting, dewatering,backfilling, compaction, grading, erosion control, and othergeneral site work, including the costs of bonds,required insurance, and other pre-construction expenses;excluding the actual cost of permits, which are paid undera separate dedicated allowance for the aggregate sum of

Page 59: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3B of 12 BID SET

Item No.

Estimated Quantity

Description

Total

5.

Aggregate Sum

For receiving, inspecting, handling, storing and installing

Department furnished 42-inch and 48-inch plug valves and

accessories; for all acceptance testing, complete the

aggregate sum of

Dollars and

Cents ($____________/LS) $____________

6.

Aggregate Sum

For constructing reinforced masonry walls, reinforced

concrete, stucco, landings, railings, stairs, thermal and

moisture protection, doors, louvers, and roofing, the

aggregate sum of

Dollars and

Cents ($____________/LS) $____________

7.

Aggregate

Sum

For furnishing and installing plumbing upgrades and Toilet

Room Fixtures and Accessories, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

8.

Aggregate Sum

For furnishing and installing HVAC upgrades, the aggregate

sum of

Dollars and

Cents ($____________/LS) $____________

9.

Aggregate Sum

For furnishing and installing metals and miscellaneous

metals, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

Page 60: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3C of 12 BID SET

Item No.

Estimated Quantity

Description

Total

10.

Aggregate Sum

For painting and coatings including coating of the wetwell,

and all required surface preparation, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

11.

Aggregate Sum

For restoration, paving and sodding, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

12.

Aggregate Sum

For furnishing and installing Specialties and miscellaneous

work, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

13.

Ea.

(4)

For selling and delivery of interior 24-inch Plug Valves for

upgrading PS0692 at the locations shown on the plans,

complete, the price each of

Dollars and

Cents ($____________/EA) $____________

14.

Ea.

(4)

For installation of interior 24-inch Plug Valves for upgrading

PS0692 at the locations shown on the plans, complete, the

price each of

Dollars and

Cents ($____________/EA) $____________

Page 61: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3D of 12 BID SET

Item No.

Estimated Quantity

Description

Total

15.

Ea.

(4)

For selling and delivery of interior 20-inch Plug Valves for

upgrading PS0692 at the locations shown on the plans,

complete, the price each of

Dollars and

Cents ($____________/EA) $____________

16.

Ea.

(4)

For installation of interior 20-inch Plug Valves for upgrading

PS0692 at the locations shown on the plans, complete, the

price each of

Dollars and

Cents ($____________/EA) $____________

17.

Ea.

(3)

For selling and delivery of interior 14-inch Plug Valves for

upgrading PS0692 at the locations shown on the plans,

complete, the price each of

Dollars and

Cents ($____________/EA) $____________

18.

Ea.

(3)

For installation of interior 14-inch Plug Valves for upgrading

PS0692 at the locations shown on the plans, complete, the

price each of

Dollars and

Cents ($____________/EA) $____________

Page 62: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3E of 12 BID SET

Item No.

Estimated Quantity

Description

Total

19.

Ea.

(3)

For selling and delivery of interior 12-inch Plug Valves for

upgrading PS0692 at the locations shown on the plans,

complete, the price each of

Dollars and

Cents ($____________/EA) $____________

20.

Ea.

(3)

For installation of interior 12-inch Plug Valves for upgrading

PS0692 at the locations shown on the plans, complete, the

price each of

Dollars and

Cents ($____________/EA) $____________

21.

Ea.

(3)

For selling and delivery of 12-inch Check Valves for

upgrading PS0692 at the locations shown on the plans,

complete, the price each of

Dollars and

Cents ($____________/EA) $____________

22.

Ea.

(3)

For installation of 12-inch Check Valves for upgrading

PS0692 at the locations shown on the plans, complete, the

price each of

Dollars and

Cents ($____________/EA) $____________

Page 63: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3F of 12 BID SET

Item No.

Estimated Quantity

Description

Total

23.

Ea.

(3)

For selling and delivery of wetwell pumps and 100 hp motors

for upgrading PS 0692 at the locations shown on the plans,

complete, the price each of

Dollars and

Cents ($____________/EA) $____________

24.

Ea.

(3)

For installation of wetwell pumps and 100 hp motors for

upgrading PS 0692 at the locations shown on the plans,

complete, the price each of

Dollars and

Cents ($____________/EA) $____________

25.

Aggregate Sum

For receiving, inspecting, handling, storing and installing

Department furnished booster pumps, motors and

accessories; for all acceptance testing, complete the

aggregate sum of

Dollars and

Cents ($____________/LS) $____________

26.

Aggregate Sum

For selling and delivery of all interior piping and fittings work

not part of another Bid Item, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

27.

Aggregate

Sum

For installation of all interior piping and fittings work not part

of another Bid Item, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

Page 64: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3G of 12 BID SET

Item No.

Estimated Quantity

Description

Total

28.

Aggregate Sum

For selling and delivery of all exterior piping and fittings work

not part of another Bid Item, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

29.

Aggregate

Sum

For installation of all exterior piping and fittings work not part

of another Bid Item, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

30.

Aggregate

Sum

For receiving, inspecting, handling, storing and installing

Department furnished magnetic hydraulic accumulator, the

aggregate sum of

Dollars and

Cents ($____________/LS) $____________

31.

Aggregate

Sum

For furnishing the services of a single Control System

Integrator (CSI), furnishing a PLC Auxiliary Panel by the CSI,

and installing the PLC Auxiliary Panel, the aggregate sum of

Dollars and

Cents ($____________/LS) $____________

32.

Ea.

(3)

For selling and delivery of 100 hp motor starter units, the price each of.

Dollars and

Cents ($____________/EA) $____________

Page 65: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3H of 12 BID SET

Item No.

Estimated Quantity

Description

Total

33.

Ea.

(3)

For installation of 100 hp motor starter units, the price each of.

Dollars and

Cents ($____________/EA) $____________

34.

Ea.

(3)

For selling and delivery of 300 hp Variable Frequency Drives (VFD) units, the price each of.

Dollars and

Cents ($____________/EA) $____________

35.

Ea.

(3)

For installation of 300 hp Variable Frequency Drives (VFD) units, the price each of.

Dollars and

Cents ($____________/EA) $____________

36.

Aggregate Sum

For selling and delivery of electrical panel boards, switchgear, MCCs and all other Electrical and Control equipment and materials not part of another Bid Item, the aggregate sum of.

Dollars and

Cents ($____________/LS) $____________

37.

Aggregate

Sum

For installation of electrical panel boards, switchgear, MCCs and all other Electrical and Control equipment and materials not part of another Bid Item, the aggregate sum of.

Dollars and

Cents ($____________/LS) $____________

Page 66: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3I of 12 BID SET

Item No.

Estimated Quantity

Description

Total

38.

Aggregate Sum

For selling, delivery and installation of all yard piping, valves and fittings and associated appurtenances as shown in the Plan Sheet C-5 to include all valves, piping and appurtenances necessary to bypass the pump station as required, and materials not part of another Bid Item the aggregate sum of.

Dollars and

Cents ($____________/LS) $____________

39.

Aggregate Sum

For selling and delivery of the generator and fuel piping, not part of another Bid Item, the aggregate sum of.

Dollars and

Cents ($____________/LS) $____________

40.

Aggregate

Sum

For installation of the generator and fuel piping, not part of another Bid Item, the aggregate sum of.

Dollars and

Cents ($____________/LS) $____________

41.

LF 400

For replacing existing 48-inch PCCP with Department provided 48-inch ductile iron pipe including receiving, handling, storage and testing. Price per linear foot of.

Dollars and

Cents ($____________/LF) $____________

Page 67: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3J of 12 BID SET

Item No.

Estimated Quantity

Description

Total

42.

Square Feet

2,000

For performing structural repairs to the wetwell and influent

manhole as required based on Contractor’s inspection and

conformance with structural drawings and specifications,

Type C Repairs for a unit price.

Dollars and

_____________________________Cents) $_________/SF $____________

43.

Square Feet

1,250

For performing structural repairs to the wetwell and influent

manhole as required based on Contractor’s inspection and

conformance with structural drawings and specifications,

Type E Repairs for a unit price.

Dollars and

____________________________Cents) $_________/SF $____________

44.

Square Feet

1,000

For performing structural repairs to the wetwell and influent

manhole as required based on Contractor’s inspection and

conformance with structural drawings and specifications,

Type F Repairs for a unit price.

Dollars and

________________________________Cents) $______/SF $____________

45.

SUBTOTAL

Total sum of Bid Item Nos. 1 through 44. $____________

46.

Dedicated

Allowance

For performing pipe repairs to include interior lining and/or

pipe or valve replacement or repair as needed for the

existing yard piping, if authorized by the ENGINEER, for the

duration of the project, the aggregate sum of

Fifty-Thousand Dollars and

Zero Cents) $____________

Page 68: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049036 PCTS 13315 TA No. 046 Page 3K of 12 BID SET

Item No.

Estimated Quantity

Description

Total

47. Dedicated

Allowance

For all costs of required permits, fees, impact fees, inspections, if ordered by the Engineer, the sum of 3% of the Subtotal, Item 45, (0.03 x Subtotal, Item 45).

Dollars and

Cents) $____________

48.

Contingency

Allowance

Account

For Unforeseeable Conditions, for minor Construction

Changes, and for Quantity Adjustments, if ordered by the

Engineer, the sum of 10% of the Subtotal, Item 45,

(0.10)x(Subtotal, Item 45)

Dollars and

Cents $____________

47.

TOTAL BID

THE SUM OF BID ITEMS 45, 46, 47, AND 48.

$____________

Notes: (1) For a detailed description of each Proposal Bid Item, refer to Specification

Section 01025– MEASUREMENT AND PAYMENT. (2) Acceptance or award of bid shall not be considered as approval of equipment

listed in the Bid. Equipment approval shall be by submission and review of shop drawings as stated elsewhere in these specifications.

Page 69: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID ITEMS

ER S049027 PCTS 13997 TA No. 027 Page 3L of 12 BID SET

Bidder acknowledges that included in the various items of the Proposal and in the total Bid Price are costs for complying with the Florida Trench Safety act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs to be summarized below:

Trench Safety

Measure (Description)

Units of Measure (LF, SY)

Unit

(Quantity)

Unit Cost

Extended

Cost

A.__________________

_________________

_______________ _______________

_____________ ______________

______________ _______________

B. ______________ _________________

_______________ _______________

______________ _______________

______________ _______________

______________ _______________

C. ______________ _________________

_______________ _______________

______________ _______________

______________ _______________

______________

D. ______________ _________________

_______________ _______________

______________ _______________

_____________ _______________

______________ _______________

TOTAL $ _______________________________________

Page 70: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

PROPOSAL FORM

Page 4 of 12 Rev 10-10-16

WHEN THE BIDDER IS A CORPORATION: (CORPORATION SEAL)

(Name of Corporation) ATTEST By:

(Secretary) (Signature of Officer)

(Print or type name) (Print or type name)

(Official Title)

(Address)

(Telephone)

Organized under the laws of the State of , and authorized by the law to make this Proposal and perform all work and furnish materials and equipment required under the Contract Documents.

In the event that the Contractor is a corporation, there shall be attached hereto a certified copy of a resolution of the Board of Directors of the Corporation authorizing the officer who signs the Proposal Form to do so in its behalf. -------------------------- WHEN THE BIDDER IS A JOINT VENTURE: (Name of Joint Venture)

(Signature of Joint Venturer) (Signature of Joint Venturer)

(Print or type name) (Print or type name) (Title) (Title) (Address) NOTE: Complete Joint Venture in accordance with Section 11 of the Instruction To Bidders.

Page 71: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

PROPOSAL FORM

Page 5 of 12 Rev 10-10-16

WHEN THE BIDDER IS AN INDIVIDUAL: By:

(Witness signature) (Signature of individual) By:

(Print or type name) (Print or type name)

(Witness signature)

(Print or type name) (Address)

(Telephone) ACKNOWLEDGMENT: STATE OF ) )ss.: COUNTY OF ) Before me personally appeared to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public

State of at large

My Commission expires .

Page 72: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

PROPOSAL FORM

Page 6 of 12 Rev 10-10-16

WHEN THE BIDDER IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME:

(Name of firm if applicable) By:

(Witness signature) (Signature of individual) By:

(Print or type name) (Print or type name)

(Witness signature)

(Print or type name) (Address)

(Telephone) ACKNOWLEDGMENT: STATE OF )

)ss.: COUNTY OF ) Before me personally appeared to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public

State of at large

My Commission expires .

Page 73: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

PROPOSAL FORM

Page 7 of 12 Rev 10-10-16

WHEN THE BIDDER IS A PARTNERSHIP: By:

(Witness signature) (Signature of partner) By:

(Print or type name) (Print or type name)

(Witness signature)

(Print or type name) (Address)

Name and Addresses of all Partners (Telephone) ACKNOWLEDGMENT: STATE OF )

)ss.: COUNTY OF )

Before me personally appeared as partner in the above named partnership, to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public

State of at large

My Commission expires .

Page 74: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

PROPOSAL FORM

Page 8 of 12 Rev 10-10-16

In order to assist the County in determining whether the Bidder is qualified to do the work set forth in the Proposal, he shall furnish hereunder a list of references who are qualified to judge as to his financial responsibility and his experience in work of a similar nature to that bid upon. The Bidder shall furnish hereunder a list of the facilities or equipment that is available for use in case his bid is accepted. The Bidder shall furnish hereunder the full name and residences of persons and firms interested in the foregoing bid as principals. The Bidder shall furnish hereunder the name of the executive who will give personal attention to the work, and a telephone number or numbers where he may be reached 24 hours a day, 7 days a week.

Page 75: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

PROPOSAL FORM

Page 9 of 12 Rev 10-10-16

FINANCIAL STATEMENT

ASSETS CURRENT ASSETS:

Cash $

Notes and Account Receivable $

Inventories $ PLANT ASSETS:

Real Estate $

Machinery $

Good Will, Patents, etc. $ $

LIABILITIES

Notes Payable $

Accounts Payable $

Accrued Wages $

Other Liabilities $ $

EXCESS OF ASSETS $

OR NET WORTH $_____________________

NOTE: The above is a suggested form of the type of Financial Statement desired. The Bidder is not required to follow such form explicitly, but the Financial Statement submitted by him must clearly show what his financial condition is. The County reserves the privilege of requiring additional information as to financial responsibility before awarding contract.

Page 76: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 10 of 12 Rev 10-10-16

The Bidder shall list hereunder a record of his previous contracting experience.

Page 77: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 11 of 12 Rev 10-10-16

TRENCH SAFETY ACT COMPLIANCE

PROJECT TITLE:

CD 2.03 AND 2.04 PLANT 1 AND PLANT 2 HEADWORKS UPGRADES, 2.18(1) ODOR CONTROL SYSTEMS AND 2.25(2) VENTILATION IMPROVEMENTS

PROJECT: S-880

Bidder acknowledges that included in the various items of the Proposal and in the total Bid Price are costs for complying with the Florida Trench Safety act (90-96, Laws of Florida) effective October 1, 1990. The Bidder hereby assures that they will comply with The Occupational Safety and Health Administration’s excavation safety standards, 29 C.F.R. s. 1926.650 Subpart P as adopted by the State of Florida under Florida Statute 553.62 and that the cost of this compliance is summarized below:

Trench Safety Measure (Description)

Units of Measure (LF, SY)

Unit

(Quantity)

Unit Cost

Extended

Cost

A.

B.

C.

D.

TOTAL $

CD 5.3 UPGRADE OF PUMP STATION 692 S-908

Page 78: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 12 of 12 Rev 10-10-16

This Page Intentionally Left Blank

Page 79: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE INTENTIONALLY LEFT BLANK

Page 80: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 1 of 1 Rev 10/10/16

CERTIFIED RESOLUTION

I, , the duly elected Secretary of (Name (Corporate Title)

, a Corporation organized and existing under the laws of the State of , do hereby

(State) Certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said Corporation at a meeting held in accordance with law and the by-laws of the said Corporation:

"IT IS HEREBY RESOLVED that ,the duly elected (Name)

__________________________________

(Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Proposal and Bid Bond to Miami-Dade County, Florida, and the Miami-Dade Water and Sewer Department, respectively, for a certain Project entitled (Name of Project) , Contract No. and such other instruments in writing as may be necessary in behalf of the said Corporation, and that the Proposal, Bid Bond and other such instruments signed by him shall be binding upon the said Corporation as its own acts and deeds."

I further certify that the above Resolution is in force and effect and has not been revised, revoked or rescinded.

Given under my hand and the Seal of the said Corporation this day of , 20 .

(Month) (Year) By:

(Secretary)

(Seal) (Print or type name)

(Corporate Title) NOTE: The above is a suggested form of the type of Corporation Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show that the person signing the Proposal Form and Bid Bond for the Corporation has been properly empowered by the Corporation to do so in its behalf.

Page 81: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Page 82: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID BOND

Page 1 of 6 Rev 10-10-16

STATE OF FLORIDA ))ss.:

COUNTY OF MIAMI-DADE )

KNOW ALL MEN BY THESE PRESENTS: That we,(hereinafter called the "Principal")and(hereinafter called the "Surety") are held and firmly bound unto Miami Dade Water and SewerDepartment of Miami Dade County, Florida, (hereinafter called the "County"), in the penal sum of Dollarsand Cents ($ ) lawful money of the UnitedStates, which sum represents five percent of the Total Bid Price, and for the payment of which sum welland truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted theattached bid, dated , 20 .for

CD 5.3 UPGRADE OF PUMP STATION 692

CONTRACT NO. S-908

NOW, THEREFORE, if the Principal shall not withdraw said Bid within one hundred twenty (120) daysafter date of opening of the bid, and shall within fifteen (15) calendar days after the prescribedforms are presented to him for signature, enter into a written Contract with Miami-Dade County,Florida, in accordance with the Bid as accepted, and give a Performance and Payment Bondwith good and sufficient surety or sureties and provide the necessary Insurance Certificates, as maybe required, for the faithful performance and proper fulfillment of such Contract and for the promptpayment of all persons furnishing labor and materials in connection therewith, then the aboveobligation shall be void and of no effect; otherwise, to remain in full force and virtue, it being expresslyunderstood and agreed that the liability of the Surety for any and all claims hereunder shall in noevent exceed the amount of this obligation as herein stated.

The Surety, for value received, hereby agrees that its obligations hereunder shall in no way be impairedor affected by any extension of time within which said Miami-Dade County may accept such bid, andsaid Surety does hereby waive notice of any such extension.

IN WITNESS WHEREOF, the above bounden parties have caused this Bond to be executed by theirappropriate officials as of the day of , 20 .

Page 83: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID BOND

Page 2 of 6 Rev 10-10-16

WHEN THE CONTRACTOR IS A CORPORATION:

(CORPORATION SEAL) (Name of Corporation) ATTEST By: (Secretary) (Signature of Officer) (Print or type name) (Print or type name) (Official Title)

(Address) --------------------------

WHEN THE CONTRACTOR IS A JOINT VENTURE: (Name of Joint Venture) By: (Signature of Joint Venturer) (Print or type name) (Address) NOTE: Complete Joint Venture in accordance with Section 11 of the Instructions to Bidders.

Page 84: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID BOND

Page 3 of 6 Rev 10-10-16

WHEN THE CONTRACTOR IS AN INDIVIDUAL: By: (Witness signature) (Signature of individual) By: (Print or type name) (Print or type name) (Witness signature) (Print or type name) (Address) ACKNOWLEDGMENT: STATE OF ) )ss.: COUNTY OF ) Before me personally appeared to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public State of at large My Commission expires .

Page 85: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID BOND

Page 4 of 6 Rev 10-10-16

WHEN THE CONTRACTOR IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME: (Name of firm if applicable) By: (Witness signature) (Signature of individual) By: (Print or type name) (Print or type name) (Witness signature) (Print or type name) (Address) ACKNOWLEDGMENT: STATE OF ) )ss.: COUNTY OF ) Before me personally appeared to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public State of at large My Commission expires .

Page 86: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID BOND

Page 5 of 6 Rev 10-10-16

WHEN THE CONTRACTOR IS A PARTNERSHIP: By: (Witness signature) (Signature of Partner) By: (Print or type name) (Print or type name) (Witness signature) (Print or type name) (Address) ACKNOWLEDGMENT: STATE OF ) )ss.: COUNTY OF ) Before me personally appeared as partner in the above named partnership, to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public State of at large My Commission expires .

Page 87: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BID BOND

Page 6 of 6 Rev 10-10-16

SURETY: (CORPORATE SEAL) (Printed name of Surety) (Address of Surety) By: By: (Signature of Attorney-in-Fact)* Signature of Resident Florida Agent) (Printed name of Attorney-in-Fact) (Printed name of Agent) Address Address Telephone Telephone * Power of Attorney must be attached.

Page 88: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

QUESTIONNAIRE

Page 1 of 5 Rev 01-12-17

Dated_____________________

(In order to eliminate a controversy, to avoid omissions, and to prevent irregularities, contractors are required to answer the following questions.)

1. Have you carefully read the Instruction to Bidders? 2. Are you familiar with the terms of all the Contract Documents? 3. As a construction contractor, have you carefully inspected the site of the work and accept the

responsibility of having informed yourself as to all conditions relating to the project, as prescribed by Section 4 of the Instruction to Bidders?

4. Have you discussed with the Engineer any matters that are not clear to you? 5. If the Project involves any trench excavation in excess of five (5) feet deep, do you understand and

agree that such trench excavation shall be performed in accordance with the State of Florida "Trench Safety Act"?

6. Are you licensed and certified to do this type of work in Miami-Dade County? 7. Are you licensed to do this type of work in any and all municipalities wherein the subject project is to be

constructed and wherein any of the work is to be done? 8. Contractor's Certificate of Competency No._________, Category No._______ and Issued by 9. Have you supplied the data described in Section 13 of the Instruction To Bidders? 10. Have you filled in all blank spaces in your Proposal? 11. In case of a company or corporation, is your Proposal executed by a duly authorized officer? 12. In case of a company or corporation, is proof of authorization by Certified Resolution or certified minutes

being furnished? 13. Are you familiar with the terms of the required Vendor Affidavits Form (Uniform County Affidavits)? 14. Have you made any additions or alterations in the Proposal, thereby making it informal or irregular? 15. Have you furnished the required certified check or Bid Bond? 16. Have you filled in all blank spaces in the Vendor Affidavits Form? 17. Have you furnished the certified copy of the power of attorney, as prescribed by Section 12 of the

Instruction to Bidders? 18. What is the total number of previous contracts with Miami-Dade County in the past five years? 19. What is the total dollar amount of contracts with Miami-Dade County in the past five years? 20. Who is the qualifier for your company? 21. How many years has your company been in business?

Page 89: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

QUESTIONNAIRE

Page 2 of 5 Rev 01-12-17

WHEN THE CONTRACTOR IS A CORPORATION: (CORPORATION SEAL) (Name of Corporation) ATTEST By: (Secretary) (Signature of Officer) (Print or type name) (Print or type name) (Official Title) (Address) -------------------------- WHEN THE CONTRACTOR IS A JOINT VENTURE: (Name of Joint Venture) (Signature of Joint Venturer) (Signature of Joint Venturer) (Print or type name) (Print or type name) (Title) (Title) (Address) NOTE: Complete Joint Venture in accordance with Section 11 of the Instruction to Bidders.

Page 90: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

QUESTIONNAIRE

Page 3 of 5 Rev 01-12-17

WHEN THE CONTRACTOR IS AN INDIVIDUAL: By: (Witness signature) (Signature of individual) By: (Print or type name) (Print or type name) (Witness signature) (Print or type name) (Address) ACKNOWLEDGMENT: STATE OF ) )ss.: COUNTY OF ) Before me personally appeared to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public State of at large My Commission expires .

Page 91: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

QUESTIONNAIRE

Page 4 of 5 Rev 01-12-17

WHEN THE CONTRACTOR IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME: By: (Witness signature) (Signature of individual) By: (Print or type name) (Print or type name) (Witness signature) (Print or type name) (Address) ACKNOWLEDGMENT: STATE OF ) )ss.: COUNTY OF ) Before me personally appeared to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public State of at large My Commission expires .

Page 92: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

QUESTIONNAIRE

Page 5 of 5 Rev 01-12-17

WHEN THE CONTRACTOR IS A PARTNERSHIP: By: (Witness signature) (Signature of individual) By: (Print or type name) (Print or type name) (Witness signature) (Print or type name) (Address) ACKNOWLEDGMENT: STATE OF ) )ss.: COUNTY OF ) Before me personally appeared as partner in the above named partnership, to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that ________________________________________executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of , A.D. 20 .

Notary Public State of at large My Commission expires .

Page 93: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Page 94: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 1 of 2 ISDI Form 3 DB – Local Business Reference Affidavit / Rev.03-05-14

ISD FORM NO. 1 DB – LOCAL BUSINESS PREFERENCE AFFIDAVIT

The evaluation of competitive solicitations is subject to Section 2-8.5 of the Miami-Dade County Code, which,

except where contrary to federal or state law, or any other funding source requirements, provides that preference be

given to local businesses. A local business, for the purposes of receiving the aforementioned preference above,

shall be defined as a Proposer which meets all of the following:

1. Proposer has a valid Local Business Tax Receipt, issued by Miami-Dade County at least one year prior to proposal submission

that is appropriate for the goods, services or construction to be purchased.

Proposer shall attach a copy of said Miami-Dade County Local Business Tax Receipt

hereto. (Note: Current and past year licenses may need to be submitted as proof that it

was issued at least one year prior to the proposal due date.)

3. Proposer contributes to the economic development and well-being of Miami-Dade County in a verifiable and measurable way.

This may include but not be limited to the retention and expansion of employment opportunities and the support and increase in

the County’s tax base. To satisfy this requirement, the Proposer shall affirm in writing its compliance with any of the following

objective criteria as of the proposal submission date:

Check box, if applicable:

a) Retention and expansion of employment opportunities in Miami-Dade County.

b) Proposer contributes to the County’s tax base by paying either real property taxes or tangible personal

property taxes to Miami-Dade County.

c) Proposer contributes to the economic development and well-being of Miami-Dade County by some other

verifiable and measurable contribution by

Proposer shall check the box if applicable and, if checking item “c”, shall provide a written statement, above, defining how Proposer

meets that criteria.

By signing below, Proposer affirms that it meets the above criteria to qualify for Local Preference and has submitted the requested

documents.

Rev 10-10-16

2. Proposer has a physical business address located within the limits of Miami-Dade County from which the Proposer operates or

performs business. (Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical

address.)

Proposer shall state its Miami-Dade County physical business address

Page 95: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 2 of 2 ISDI Form 3 DB – Local Business Reference Affidavit / Rev.03-05-14

Proposer:

Federal Employer Identification Number:

Address:

City/State/Zip:

Telephone: Fax:

I hereby certify that to the best of my knowledge and belief all the foregoing facts are true and correct.

Signature of Authorized Representative

Title:

Date:

STATE OF

COUNTY OF:

SUBSCRIBED AND SWORN TO (or affirmed) before me on, ,

(Date)

by .

(Affiant) He/She is personally known to me or has presented

as identification.

(Type of Identification)

(Signature of Notary)

(Serial Number)

(Print or Stamp Name of Notary)

(Expiration Date)

Notary Public:

(State) Notary Seal

Rev 10-10-16

Page 96: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Name of Prime Contractor

(if applicable)

SBE-Const

Certification

No.

(if applicable)

Certification

Expiration Date

Scope of Construction work to be performed by Prime Contractor

Prime Contractor

% of Bid

(if applicable)

SBE-Const

Prime % of Bid

SCHEDULE OF INTENT AFFIDAVIT (SOI)

SMALL BUSINESS ENTERPRISE - CONSTRUCTION (SBE-CONST) PROGRAM

Name of Prime Contractor Contact Person

Address______________________________________________________Phone ______________Fax __________________Email_ ____________________________

Project Name Project Number

SBE-Const Contract Measure

This form must be completed by the Prime Contractor and the Small Business Enterprise-Construction (SBE-Const) Subcontractor that will be utilized for scopes of work on the project.

Bidders must include this form with bid documents at the time of bid submission. This form must also include the SBE-Const goal make-up percentage, if applicable.

Prime Contractor Total Percentage:

The undersigned intends to perform the following work in connection with the above contract:

Name of SBE-Const Subcontractor

SBE-Const

Certification No.

Certification

Expiration Date

Scope of Construction work to be performed by

SBE-Const Subcontractor

(if applicable)

SBE-Const

Subcontractor % of

Bid

(if applicable)

SBE-Const

Subcontractor

Trade Set Aside %

(if applicable)

Construction

Goal Make-Up

%

Subcontractor Total Percentage:

I certify that the representations contained in this form are to the best of my knowledge true and accurate.

Prime Signature Prime Print Name Prime Print Title Date

The undersigned has reasonably uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services, ability to obtain

bonding that is reasonably required to provide such goods or services consistent with normal industry practice, and the ability to otherwise meet the bid specifications.

SBE-Const Subcontractor Signature SBE-Const Subcontractor Print Name SBE-Const Subcontractor Print Title Date

Check this box if this project is a set-aside and you are performing 100% of the work with your own work forces.

Check this box if Form SBD 305A and Form SBD 305B have been submitted in your pricing envelope.

Check this box if Form SBD 303 has been submitted in your pricing envelope.

List of Certified Firms: http://www.miamidade.gov/business/reports-certification-lists.asp

SBD’s Website: http://www.miamidade.gov/smallbusiness/

Small Business Development Division – Internal Services Department SBD 400 (Formerly DBD 400) (Revised 10/14)Rev 10-10-16

Page 97: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Page 98: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Name of Bidder/Proposer

(if applicable)

SBE-G/S

Certification No.

(if applicable)

Certification Expiration

Date

Commodity

Code

Type of Goods and Services work to be

performed by Bidder

(if applicable)

Bidder

% of Bid

Name of SBE-G/S

Subcontractor SBE-G/S

Certification No.

Certification Expiration

Date

Commodity

Code

Type of Goods and Services work to be

performed by Subcontractor

SBE-G/S Subcontractor

% of Bid

Subcontractor Total Percentage:

SCHEDULE OF INTENT AFFIDAVIT (SOI)

SMALL BUSINESS ENTERPRISE – GOODS AND SERVICES (SBE-G/S) PROGRAM

THIS FORM MUST BE COMPLETED BY BIDDERS/PROPOSERS FOR PROJECTS WITH SBE-GOODS AND SERVICES (SBE-G/S) MEASURES

Name of Bidder/Proposer Contact Person

Address

Phone

Fax Email

Project Name

SBE – G/S Contract Measure

Project Number

This section must be completed by the Bidder/Proposer and the SBE-G/S Subcontractor that will be utilized for scopes of work on the project

The undersigned intends to perform the following work in connection with the above contract:

Prime Contractor Total Percentage:

I certify that the representations contained in this form are to the best of my knowledge true and accurate. I affirm that I will enter into a sub-contract agreement withthe above listed SBE-G/S subcontractor if awarded the listed project.

Bidder/Proposer Signature Bidder/Proposer Print Name Bidder/Proposer Print Title Date

The undersigned has reasonably uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services, ability to

obtain bonding that is reasonably required to provide such goods or services consistent with normal industry practice, and the ability to otherwise meet the bid specifications.

SBE-G/S Subcontractor Signature SBE-G/S Subcontractor Print Name SBE-G/S Subcontractor Print Title Date

Check this box if this project is a set-aside and you are performing 100% of the work with your own work forces.

List of Certified Firms: http://www.miamidade.gov/business/reports-certification-lists.asp

SBD’s Website: http://www.miamidade.gov/internalservices/small-business.asp Small Business Development Division – Internal Services Department SBD 504 (Revised 10/14) Rev 10-10-16

Page 99: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Rev 10-10-16

Page 100: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Printed Name of Affiant Printed Title of Affiant Signature of Affiant

Name of Firm Date

Address of Firm State Zip Code

Notary Public Information

Notary Public — State of County of

Subscribed and sworn to (or affirmed) before me this day of, 20

by He or she is personally known to me 1:! or has produced identification III

Type of identification produced

Signature of Notary Public Serial Number

Print or Stamp of Notary Public Expiration Date Notary Public Seal

S — 8 9 9FORM RFTE 1

Residents First Training and Employment ProgramResponsible Contractor/Subcontractor Affidavit Form (RFTE 1)

(Miami-Dade County Code Section 2-11.17)

In accordance with Section 2-11.17 of the Miami-Dade County Code, all contractors and subcontractors of any tier performing on acontract for (i) the construction, demolition, alteration and/or repair of public buildings or public works projects valued in excess of$1,000,000 funded completely or partially by Miami-Dade County, or (ii) privately funded projects or leases valued in excess of$1,000,000 for the construction, demolition, alteration or repair of buildings or improvements on County owned land, and which aresubject to Section 2-11.16 of the Code of Miami-Dade County shall comply with the requirements of the Residents First Training andEmployment Program.

If applicable, the undersigned . Contractor / III Subcontractor verifies that shouldthey be awarded the contract, the u.dersigned understands their obligation to comply

with the following:

i. Prior to working on the project, all persons employed by the contractor / subcontractor to performconstruction shall have completed, the OSHA 10 Hour Safety Training course established by theOccupational Safety & Health Administration of the United States Department of Labor. Such trainingdoes not need to be completed at the time of bidding but shall be completed prior to the date personsare employed on the project.

ii. The contractor / subcontractor will make its best reasonable efforts to promote employmentopportunities for local residents and seek to achieve a project goal of having fifty-one percent (51%)of all Construction Labor hours performed by Miami-Dade County residents. To verify workers’residency, firms shall require each worker to produce a valid driver’s license or other form ofgovernment-issued identification.

Rev 10-10-16

Page 101: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Page 102: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

CD 5.3 UPGRADE OF PUMP STATION 692

CONTRACT NO. S-908

Page 1 of 1 Rev 10-10-16

SUBMITTALS PRIOR TO AWARD

The following check list is provided for the Bidder’s convenience and may not be all inclusive of

forms and documents required to be submitted prior to award. The successful Bidder will be

required to submit the following information and forms as a condition of Award. This form does

not need to be included in your submittal package.

AWARD REQUIREMENTS CHECK LIST

Initials Item

Fully Execute Contract

Certified Resolution for Payment and Performance Bond

Surety Payment and Performance Bond

Vendor Affidavit

Proof of Insurance

Collusion Affidavit

Affirmative Action Plan and a Procurement Policy

Listing of Subcontractors and Suppliers

Community Workforce Plan (if applicable)

Residents First Training and Employment Program Affidavit RFTE1 for each subcontractor

Residents First Training and Employment Program Construction Workforce Plan RFTE2

Contractor Due Diligence Affidavit

Public Entity Crimes Sworn Statement

Scrutinized Companies List Required Certification

Page 103: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Rev 10-10-16

THIS PAGE

INTENTIONALLY

LEFT BLANK

Page 104: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

CONTRACT

Page 1 of 3

THIS CONTRACT, made and entered into on the day of , 20 , by and between Miami-Dade County, Florida, acting by and through the Office of the Mayor, party of the first part (hereinafter sometimes called the "County"), and , party of the second part (hereinafter sometimes called "Contractor"); W I T N E S S E T H That the parties hereto, for and in consideration of the covenants and agreements hereinafter set forth, mutually agree as follows, to wit: 1. That the Contractor shall furnish all labor, materials and equipment and perform all work in the manner and form provided by the Contract Documents covering the Project of the County known and identified as

for the aggregate amount reflected by the Proposal, said aggregate amount being of

Dollars and Cents (U.S. Dollars) $ .

2. That the Contractor shall begin the work to be performed under this Contract on a day to be specified in a written order issued by the Engineer, and shall fully complete all work hereunder within the time or times stated in the Proposal. 3. That the County shall pay to the Contractor for the faithful performance of this Contract, in lawful money of the United States, and subject to additions and deductions as provided in the Contract Documents, the total amount of the Proposal as set forth above at the times and in a manner stated in the General Terms and Conditions of the Contract Documents. 4. It is further mutually agreed that if at any time after the execution of this Contract, Surety Performance and Payment Bond, the County shall deem the surety upon such bonds to be unsatisfactory, or if for any reason such bond shall become inadequate to cover the performance of the work, the Contractor shall at its own expense, within five (5) days after the receipt of notice from the County to do so, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the County. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional security shall have been furnished in a manner and form satisfactory to the County. 5. The "Contract Documents" are hereby defined as the Questionnaire, the Advertisement for Bids, the Instructions to Bidders, the Proposal, the Certified Resolution (Proposal/Prescribed Bid Bond), the Prescribed Bid Bond, the Contract, the Surety Performance and Payment Bond, the Certified Resolution (Contract/ Surety Performance and Payment Bond), the General Terms and Conditions, the Supplemental General Terms and Conditions, Special Provisions, the Supplemental

Rev 10-10-16

Page 105: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

CONTRACT

Page 2 of 3

General Conditions (if Ordinance 90-143 is applicable) including Wage and Benefit Schedules, the Specifications, the Plans, any Addenda which may be issued, the Subcontractor /Supplier Listing Form (Ordinance 97-104 as amended by Ordinance 00-30), the Reporting Subcontracting Policies and Procedures (Ordinance 98 -15 9), the Small Business Enterprise Programs Participation Provisions and Forms (if applicable), and the provisions for the following: Vendors Affidavit (Uniform County Affidavits); ; Criminal Record (Felony) (as amended by Ordinance 00-30 ;;Community Workforce Program County Code Section 2-1701, Office of Miami-Dade County Inspector General (IG) (if Ordinance 97-215 as amended by Ordinance 99-15 is applicable); Sworn Statement - Public Entity Crimes [Florida Statute Sect. 287.133 (3) (a)]; Change Orders; Notice to Proceed, Referenced Codes and Standards, Warranties and Guarantees, all related correspondence, field notes, logs, and other documents The General Terms and Conditions of said Contract Documents are incorporated herein by reference and made a part hereof as though fully set forth herein. The Contract Documents are complementary, so that a recital in one is tantamount to a recital in all, and the Contractor specifically acknowledges that it has read and understands all of said Contract Documents. 6. The various indemnities of the Contractor contained in the Contract Documents indemnifying the County from liability for damages to persons or property caused by acts, omissions, or defaults in the performance of the Contract Documents shall have a monetary limitation of the larger of the following: $1,000,000.00, or the entire amount of the Contract. 7. The County retains the right to audit any and all information regarding this Contract as described in the General Covenants and Conditions, Section 41 ”Audit Rights and Review of Records”. 8. Notwithstanding and prevailing over any other provision of the Contract Documents to the contrary, the County Mayor or his designee, may exercise the provisions of Section 2-8.2.12 (4)(d) and (e) of the Code of Miami-Dade County. Any change orders or amendments shall not exceed 10 percent of the base contract price in cumulative percentage amount; provided however, that the foregoing limitation shall not apply to any change order or amendment related to emergency actions impacting remediation, public safety, health requirements or recovery from natural disaster and the foregoing change orders and amendments shall require ratification by the Board; provided further that the County Mayor or his designee may reduce in any amount the scope and compensation payable under this Contract and grant compensable and non-compensable time extensions thereunder. Pursuant to Section 2-8.2.12 (5), the Mayor or the Mayor’s designee’s award and execution of this Contract is subject to ratification by the Board of County Commissioners. If the Mayor or the Mayor’s designee’s action is not ratified, and such legislative action becomes final, this Contract shall be deemed terminated without further notice. In such event, the Contractor shall not be entitled to recovery of any lost profits or other consequential or indirect damages. However, the Contractor is eligible for payment for any work done prior to failure of the ratification, in accordance with General Terms and Conditions Article 11.D(1) Termination for Convenience. IN WITNESS WHEREOF, the parties hereto have executed this Contract in four (4) counterparts, each of which shall be deemed an original Contract, all as of the day and year first hereinbefore written. (OFFICIAL SEAL) ATTEST: Harvey Ruvin MIAMI DADE COUNTY, FLORIDA Clerk of the Board BY ITS BOARD OF COUNTY COMMISSIONERS

Rev 10-10-16

Page 106: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

CONTRACT

Page 3 of 3

By: By:

Deputy Clerk Mayor (PARTY OF THE FIRST PART)

Approved as to Form and Legal Sufficiency ______________________________ Assistant County Attorney Miami-Dade Water and Sewer Department ___________________________________________________________________________ WHEN THE CONTRACTOR IS A CORPORATION

(CORPORATION SEAL)

(Name of Corporation) ATTEST __________________________ By: (Secretary) (Signature of Officer) __________________________ (Print or type name) (Print or type name)

(Official Title)

(Address)

(PARTY OF THE SECOND PART) * Attach to each counterpart a certified copy of a resolution of the Board of Directors of the

corporation authorizing the officer who signs the Contract and Surety Performance and Payment Bond to do so in its behalf.

---------------------------------------------------------------------------------

Rev 10-10-16

Page 107: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Page 108: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 1 of 1 Rev 10-10-16

CERTIFIED RESOLUTION I, , the duly elected Secretary of

(Name) (Corporate Title)

, a Corporation organized and existing under the laws of the State of do hereby certify that (State) the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said Corporation at a meeting held in accordance with law and the by-laws of the said Corporation:

"IT IS HEREBY RESOLVED that , the duly elected (Name)

____________________________ ___________________________________________ (Title of Officer) of (Corporate Title)

be and is hereby authorized to execute and submit a Contract and a Performance and Payment Bond to Miami-Dade County, Florida, and the Miami-Dade Water and Sewer Department, respectively, for a certain Project entitled

(Name of Project) ____________________________________________, Contract No. and such other instruments in writing as may be necessary in behalf of the said Corporation, and that the Contract, Performance and Payment Bond and other such instruments signed by him shall be binding upon the said Corporation as its own acts and deeds."

I further certify that the above Resolution is in force and effect and has not been revised, revoked or rescinded.

Given under my hand and the Seal of the said Corporation this day of , 20 . (Month) (Year)

(Seal) By: (Secretary)

(Print or type name)

(Corporate Title)

NOTE: The above is a suggested form of the type of Corporation Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show that the person signing the Contract and the Performance and Payment Bond for the Corporation has been properly empowered by the Corporation to do so in its behalf.

Page 109: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Rev 10-10-16

THIS PAGE

INTENTIONALLY

LEFT BLANK

Page 110: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 1 of 3 Rev 10-10-16

SURETY PERFORMANCE AND PAYMENT BOND

By this Bond, We as Principal, whose principal business address is , as Contractor under the contract dated , 20 , between Principal and Miami-Dade County for the Construction of,

(hereinafter referred to as “ Contract”) the terms of which Contract are incorporated by

reference in its entirety into this Bond and ________________________________ a corporation, whose principal business address is _______________________________________________ as Surety, are bound to Miami-Dade County (hereinafter referred to as “County”) in the sum of ________________________________________________________________ for payment of which we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally.

THE CONDITION OF THIS BOND is that if Principal: 1. Performs all work due under the Contract, including but not limited to guarantees, warranties, and the curing of latent defects, said Contract being made a part of this bond by reference; and in the times and in the manner prescribed in the Contract, including any and all damages for delay; and 2. Promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract; and 3. Pays County for all losses, damages, including damages for delay, expenses, costs and attorney’s fees, including appellate proceedings, that County sustains because of a default by Principal under the Contract, including but not limited to a failure to honor all guarantees and warranties or to cure latent defects in its work or materials within 5 years after completion of the Work under the Contract; and 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, including all warranties and curing all latent defects within 5 years after completion of the work under the Contract; then this bond is void, otherwise it remains in full force.

If no specific periods of warranty are stated in the Contract for any particular item or work, material or equipment, the warranty shall be deemed to be a period of one (1) year from the date of final acceptance by the County. This Bond does not limit the County’s ability to pursue suits directly with the Principal seeking damages for latent defects in materials or workmanship, such actions being subject to the limitations found in Section 95.11 (3) (c), Florida Statutes.

Any changes in or under the Contract Documents, and compliance or noncompliance with any formalities connected with the Contract or the changes, do not affect the Surety’s obligation under this Bond.

.

Page 111: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 2 of 3 Rev 10-10-16

SURETY PERFORMANCE AND PAYMENT BOND (Continued)

IN WITNESS WHEREOF, the above bounden parties have caused this Bond to be executed by their appropriate officials as of the day of , 20

ATTEST: CONTRACTOR:

(Secretary) (Contractor Name) BY: (Print or type name) (President) ( Managing Partner or Joint Venturer)

(Print or type name) (Official Title)

(SEAL)

Page 112: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 3 of 3 Rev 10-10-16

SURETY PERFORMANCE AND PAYMENT BOND (Continued) COUNTERSIGNED BY RESIDENT FLORIDA AGENT OF SURETY:

(Printed Name of Surety) (CORPORATE SEAL) (Address of Surety)

(Telephone of Surety)

By: By: (Signature of Attorney-in Fact)* (Signature of Resident Florida Agent)* (Printed Name of Attorney-in-Fact) (Printed Name of Agent) (Address) (Address)

(Telephone) (Telephone)

(Copy of Agent’s current Identification Card as issued by Commissioner must be attached)

*Power of Attorney must be attached

Page 113: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Page 114: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

03/20/2014 Page 1

de Miami-Dade County VENDOR AFFIDAVITS FORM

(Uniform County Affidavits)

Internal Services Department (ISD)

Procurement Management Services Division

Vendor Services Section 111 NW 1st Street, Suite 1300, Miami, Florida 33128-1974

Telephone: 305-375-5773

www.miamidade.gov/procurement

The completion of the Vendor Affidavits Form allows vendors to comply with affidavit

requirements outlined in Section 2-8.1 of the Code of Miami-Dade County. Vendors are

required to have a complete Vendor Registration Package on file, including required affidavits,

prior to the award of any County contract. It is the vendor’s responsibility to keep all affidavit information up to date and accurate by submitting any updates to the ISD,

Procurement Management Services Division, Vendor Services Section.

FEDERAL EMPLOYER

IDENTIFICATION NUMBER (FEIN)

In order to establish a file for your firm, you must enter your firm’s FEIN. This number becomes your “County Vendor

Number”. Please enter your Federal Employee Identification

Number (FEIN) or if none, then enter the owner’s Social

Security Number (SSN).

FEIN

NORTH AMERICAN INDUSTRY

CLASSIFICATION SYSTEM (NAICS)

The North American Industry Classification System (NAICS)

is the standard used by the federal statistical agencies in

classifying business establishments for the purpose of

collecting, analyzing and publishing statistical data related

to the U.S. business economy.

NAICS Code

SECTION 2: VENDOR AFFIDAVITS FORM (pages 5-8)

A) Name of Entity, Individual(s), Partners or Corporation B) Doing Business As (If same as line A, leave blank)

Street Address (P.O. Box Number is not permitted)

City

State (U.S.A.)

Country

Zip Code

1. MIAMI-DADE COUNTY OWNERSHIP DISCLOSURE AFFIDAVIT (Sec. 2-8.1 of the Miami-Dade County Code)

Firms registered to do business with Miami-Dade County, shall require the person contracting or transacting such business with the County to disclose under oath his or her full legal name, and business address. Such contract or transaction shall also require the disclosure under oath of the full legal name and business address of all individuals having any interest (legal, equitable, beneficial or otherwise) in the contract other than subcontractors, materialmen, suppliers, laborers or lenders. Post office box addresses shall not be accepted hereunder. If the contract or business transaction is with a corporation the foregoing information shall be provided for each officer and director and each stockholder holding, directly or indirectly, five (5) percent or more of the outstanding stock in the corporation. If the contract or business transaction is with a partnership, the foregoing information shall be provided for each partner. If the contract or business transaction is with a trust, the foregoing information shall be provided for the trustee and each beneficiary of the trust. The foregoing disclosure requirements shall not apply to contracts with publicly-traded corporations, or to contracts with the United States or any department or agency thereof, the State or any political subdivision or agency thereof, or any municipality of this State. Use duplicate page if needed for additional names.

If no officer, director or stockholder owns (5%) or more of stock, please write “None” below.

PRINCIPALS

FULL LEGAL NAME TITLE ADDRESS

OWNERS CHECK BOXES BELOW

FULL LEGAL NAME

TITLE %

OF OWNERSHIP

ADDRESS

GENDER RACE / ETHNICITY

M F

Whi

te

Bla

ck

Hispani

c

Asian/

Paci

fic

Isla

nder

Native

Am

erica

n/

Ala

skan

Nat

ive

Oth

er

If a percentage of the firm is owned by a publicly traded corporation or by another corporation, indicate below in the space “Other Corporations”.

OTHER CORPORATIONS % OF

OWNERSHIP

Rev 10-10-16

Page 115: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

03/20/2014 Page 2

2. MIAMI-DADE COUNTY EMPLOYMENT DISCLOSURE AFFIDAVIT (County Ordinance No. 90-133, amending Section 2.8-1(d)(2) of the Miami-Dade County Code)

The following information is for compliance with all items in the aforementioned Section:

1. Does your firm have a collective bargaining agreement with its employees? Yes

No

2. Does your firm provide paid health care benefits for its employees? Yes

No

3. Provide a current breakdown (number of persons) in your firm’s work force indicating race, national origin and gender.

NUMBER OF EMPLOYEES

Males Females

White

Black

Hispanic

Asian/Pacific Islander

Native American/Alaskan Native

Other

Total Number of Employees

Total Employees

3. MIAMI-DADE COUNTY EMPLOYMENT DRUG-FREE WORKPLACE CERTIFICATION (Section 2-8.1.2(b) of the Miami- Dade County Code)

All persons and entities that contract with Miami-Dade County are required to certify that they will maintain a drug-free workplace and such persons and entities are required to provide notice to employees and to impose sanctions for drug violations occurring in the workplace. In compliance with Ordinance No. 92-15 of the Code of Miami-Dade County, the above named firm is providing a drug-free workplace. A written statement to each employee shall inform the employee about:

1. Danger of drug abuse in the workplace 2. The firms’ policy of maintaining a drug-free environment at all workplaces 3. Availability of drug counseling, rehabilitation and employee assistance programs 4. Penalties that may be imposed upon employees for drug abuse violations

The firm shall also require an employee to sign a statement, as a condition of employment that the employee will abide by the terms of the drug-free workplace policy and notify the employer of any criminal drug conviction occurring no later than five (5) days after receiving notice of such conviction and impose appropriate personnel action against the employee up to and including termination. Firms may also comply with the County’s Drug Free Workplace Certification where a person or entity is required to have a drug-free workplace policy by another local, state or federal agency, or maintains such a policy of its own accord and such policy meets the intent of this ordinance.

4. MIAMI-DADE COUNTY DISABILITY AND NONDISCRIMINATION AFFIDAVIT (Article 1, Section 2-8.1.5 Resolution R182-00 Amending R-385-95 of the Miami-Dade County Code)

Firms transacting business with Miami-Dade County shall provide an affidavit indicating compliance with all requirements of the Americans with Disabilities Act (A.D.A.). I, state that this firm, is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor shall comply with all applicable requirements of the laws including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction.

The American with Disabilities Act of 1990 (A.D.A.), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. Sections 225 and 611 including Titles I, II, III, IV and V.

The Rehabilitation Act of 1973, 29 U.S.C. Section 794

The Federal Transit Act, as amended, 49 U.S.C. Section 1612

The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631

I, hereby affirm that I am in compliance with the below sections: Section 2-10.4(4)(a) of the Code of Miami-Dade County (Ordinance No. 82-37), which requires that all properly licensed architectural, engineering, landscape architectural, and land surveyors have an affirmative action plan on file with Miami-Dade County. Section 2-8.1.5 of the Code of Miami-Dade County, which requires that firms that have annual gross revenues in excess of five (5) million dollars have an affirmative action plan and procurement policy on file with Miami-Dade County. Firms that have a Board of Directors that are representative of the population make-up of the nation may be exempt.

Rev 10-10-16

Page 116: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

03/20/2014 Page 3

5. MIAMI-DADE COUNTY DEBARMENT DISCLOSURE AFFIDAVIT (Section 10.38 of the Miami-Dade County Code)

Firms wishing to do business with Miami-Dade County must certify that its contractors, subcontractors, officers, principals, stockholders, or affiliates are not debarred by the County before submitting a bid.

I, confirm that none of this firms agents, officers, principals, stockholders, subcontractors or their affiliates are debarred by Miami-Dade County.

6. MIAMI-DADE COUNTY VENDOR OBLIGATION TO COUNTY AFFIDAVIT (Section 2-8.1 of the Miami-Dade County Code)

Firms wishing to transact business with Miami-Dade County must certify that all delinquent and currently due fees, taxes and parking tickets have been paid and no individual or entity in arrears in any payment under a contract, promissory note or other document with the County shall be allowed to receive any new business. I, confirm that all delinquent and currently due fees or taxes including, but not limited to, real and personal property taxes, convention and tourist development taxes, utility taxes, and Local Business Tax Receipt collected in the normal course by the Miami-Dade County Tax Collector and County issued parking tickets for vehicles registered in the name of the above firm, have been paid.

7. MIAMI-DADE COUNTY CODE OF BUSINESS ETHICS AFFIDAVIT

(Article 1, Section 2-8.1(i) and 2-11(b)(1) of the Miami-Dade County Code through (6) and (9) of the County Code and County Ordinance No 00-1 amending Section 2-11.1(c) of the County Code) Firms wishing to transact business with Miami-Dade County must certify that it has adopted a Code that complies with the requirements of Section 2-8.1 of the County Code. The Code of Business Ethics shall apply to all business that the contractor does with the County and shall, at a minimum; require the contractor to comply with all applicable governmental rules and regulations. I confirm that this firm has adopted a Code of business ethics which complies with the requirements of Sections 2-8.1 of the County Code, and that such code of business ethics shall apply to all business that this firm does with the County and shall, at a minimum, require the contractor to comply with all applicable governmental rules and regulations.

8. MIAMI-DADE COUNTY FAMILY LEAVE AFFIDAVIT (Article V of Chapter 11, of the Miami-Dade County Code)

Firms contracting business with Miami-Dade County, which have more than fifty (50) employees for each working day during each of twenty (20) or more work weeks in the current or preceding calendar year, are required to certify that they provide family leave to their employees. Firms with less than the number of employees indicated above are exempt from this requirement, but must indicate by letter (signed by an authorized agent) that it does not have the minimum number of employees required by the County Code. I confirm that if applicable, this firm complies with Article V of Chapter 11 of the County Code, which requires that firms contracting business with Miami-Dade County which have more than fifty (50) employees for each working day during each of twenty (20) or more work weeks in the current or preceding calendar year are required to certify that they provide family leave to their employees.

9. MIAMI-DADE COUNTY LIVING WAGE AFFIDAVIT (Section 2-8.9 of the Miami-Dade County Code)

All applicable contractors entering into a contract with the County shall agree to pay the prevailing living wage required by this section of the County Code.

I confirm that if applicable, this firm complies with Section 2-8.9 of the County Code, which requires that all applicable employers entering a contract with Miami-Dade County shall pay the prevailing living wage required by the section of the County Code.

10. MIAMI-DADE COUNTY DOMESTIC LEAVE AND REPORTING AFFIDAVIT (Article 8, Section 11A-60 - 11A-67 of the Miami-Dade County Code)

Firms wishing to transact business with Miami-Dade County must certify that it is in compliance with the Domestic Leave Ordinance. I confirm that if applicable, this firm complies with the Domestic Leave Ordinance. This ordinance applies to employers that have, in the regular course of business, fifty (50) or more employees working in Miami-Dade County for each working day during the current or preceding calendar year.

Rev 10-10-16

Page 117: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

03/20/2014 Page 4

AFFIRMATION

I, being duly sworn, do attest under penalty of perjury that the entity is in compliance with all requirements outlined in these Miami-Dade County Vendor Affidavits. I also attest that I will comply with and keep current all statements sworn to in the above affidavits and registration application. I will notify the Miami-Dade County, Vendor Services Section immediately if any of the statements attested hereto are no longer valid.

(Signature of Affiant) (Date)

Printed Name of Affiant and Title

NOTARY PUBLIC INFORMATION

Notary Public – State of:

State

County of

SUBSCRIBED AND SWORN TO (or affirmed) before me this day of

20 .

by

He or she is personally known to me

Or has produced identification

Type of Identification Produced

Signature of Notary Public

(Serial Number)

Print or Stamp of Notary Public

Expiration Date Notary Public Seal (When applicable)

Rev 10-10-16

Page 118: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 1 of 2

COLLUSION AFFIDAVIT

(Code of Miami-Dade County Section 2-8.1.1 and 10-33.1) (Ordinance No. 08-113) BEFORE ME, A NOTARY PUBLIC, personally appeared _______________________ who being duly sworn states: (insert name of affiant) I am over 18 years of age, have personal knowledge of the facts stated in this affidavit and I am an owner, officer, director, principal shareholder and/or I am otherwise authorized to bind the bidder of this contract. I state that the bidder of this contract:

is not related to any of the other parties bidding in the competitive solicitation, and that the contractor’s proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantage over any other proposer.

OR

is related to the following parties who bid in the solicitation which are identified and listed below:

_________________________ _______________________ _________________________ _______________________ _________________________ _______________________ Note: Any person or entity that fails to submit this executed affidavit shall be ineligible for contract award. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties shall mean bidders or proposers or the principals, corporate officers, and managers thereof which have a direct or indirect ownership interest in another bidder or proposer for the same agreement or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same agreement. Bids or proposals found to be collusive shall be rejected. By: ______ _________ 20 Signature of Affiant Date

___/___-___/___/___/___/___/___/___/ Printed Name of Affiant and Title Federal Employer Identification Number __________ __________________ _______________________________ Printed Name of Firm Address of Firm

Rev 10-10-16

Page 119: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 2 of 2

SUBSCRIBED AND SWORN TO (or affirmed) before me this ______ day of _________, 20___ He/She is personally known to me or has presented as identification. Type of identification Signature of Notary Serial Number ____________ Print or Stamp Name of Notary Expiration Date Notary Public – State of

Rev 10-10-16

Page 120: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SUBCONTRACTOR/SUPPLIER LISTING (Miami-Dade County Code Sections 2-8.1, 2-8.8 and 10-34)

Firm Name of Prime Contractor/Respondent _______________________________________________ FEIN # _________________________________

Project/Contract Number ______________________________

In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami-Dade County Code, this form must be submitted as a condition of award by all bidders/respondents on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all bidders/respondents on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The bidder/respondent who is awarded this bid/contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The bidder/respondent should enter the word “NONE” under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. In the event that the successful bidder demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the successful bidder shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.

(Please duplicate this form if additional space is needed.)

Business Name and Address

of First Tier Subcontractor/

Subconsultant

Principal Owner

Scope of Work to be

Performed by

Subcontractor/

Subconsultant

Principal Owner

(Enter the number of male and female

owners by race/ethnicity)

Employee(s)

(Enter the number of male and

female employees and the number

of employees by race/ethnicity)

Gender Race/Ethnicity Gender Race/Ethnicity

M F

Wh

ite

Bla

ck

His

pa

nic

Asi

an

/Pa

cif

ic

Isla

nd

er

Na

tiv

e

Am

eric

an

/Na

tiv

e

Ala

ska

n

Oth

er

M F

Wh

ite

Bla

ck

His

pa

nic

Asi

an

/Pa

cif

ic

Isla

nd

er

Na

tiv

e

Am

eric

an

/Na

tiv

e

Ala

ska

n

Oth

er

Business Name and Address

of First Tier Direct Supplier Principal Owner

Supplies/Materials/

Services to be

Provided by

Supplier

Principal Owner

(Enter the number of male and female

owners by race/ethnicity)

Employee(s)

(Enter the number of male and

female employees and the number

of employees by race/ethnicity)

Gender Race/Ethnicity Gender Race/Ethnicity

M F

Wh

ite

Bla

ck

His

pan

ic

Asi

an

/Pacif

ic

Isla

nd

er

Nati

ve

Am

eric

an

/Nati

ve

Ala

skan

Oth

er

M F

Wh

ite

Bla

ck

His

pan

ic

Asi

an

/Pacif

ic

Isla

nd

er

Nati

ve

Am

eric

an

/Nati

ve

Ala

skan

Oth

er

Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to Contracting/User department or on-line to the Small Business Development Division of the Internal Services Department at: http://www.miamidade.gov/smallbusiness/business-development-forms.asp.

I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.

________________________________ __________________________ ___________________________ _____________ Signature of Bidder/Respondent Print Name Print Title Date SUB 100 Rev. 12/15

Rev 10-10-16

Page 121: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Page 122: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

FORM CWP-01 - Revised 9/2014

CONTRACT/WORKORDER NO:

PRIME:

WORKFORCE GOAL:

(A) (B) ( C ) (D) (E) * (F)**

COMPANY NAME: TRADE

TOTAL # OF

POSITIONS ASSIGNED

TO THE PROJECT

# OF POSITIONS IN "C"

FILLED BY STAFF

CURRENTLY ON THE

FIRMS PAYROLL

# OF EMPLOYEES

LISTED IN "D' WHO

RESIDE IN A DTA

# OF POSITIONS TO

BE FILLED TO MEET

THE CWP GOAL

TOTAL:

Executed by:

* For the each existing employee(s) listed in Column "E" the following information MUST be submitted with your Workforce Plan.

1. Government issued picture ID (Driver License, US Passport, etc.)

2. Utility Bill, Voter Registration Card, Native American Tribal Document, Bank Statement, State or Federal Correspondence, Tax Returns

COMMUNITY WORKFORCE PROGRAM

WORKFORCE PLAN

**The position(s) listed in Column "F" must be posted at the following website: https://iapps.careersourcesfl.com/jchcwp/. The database resides with Career Sources Florida who matches the requirements of

submittals with available workforce in their database and provides a list to contractors for possible interviews and hiring.

(Signature and Title of Affiant)

(Printed Name of Affiant)

Rev 10-10-16

Page 123: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

CWP- EI FORM - REVISED 9/2014

CONTRACT/WORKORDER NO:

PRIME:

WORKFORCE GOAL:

COMPANY NAME: EMPLOYEE NAME

LAST 4 DIGITS

OF SS#

TRADE

PERFORMING ADDRESS, CITY, ZIP CODE

PICTURE ID

INCLUDED (1)

OTHER FORM

OF ID

INCLUDED (2)

Only persons who have resided in the Designated Target Area (DTA within the past year (12 months) qualify to meet the Community Workforce Program (CWP) goal

Acceptable Documents:

(1) Government issued picture ID (Driver License, US Passport, etc.)

(2) Utility Bill, Voter Registration Card, Native American Tribal Document, Bank Statement, State or Federal Correspondence, Tax Returns

Additional documents may be required if any of the above forms of identification does not validate the one year residency requirement

COMMUNITY WORKFORCE PROGRAM

EMPLOYEE INFORMATION FORM

Rev 10-10-16

Page 124: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

CWP – JCA - Revised 9/2014

JOB CLEARINGHOUSE AFFIDAVIT Notice of Construction Job Opportunities

Project /Contract Number: ______________________ Pursuant to Miami-Dade County Resolution No. R-1395-05, there are ___ open

positions(s) to submit to the Job Clearinghouse for this project at this time. All

open positions will be submitted to Career Source South Florida at

https://iapps.careersourcesfl.com/jchcwp/.

___________________________ ______________________ (Signature of Affiant) (Date)

_______________________________________________________ (Printed Name of Affiant, Title, and Firm Name)

________________________________ (Witness)

Sworn to and subscribed before me this _______day of ______________20____ By: _____________________________ ________________________________ Signature of Notary Public ________________________________ Notary’s Name, Printed, Stamped or Typed

Personally Known

Produced ID

Type of ID produced ______________

Rev 10-10-16

Page 125: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Page 126: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

FORM RFTE 1

Residents First Training and Employment Program Responsible Contractor/Subcontractor Affidavit Form (RFTE 1)

(Miami-Dade County Code Section 2-11.17)

In accordance with Section 2-11.17 of the Miami-Dade County Code, all contractors and subcontractors of any tier performing on a contract for (i) the construction, demolition, alteration and/or repair of public buildings or public works projects valued in excess of $1,000,000 funded completely or partially by Miami-Dade County, or (ii) privately funded projects or leases valued in excess of $1,000,000 for the construction, demolition, alteration or repair of buildings or improvements on County owned land, and which are subject to Section 2-11.16 of the Code of Miami-Dade County shall comply with the requirements of the Residents First Training and Employment Program.

If applicable, the undersigned □ Contractor / □ Subcontractor verifies that should they be awarded the contract, the undersigned understands their obligation to comply with the following:

i. Prior to working on the project, all persons employed by the contractor / subcontractor to perform construction shall have completed, the OSHA 10 Hour Safety Training course established by the Occupational Safety & Health Administration of the United States Department of Labor. Such training does not need to be completed at the time of bidding but shall be completed prior to the date persons are employed on the project.

ii. The contractor / subcontractor will make its best reasonable efforts to promote employment opportunities for local residents and seek to achieve a project goal of having fifty-one percent (51%) of all Construction Labor hours performed by Miami-Dade County residents. To verify workers’ residency, firms shall require each worker to produce a valid driver’s license or other form of government-issued identification.

______________________________ _______________________ _________________________ Printed Name of Affiant Printed Title of Affiant Signature of Affiant __________________________________________________ ________________________________ Name of Firm Date _______________________________________ ______________________ ___________________ Address of Firm State Zip Code

Notary Public Information

Notary Public – State of ______________________________ County of ________________________ Subscribed and sworn to (or affirmed) before me this _________day of, ___________________ 20____. by ______________________ He or she is personally known to me □ or has produced identification □ Type of identification produced __________________________________________________________ __________________________________________ ________________________________ Signature of Notary Public Serial Number __________________________________ ______________________ ______________________ Print or Stamp of Notary Public Expiration Date Notary Public Seal

Rev 10-10-16

Page 127: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Page 128: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

FORM RFTE 2

Residents First Training and Employment Program/Community Workforce Program/Employ Miami-Dade Program

Construction Workforce Plan (Miami-Dade County Code Sections 2-11.17, 2-1701 & A.O. 3-63) - Form RFTE 2

Contract No. ________________________________ Prime Contractor: ________________________________________________________

§2-1701 Community Workforce Program §2-11.17 Resident First Training and Employment Program A.O. 3-63 Employ Miami-Dade Program

In accordance with Sections 2-11.17 & 2-1701 of the Miami Dade County-Code, this form must be submitted by the Prime Contractor within 15 business days of award notification and prior to issuance of

a Notice to Proceed. The Prime Contractor should enter the word “NONE” where appropriate below and sign the form below. Please duplicate this form if additional space is needed.

i. Specify the total number of persons that will be used by the Prime Contractor and all subcontractors to perform all of the construction trades and labor work of the contract, broken down by trade and

labor category, minimum qualifications for each category, the number of persons to be utilized in each category, the number of positions to be hired by the contractor in each category which are not

currently staffed, the number of positions to be filled form the Employ Miami-Dade Register and the number of employees which live within the project DTA. If the current workforce will not achieve

the project goal of 51% construction labor hours performed by Miami-Dade County residents, include a Job Clearinghouse Affidavit or a statement on how Miami-Dade County residents will be

recruited to fill the needed positions and meet the goal.

Contractor/Subcontractor

Name Trade/Category Minimum Qualifications

# of Persons to be

Utilized

# of Positions to be

filled by Employ

Miami Dade

# of Persons to be

Hired

# of Persons who

Reside in the DTA (if applicable)

Total:

ii. Identify by name, address and trade category of all persons proposed to perform work under the contract currently on the contractor's (or on any proposed subcontractor's) payroll who reside in

Miami-Dade County only and marking the correct box for DTA residents. Two forms of identification must be provided for each DTA resident demonstrating one year of residency.

Employee Name Address Trade/Category Performing DTA Resident

(if applicable)

iii. Attach a list of subcontractors that will be used on the project and executed Responsible Subcontractor Affidavits (Form RFTE 1) for each.

iv. Attach a list of all employees currently employed by the contractor and each subcontractor at the time of award that includes the last four digits of their social security.

I certify that the representations contained in this Construction Workforce Plan are to the best of my knowledge true and accurate.

________________________________________ ____________________________________ _______________________________ ___________________________

Signature of Affiant Print Name Print Title Date

Rev 10-10-16

Page 129: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Page 130: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 1 of 2 Rev 10-10-16

SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted with Proposal Form for Project No.

for 2. This sworn statement is submitted by

[name of entity submitting sworn statement]

whose business address is

and

(if applicable) its Federal Employer Identification Number (FEIN) is .

(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 3. My name is and my relationship to the

[please print name of individual signing]

entity named above is . 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of

any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.

5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding

of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.

6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:

1. A predecessor or successor of a person convicted of a public entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has

been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

7. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or

entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract

Page 131: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 2 of 2 Rev 10-10-16

and which supplies a quote on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity.

Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.]

________ Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.

________ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND [Please indicate which additional statement applies.]

_________There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.]

_________The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.]

__________The person or affiliate has not been placed on the convicted contractor list. [Please describe any action taken by or pending with the Department of General Services.]

_______________________________________________ [signature] Date: STATE OF COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority, __________________________________ who, after first being sworn by me, affixed his/her signature

[name of individual signing] in the space provided above on this day of , 20 .

NOTARY PUBLIC

My Commission expires:

Page 132: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

SCRUTINIZED COMPANIES LIST REQUIREMENT CERTIFICATION FORM

This completed and signed form must be submitted within five (5) days of the notice of award

recommendation and is a condition of award of the Contract. The Contractor may be deemed non-responsive for failure to fully comply within stated timeframe.

Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List or

on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater

than $1 million.

The Vendor, by virtue of the signature below, certifies that:

a. The Vendor, owners, or principals are aware of the requirements of Section 287.135,

Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran Petroleum

Energy Sector List; and

b. The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List or on the

Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and

c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the

County in writing if any of its principals are placed on the Scrutinized Companies with

Activities in Sudan List or on the Scrutinized Companies with Activities in the Iran

Petroleum Energy Sector List.

______________________________ _______________________ _________________________

Printed Name of Affiant Printed Title of Affiant Signature of Affiant

__________________________________________________ ________________________________

Name of Firm Date

_______________________________________ ______________________ ___________________

Address of Firm State Zip Code

Notary Public Information

Notary Public – State of ______________________________ County of ________________________

Subscribed and sworn to (or affirmed) before me this _________day of, ___________________ 20____.

by ______________________ He or she is personally known to me □ or has produced identification □ Type of identification produced __________________________________________________________ __________________________________________ ________________________________ Signature of Notary Public Serial Number

__________________________________ ______________________ ______________________

Print or Stamp of Notary Public Expiration Date Notary Public Seal

Rev 10-10-16

Page 133: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Rev 10-10-16

Page 134: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

GENERAL TERMS AND CONDITIONS

TABLE OF CONTENTS

Article Title Page

1. DEFINITIONS ...................................................................................................................................................... 3

2. INTERPRETATION ........................................................................................................................................... 11

3. ARCHITECT/ENGINEER .................................................................................................................................. 14

4. OWNER .............................................................................................................................................................. 16

5. CONTRACTOR .................................................................................................................................................. 19

6. SUBCONTRACTORS ........................................................................................................................................ 21

7. PROSECUTION OF THE WORK………………………………… …………...…………………………24

A. Workmanship and Unauthorized Work

B. Material

C. Methods of Sampling and Testing

D. Meetings

E. Permits and Compliance with Laws

F. Coordination and Access

G. Rights in Land and Improvements

H. Interference with Existing Utilities

I. Protection of Existing Facilities, Vegetation, Structures, Utilities and Improvements

J. Damage to the Work and Responsibility for Materials

K. Emergencies

L. Accident Prevention

M. Warranty of Work

8. CONTRACT TIME………………………………………………………………….……………….…….….37

A. Notice to Proceed

B. Schedules

C. Extensions of Time and Classification of Types of Delays

D. Substantial Completion and Final Acceptance

E. Use and Possession

F. Liquidated Damages/Liquidated Indirect Costs

9. PROGRESS PAYMENTS ............................................................................................................................. 47

A. Payments

B. Taxes

C. Payments to Subcontractors and Suppliers

D. Contract Prices - Bid Form

E. Final Payment

10. CHANGES .................................................................................................................................................... 56

A. Changes

B. Allowance Accounts

C. Deletion or Addition of Work

D. Increased or Decreased Quantities (Unit Prices)

E. Extra Work

F. Differing Site Conditions

CONTRACT 1 BID SETCONTRACT 1 BID SET1 BID SETCONTRACT 1

Page 135: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

G. Force Account

H. Contractor Proposals - General

I. Value Engineering Change Proposals

11. CLAIMS AND DISPUTES .......................................................................................................................... 67

A. Notice of Claims

B. Claim Submittals

C. Disputes

D. Termination

12. MISCELLANEOUS PROVISIONS ............................................................................................................ 80

A. No Third Party Beneficiary

B. Venue

C. Governing Laws

D. Successors and Assigns

E. Written Notice

F. Indemnification

G. Audit Rights

H. Severability

I. Payment and Performance Bond

J. Insurance

K. Conflict of Interest

L. Rights in Shop Drawings

M. Patent and Copyright

N. Historical, Scientific and Archaeological Discoveries

O. Use of Owner's Name in Contractor Advertising or Public Relations

13. ATTACHMENTS ........................................................................................................................................ 89

CONTRACT 2 BID SETCONTRACT 2 BID SET2 BID SETCONTRACT 2

Page 136: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

1. DEFINITIONS ( Ju n e 1 2 , 2 0 1 2 )

Addendum/Addenda: A modification or clarification of the Contract

Documents distributed to prospective Bi dders prior to the opening of Bids.

Advertisement for Bids: The public notice invit ing the submission of Bids for

the Work.

Allowance Account (General): Account in which a stated maximum dollar

amount is included in the Contract for the purpose of fundi ng, at the sole

discretion of the Owner, unforeseen and/or changed conditions or extra work

arising during the prosecution of the Work or any other changes issued by the

Owner. The scope and l imitations regarding use of the Allowance Account are

contained in the Contract Documents. Performance of work, if any, under this

Allowance Account shall be authorized by writ ten Work Order issued by the

Owner.

Allowance Account(s) (Dedicated): Account(s) in which stated maximum dollar

amount(s) are included in the Contract for the purpose of funding specific i tems

of work at the sole discretion of the Owner. The scope and l imitations

regarding use of the Dedicated Allowance Account(s) are contained in the

Contract Documents.

Architect/Engineer: Owner or i ts authorize d representatives identified in the

Notice-to-Proceed letter, including but not l imited to the Resident

Architect/Engineer, the Construction Manager, the Owner’s representatives and

the Architect/Engineer of Record. In the event an Architect/Engineer is n ot

employed on the project , the term “Owner” may be substi tuted for

Architect/Engineer.

Art in Public Places: Miami -Dade County program established through

Ordinance #94-12 and codified in Miami -Dade County Code Section 2 -11.15

providing 1.5% of each County project’s capital cost to fund a public art

component within the Project . Coordination and installat ion of the Artist’s

work is included as part of the scope of the Contractor’s services to the extent

that i t is defined in the Bid Documents.

Artist : Person(s) chosen through the Art in Public Places program to design and

fabricate or specify an integrated work of art for the Project . The term Artist

as may be referred to in the Contract Documents means the Artist and/or their

authorized representative.

As-Built Documents: Documents signed and sealed by an appropriately l icensed

professional and submitted by the Contractor during and/or upon completion of

the Contract reflecting actual installed/buil t conditions and all changes made in

the Contract Documents during the construction process and showing the exact

dimensions, geometry, location, identificat ion and such other information as

required by the Contract Documents and/or Architect/Engineer for al l elements

of the work completed under the contract . (Also referred to as As -Built

Drawings or As-Buil ts) . Final payment is conditional upon the receipt of As -

Built Documents.

CONTRACT 3 BID SETCONTRACT 3 BID SET3 BID SETCONTRACT 3

Page 137: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

BCC: Board of County Commissioners , the governing board of Miami -Dade

County.

Beneficial Occupancy: The point at which the Owner or Archi tect/Engineer

determines that the Work or any portion thereof can be occupied from a

regulatory and work function standpoint prior to Substantial Completion of the

Work. Beneficial Occupancy will not relieve the Contractor of any of i ts

obligations relative to Substantial Completion or of i ts respo nsibil i ty to fully

complete the Work in accordance with the Contract Documents.

Bid: The writ ten offer of a Bidder to perform the Work.

Bid Documents: The Advertisement for Bids, Instructions to Bidders, Bid

Form, Bid Security, Construction Contract , al l contractual forms, General

Condi tions, Special Provisions, Technical Specifications and Contract

Drawings, together with all Addenda and any other applicable standards,

regulations, laws and permits as described within these other documents which

may be incorporated by reference.

Bid Item: A specific i tem of work represented by a l ine i tem in the Bid Form.

Bid Form: The form on which Bids are submitted.

Bid Security: The cashier 's check, cert if ied check or bid bond, accompanying

the Bid and submitted by the prospective bidder, as a guarantee that the

prospective bidder will enter into a contract with the Owner for the

performance of the Work and furnish acceptable bonds and insurance if the

Contract is awarded to him.

Bidder: An individual , f irm, partner ship, corporation or combination thereof,

submitt ing a Bid for the Work.

Certif icate of Substantial Completion: Certif icate issued to the Contractor by

the Owner cert ifying that Substantial Completion has been achieved.

Certif icate of Completion: Certif ica te issued by the local bui lding official

providing proof that a structure or system is complete and, for certain types of

permits, is released for use and may be connected to a uti l i ty system. This

cert if icate does not grant authority to occupy a building, such as a shell

building, prior to the issuance of a Cert if icate of Occupancy by the local

building official .

Certif icate of Final Acceptance: Certif icate issued to the Contractor by the

Owner cert ifying that Final Acceptance has been achieved in accordan ce with

the definit ion reflected herein (see Final Acceptance definit ion).

Certif icate of Occupancy: Certif icate issued by the local building official after

the building official inspects the building or structure and finds no violations

of the provisions of applicable codes or other laws that are enforced by the

local building department.

Change Notice: A document issued by the Architect/Engineer or Owner to the

Contractor specifying a proposed change to the Contract Documents and

requesting a price proposal from the Contractor, if applicable, within a

specified t ime period.

Change Order: A writ ten agreement executed by the Owner, the Contractor and

the Contractor 's Surety, covering modifications to the Contract Documents.

CONTRACT 4 BID SETCONTRACT 4 BID SET4 BID SETCONTRACT 4

Page 138: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Construction Staging Area: Prope rty which may be available for use by the

Contractor during the construction period for the purpose of storing products

and construction equipment and for the purpose of staging the Work. The

construction staging area(s), if applicable, are defined in the Contract

Documents.

Construction Contract: The agreement executed by the Contractor and the

Owner covering the performance of the Work including the furnishing of labor,

superintendence, materials, tools and equipment as indicated in the Contract

Documents . The term “Contract” shall have the same meaning.

Consultant: See Architect/Engineer.

Contract Documents: Bid Documents, Change Orders , Payment and Performance

Bonds, Work Orders, Approved Schedules, al l Contractual Forms, Approved

Shop Drawings and Approved Working Drawings.

Contract Drawings: The plans, profiles, cross -sections, elevations, schedules,

and details which show locations, character, dimensions and details of the

Work. Contract Drawings are confidential under the Florida Public Records Act

and the Contractor is responsible for maintaining confidentiali ty during and

after the progress of the Work.

Contractor: The individual, f irm, partnership, or corporation, or combination

thereof, private, municipal , or public, including joint ventures, dul y l icensed

under Florida Statutes , which, as an independent Contractor, has entered into a

Contract with Miami -Dade County, who is referred to throughout the Contract

Documents by singular in number and masculine in gender.

Contract Time: The number of da ys allowed for completion of the Work

commencing with the effective date of Notice to Proceed. The Contract Time

will be st ipulated in the Contract Documents unless extended by a Change

Order or by a Work Order.

County: See Owner.

County Manager: The County Manager of Miami -Dade County, Florida.

County Mayor: The Mayor of Miami -Dade County, Florida.

Crit ical Path: Longest sequence of activit ies in a project’s schedule which

defines the project completion date and which must be completed on t ime in

order for the project to be completed on schedule.

Days: Unless otherwise designated, days mean calendar days.

Department Director: The Director of the Miami -Dade County Department

implementing the work.

Department Director’s Representative: The person or persons designated by the

Department Director to act on his behalf in the administration of the contract

within the l imits of their respective authorization.

Direct Costs: Direct Costs recoverable by the Contractor as a re sult of changes

in the Work shall be l imited to the actual addit ional costs of labor and

materials installed as part of the Work and for the reasonable addit ional cost of

rental of any Special Equipment or Machinery. Labor shall be l imited to si te

labor costs, including Employer’s Payroll Burden. Specifically excluded from

CONTRACT 5 BID SETCONTRACT 5 BID SET5 BID SETCONTRACT 5

Page 139: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

labor are the costs of general foremen and si te office personnel. Materials are

l imited to permanent materials required by the Contract Documents and

materials approved by the Architect/Engineer as necessary to install the

permanent materials in an efficient and workmanlike manner. For special

equipment or machinery not l isted in said document, the Contractor shall be

paid a rental rate corresponding to the average prevail ing rental rate for such

equipment or machinery in Miami -Dade County, Florida, subject to approval by

the Architect/Engineer . No addit ional payment shall be made to the Contractor

for fuel , lubricants, fair wear and tear, transportation, insurance or

depreciation. Any equipment or machinery not designated by the

Architect/Engineer as special equipment and machinery shall be considered

Overhead.

Extra Work: Work not provided for in the Contract Documents as awarded or as

previously modified by Change Order or Work Order bu t found to be essential

to the satisfactory completion of the Contract within i ts intended scope.

Field Representative/Construction Manager: An authorized representative of the

Owner that may provide administrative and construction inspection services

during the pre-construction, construction, and closeout phases of the Contract

and through which the orders of the Owner shall be given. The Field

Representative has no authority to modify or waive any provision of the

Contract Documents.

Final Acceptance: The formal writ ten acceptance by the Owner of the

completed work.

Final Completion: Point in t ime when the Owner determines that al l Work has

been completed in accordance with the Contract Documents and al l deficiencies

l isted within the Cert if icate of Substantial Completion and Punch List have

been corrected to the satisfaction of the Owner or Architect/Engineer including

but not l imited to all required final inspections, close -out documents, delivery

of al l spares and extra materials and activation of warran ties as required. A

Certif icate of Final Acceptance shall be issued to the Contractor by the Owner

upon Final Completion.

Force Account: A method of payment measured by actual cost of the labor,

materials and equipment plus a mark-up for Indirect Costs, as dist inct from

other payment methods such as lump sum or unit price, for Extra Work ordered

by Change Order and/or Work Order.

Fragment: A fragment or selected portion of the Schedule network and/or

network of proposed changed work activit ies.

Furnishing: Manufacturing, fabricating and delivering to the si te of the Work

materials, plant, power, tools, patterns, supplies, appliances, vehicles and

conveyances necessary or required for the completion of Work.

General Conditions: This section of the Contract Do cuments which specifies, in

general , the contractual conditions.

Green Building Practices: Environmentally - and socially-conscious practices

that emphasize processes and methods of design and construction that reduce

exposure to noxious materials, conserve non-renewable energy and scarce

materials, minimize l ife -cycle ecological impact of energy and materials,

employ renewable energy or materials that are sustainably harvested, protect

CONTRACT 6 BID SETCONTRACT 6 BID SET6 BID SETCONTRACT 6

Page 140: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

and restore local air , water, soils, f lora and fauna, and support pedest rians,

bicycles, mass transit and other alternatives to fossil -fueled vehicles.

Indirect Costs: Overhead.

Installat ion, Install or Install ing: Completely assembling, erecting and

connecting material , parts, components, supplies and related equipment

specif ied or required for the completion of the Work including the successful

passing of all tests so that they are fully functional.

LEED (Leadership in Energy and Environmental Design): An ecology -oriented

building cert if ication program run under the auspices of the U.S. Green

Building Council (USGBC) which concentrates i ts efforts on improving

performance across five key areas of environmental and human health: energy

efficiency, indoor environmental quali ty, materials selection, sustainable si te

development, and water savings.

Limit of Work: Boundary within which the Work is to be performed.

Liquidated Damages: The amount that the Contractor accepts, as st ipulated in

the Contract Documents, that will be deducted from the Contract Sum for each

Day of delay due to a Non-excusable Delay.

Liquidated Indirect Costs Rate: The amount, st ipulated in the Contract

Documents, that will be added to the Contract Sum for each Day of delay due to

a Compensable Delay. The Contractor accepts this sum as full compensation

for the Contractor 's and all i ts Subcontractors ' Indirect Costs, for each Day of

Compensable Delays. This amount is agreed to include any costs other than

Direct Costs incurred by the Contractor and all i ts Subcontractors of any t ier in

the performance of this Contract .

Lump Sum Bid Item: A bid i tem in which quanti ty is not separately measured

for payment in units but rather is based on the amount bid by the Contractor as

indicated in the Bid Form and made a part of the Contract . Partial payments of

Lump Sum Bid Items will be conditionally made, based upon an approved

schedule of values, and will be subject to reconcil iat ion in the event that the

work of a Lump Sum Bid Item is not fully completed in accordance with the

requirements of the Contract Documents.

Miami-Dade County (MDC): A poli t ical subdivision of the State of Florida, the

Owner.

Milestone: A completion date as defined in the Contract Documents.

Notice to Proceed: Writ ten notice from the Owner to the Contractor specifying

the date on which the Contractor is to proceed with the Work and on which the

Contract Time commences to run.

Notice of Termination: Writ ten notice from the Architect/Engineer or the

Owner to the Contractor to permanently stop work under the Contract on the

date and to the extent specified in the notice. The Notice of Termination

includes Notices of Termination for Convenience, Default and National

Emergencies as set forth in the Contract Documents. Upon receipt of such

notice, the Contractor shall comply with the termination provisi ons of this

Contract .

CONTRACT 7 BID SETCONTRACT 7 BID SET7 BID SETCONTRACT 7

Page 141: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

O v e r h e a d ( I n d i r e c t C o s t s ) : O v e r h e a d , a l s o d e f i n e d a s “ I n d i r e c t C o s t s ” , i n c l u d e s

a n y a n d a l l c o s t s o t h e r t h a n D i r e c t C o s t s . T h e t e r m “ O v e r h e a d ” a s i n d i c a t e d i n

t h i s d e f i n i t i o n s h a l l a p p l y t o b o t h C o n t r a c t o r s a n d S u b c o n t r a c t o r s o f a n y t i e r .

O v e r h e a d i n c l u d e s , b u t i s n o t l i m i t e d t o , a l l p r o f i t a n d c o s t s a s s o c i a t e d w i t h

: P r o j e c t b o n d p r e m i u m s , P r o j e c t i n s u r a n c e p r e m i u m s , c o s t s o f s u p e r v i s i o

n , c o o r d i n a t i o n , s u p e r i n t e n d e n t s , g e n e r a l f o r e m e n , c o n s u l t a n t s , s c h e d u l e r s , c o

s t c o n t r o l l e r s , a c c o u n t a n t s , o f f i c e a d m i n i s t r a t i v e p e r s o n n e l , t i m e k e e p e r s , c l e r k

s , s e c r e t a r i e s , w a t c h p e r s o n s , s m a l l t o o l s , e q u i p m e n t o r m a c h i n e r y , u t i l i t i e s , r e n

t , t e l e p h o n e s , f a c s i m i l e m a c h i n e s , c o m p u t e r s , w o r d p r o c e s s o r s , p r i n t e r s , p l o t t e r

s , c o m p u t e r s o f t w a r e , a l l e x p e n d a b l e i t e m s , j o b s i t e a n d g e n e r a l o f f i c e e x p e n s e

s , e x t e n d e d j o b s i t e g e n e r a l c o n d i t i o n s , i n t e r e s t o n m o n i e s r e t a i n e d b y t h e O w n e

r , e s c a l a t e d c o s t s o f m a t e r i a l s a n d l a b o r , i m p a c t c o s t o n u n c h a n g e d w o r

k , i n e f f i c i e n c y , d e c r e a s e d p r o d u c t i v i t y , h o m e o f f i c e e x p e n s e s o r a n y c o s t i n c u r r

e d t h a t m a y b e a l l o c a t e d f r o m t h e h e a d q u a r t e r s o f t h e C o n t r a c t o r o r a n y o f

i t s S u b c o n t r a c t o r s , l o s s o f a n y a n t i c i p a t e d p r o f i t s , l o s s o f b o n d i n g c a p a c i t y

o r c a p a b i l i t y l o s s e s , l o s s o f b u s i n e s s o p p o r t u n i t i e s , l o s s o f p r o d u c t i v i t y o n t h i s

o r a n y o t h e r P r o j e c t , l o s s o f i n t e r e s t i n c o m e o n f u n d s n o t p a i d , c o s t s t o p r e p a r

e a b i d , c o s t t o p r e p a r e a q u o t e f o r a C h a n g e i n t h e W o r k , c o s t s t o p r e p

a r e , n e g o t i a t e o r p r o s e c u t e c l a i m s , c o s t s o f l e g a l a n d a c c o u n t i n g w o r k , c o s t s s

p e n t t o a c h i e v e c o m p l i a n c e w i t h a p p l i c a b l e l a w s a n d o r d i n a n c e s , l o s s o f P r o j e c t

s n o t b i d u p o n , l o s s o f p r o d u c t i v i t y o r i n e f f i c i e n c i e s i n t h e W o r k f r o m a n y c a u s e

.

O w n e r : M i a m i - D a d e C o u n t y , w h o s e g o v e r n i n g b o d y i s t h e B C C a c t i n g i n i t s

p r o p r i e t a r y c a p a c i t y . W h e r e a p p l i c a b l e , t h e O w n e r a c t s t h r o u g h i t s

A r c h i t e c t / E n g i n e e r o r F i e l d R e p r e s e n t a t i v e . W h e n t h e s e C o n t r a c t D o c u m e n t s

r e q u i r e t h e a c t i o n o f i n d i v i d u a l p e r s o n s , t h e d o c u m e n t s c o n t a i n s p e c i f i c

r e f e r e n c e s t o t h e s e p e r s o n s . I n p a r t i c u l a r , t h e d o c u m e n t s s h a l l r e f e r t o t h e B C C

w h e n a p p r o v a l o f t h e B C C i s s p e c i f i c a l l y r e q u i r e d a n d t o t h e

A r c h i t e c t / E n g i n e e r w h e n t h e A r c h i t e c t / E n g i n e e r ’ s a p p r o v a l i s s p e c i f i c a l l y

r e q u i r e d .

P a y m e n t a n d P e r f o r m a n c e B o n d : B o n d e x e c u t e d b y t h e C o n t r a c t o r a n d i t s

S u r e t y a s s u r i n g t h a t t h e C o n t r a c t o r w i l l , i n g o o d f a i t h , p e r f o r m a n d g u a r a n t e e

t h e w o r k i n f u l l c o n f o r m i t y w i t h t h e t e r m s o f t h e C o n t r a c t D o c u m e n t s a n d w i l l

p r o m p t l y p a y a l l p e r s o n s s u p p l y i n g t h e C o n t r a c t o r w i t h l a b o r , m a t e r i a l s , o r

s u p p l i e s , u s e d d i r e c t l y o r i n d i r e c t l y b y t h e C o n t r a c t o r i n t h e p r o s e c u t i o n o f t h e

W o r k . T h i s b o n d s h a l l b e a s i n g l e i n s t r u m e n t b o n d f o r t w i c e t h e p e n a l s u m ( t o

c o v e r 1 0 0 % o f t h e t o t a l m a x i m u m c o n t r a c t a m o u n t f o r p a y m e n t - r e l a t e d i s s u e s

a n d 1 0 0 % o f t h e t o t a l m a x i m u m c o n t r a c t a m o u n t f o r p e r f o r m a n c e - r e l a t e d

i s s u e s ) .

P r o j e c t : S e e d e f i n i t i o n f o r W o r k .

P u n c h L i s t : A l i s t i s s u e d b y t h e O w n e r t o t h e C o n t r a c t o r o f w o r k e l e m e n t s

r e q u i r i n g r e m e d i a l a c t i o n o r c o m p l e t i o n b y t h e C o n t r a c t o r b e f o r e F i n a l

C o m p l e t i o n i s i s s u e d t o t h e C o n t r a c t o r .

R i g h t - o f - W a y : A t e r m d e n o t i n g l a n d a n d p r o p e r t y , a n d i n t e r e s t s t h e r e i n , o w n e d

o r a c q u i r e d b y t h e O w n e r .

S c h e d u l e s : A l l s c h e d u l e s d e l i v e r e d u n d e r t h e C o n t r a c t i n c l u d i n g t i m e s c h e d u l e s

a n d s c h e d u l e o f v a l u e s .

CONTRACT 8 BID SETCONTRACT 8 BID SET8 BID SETCONTRACT 8

Page 142: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Schedule of Values: A detailed cost breakdown of each lump sum bid i tem in

the bid form, submitted by the Contractor at the beginning of the Work and to

be used as a basis to determine monthly progress payments and quanti ty

adjustments within the constraints specified in the Contract Documents.

Shop Drawings: Documents furnished by the Contractor for approval by the

Architect/Engineer to i l lustrate specific portions of the Work. Shop Drawings

include drawings, diagrams, i l lus trations, calculations, schedules, tables,

charts, brochures and other data describing design, fabrication and installat ion

of specific portions of the Work.

Site, Project Site, Work Site, Construction Site, Job Site: The location(s) at

which the work under this Contract is to be accomplished, as shown in the

Contract Documents.

Special Provisions: Section of the Contract which i ncludes specific contractual

requirements not covered in the General Conditions that are specific to the

Project .

Subcontractor: Any person or enti ty, other than the employees of the

Contractor, supplying the Contractor with labor, materials, supplies and /or

equipment used direct ly or indirectly by the Contractor in the prosecution of

the Work.

Substantial Completion: Substantial Completion of a Project is the date on

which the Owner cert if ies that the construction is sufficiently completed, in

accordance with the Contract Documents, as modified by any Change Orders, so

that the Owner can occupy the Project for the use for which i t was intended. A

certif icate shall be issued to the Contractor by the Owner upon achievement of

Substantial Completion.

Surety: The bonding company or companies furnishing the bonds required of a

Bidder and of the Contractor.

Technical Specifications: The general term comprising all the writ ten

directions, provisions and requirements contained herein, enti t led "Technical

Specifications," those portions of standard specifications to which reference is

specifically made in the Technical Specifications, and any Addenda, Work

Orders and Change Orders that may be issued for the Contract , al l describing

the work required to be per formed, including detailed technical requirements as

to labor, materials, supplies and equipment and standards to which such work is

to be performed as well as any reports specifically issued with the Bid

Documents and specifically identified in the Instruction s to Bidders which may

include geotechnical or other technical reports.

Temporary Construction Easement Line: A boundary which describes addit ional

areas which may be made temporarily available for construction operations.

Time Contingency: The maximum time specifically identified in the Contract

Documents by which the Owner may extend the contract t ime to accomplish the

work without a change order. Limitations on the use of the t ime contingency

are set forth in the Contract Documents.

Unit Prices: Unit prices shall include all labor, materials, tools, and equipment;

al l other direct and indirect costs necessary to complete the i tem of Work and

to coordinate the unit price Work with adjacent work; and shall include all

CONTRACT 9 BID SETCONTRACT 9 BID SET9 BID SETCONTRACT 9

Page 143: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

overhead and profit . Contractor sha ll accept compensation computed in

accordance with the unit prices as full compensation for furnishing such Work.

Work: The construction and services required by the Contract Documents,

which includes all labor, materials, equipment, and services to be p rovided by

the Contractor to fulfi l l the Contractor 's dut ies and obligations imposed by the

Contract Documents or, if not specifically imposed by the Contract Documents,

which can be reasonably assumed as necessary to fulfi l l the intent of the

Contract Documents to provide a complete , fully functional and satisfactory

project .

Work Order: A writ ten order, authorized by the Architect/Engineer or Owner,

directing the Contractor to perform work under a specific Allowance Account

or directing the Contractor to perform a change in the Work that does not have

a monetary impact, including but not l imited to, extending the Contract Time or

subject to the to payment of Liquidated Indirect Costs if enti t lement is

established as required by these Contract Documents. No Work Order may

increase the Contract Sum.

END OF ARTICLE

CONTRACT 10 BID SETCONTRACT 10 BID SET10 BID SETCONTRACT 10

Page 144: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

2. INTERPRETATION ( Ju n e 1 2 , 2 0 1 2 )

A. The intent of the Contract is to include all necessary i tems for the proper

completion of the Work by the Contractor so the Owner may have a fully

functioning facil i ty and fully receive the benefits intended under the

Contract . The Contractor shall perform, without addi t ional

compensation, such incidental work as necessary to complete the Work

and fulfi l l the design intent, in accordance with the requiremen ts set

forth in the Contract Documents, so that i t will meet the requirements for

which the Project was intended, in a satisfactory and workmanlike

manner.

B. The Contract Documents and all referenced standards cited are essential

parts of the Contract requirements. A requirement occurring in one is as

binding as though occurring in all . The documents comprising the

Contract Documents are complementary and indicate the construction

and completion of the Work. Anything mentioned in the Contract

Documents and not shown on the Contract Drawings, or shown on the

Contract Drawings and not mentioned in the Contract Documents , shall

be of l ike effect as if shown or mentioned in both. The more str ingent

shall apply in the case of a conflict .

C. Site Inspections and Verif ication of Governing Dimensions: In executing

the contract , the Contractor represents that he has, prior to bid, visi ted

the si te, become famil iar with the conditions under which the work is to

be performed and correlated his personal observations with the

requirements of the Contract Documents or that he has chosen not to do

so, in the event that a mandatory si te visi t is not specified in the

Contract Documents. The Contractor accepts the responsibil i ty for all

errors in construction which could have been avoided by such

examination and the opportunity to seek t imely clarifications during the

bidding process. The Contractor, before commencing work, shall verify

all governing dimensions at the site, and shall examine all adjoining

work on which his work is in any way dependent for i ts conformance

with the intent of the Contract Documents and no disclaimer of

responsibil i ty for defective or non -conforming adjoining work will be

considered unless notice of same has been fi led by the Contractor, and

agreed to in writ ing by the Owner through the Architect/Engineer before

the Contractor begins any part of the Work. No disclaimer for defective

or non-conforming adjoining work that was clearly foreseeable to the

Contractor during a si te visi t (mandatory or non -mandatory) will be

considered by the Owner.

D. Errors, Inconsistencies and Omissions: The Contractor shall carefully

study and compare all drawings, Contract Documents and other

instructions; shall verify all f igures on the Contract Drawings before

laying out the Work; shall notify the Owner or Architect/Engineer of al l

errors, inconsistencies, or omissions which he may discover; and obtain

specific instructions in writ ing during the bidding process and prior to

submitt ing his Bid. The Contractor shall not take advantage of any

CONTRACT 11 BID SETCONTRACT 11 BID SET11 BID SETCONTRACT 11

Page 145: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

apparent error or omission which may be found in the Contract Drawings

or Contract Documents, and the Architect/Engineer shall be enti t led to

make such corrections therein and interpretations thereof as he may deem

necessary for the fulfi l lment of their intent. The Contractor shall be

responsible for al l errors in construction which could have been avoided

by such examination and notification, and shall correct , at his own

expense, al l work improperly priced, scheduled or con structed through

failure to notify the Owner or Architect/Engineer and to request specific

instructions.

E. Where "as indicated", "as detailed", or words of similar import are used,

i t shall be understood that the reference is made to the Contract

Documents unless stated otherwise.

F. References to Articles or Sections include sub -art icles or subsections

under the Article referenced.

G. Referenced Standards: Material and workmanship specified by the

number, symbol, or t i t le of a referenced standard shall comply with the

latest edit ion or revision thereof and amendments and supplements

thereto in effect on the date of the Invitation to Bid except where

otherwise expressly indicated. In case of a conflict between the Contract

Documents and the referenced standard, the Contract Documen ts shall

govern.

H. Order of Precedence of Contract Documents: Unless otherwise provided

for in the Special Provisions or required by law, the order of precedence

of the Contract Documents will be as follows:

1) Change Orders to the Contract

2) Notice to Proceed

3) Construction Contract

4) Addenda

5) Special Provisions

6) General Conditions

7) Technical Specifications

8) Contract Drawings

9) Referenced Codes and Standards

10) Guarantees

11) Instructions to Bidders

12) Invitation to Bid

13) Other documents

I. In case of differences between small and large scale drawings, the

drawings showing greater detail shall govern. Schedules on drawings

shall take precedence over conflict ing notations on drawings. In the

event of discrepancy between any scaled dimensions on drawings and the

figures writ ten thereon, the figures shal l govern over the scaled

dimensions unless otherwise indicated.

J . Explanations: Should i t appear that the Work to be done or any of the

matters relative thereto are not sufficiently detailed or explained in the

CONTRACT 12 BID SETCONTRACT 12 BID SET12 BID SETCONTRACT 12

Page 146: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Contract Documents, the Contractor shall apply to the Owner or

Architect/Engineer in a t imely manner to al low sufficient t ime for such

further writ ten explanations as may be necessary and shall conform to

the explanation provided as part of the Contract . The Owner or

Architect/Engineer ’s decision shall be final .

K. Effect of Headings: The headings and t i t les to provisions in the Contract

Documents are descriptive only, and shall be deemed not to modify or

affect the rights and duties of part ies to this Contract .

L. No acceptance, order, measurement, payment, or cert if icate of or by the

Architect/Engineer and/or the Owner or i ts employees or agents shall

ei ther estop the Owner from assert ing any r ights or operate as a waiver

of any provision hereof or of any power or right herein reserved to th e

Owner or of any rights to damages herein provided.

M. Wherever the terms, "as directed", "ordered", "permitted", "designated",

"as approved", "approved equal", "or equal", "acceptable" and other

words of similar meaning which authorize an exercise of judgm ent are

used in the Contract Documents, such judgment shall be vested only in

the Architect/Engineer and/or the Owner and shall be final .

N. The Contractor shall make available at the job si te one copy of each

referenced standard and/or Contract Documents for the Contractor 's and

the Field Representative’s use during the t ime that work covered by the

standards and/or Contract Documents is underway.

O. The Contract Documents provide for a complete work and may have been

prepared in divisions of various crafts, tra des and other categories of

work. The Contractor is responsible for the performance of al l work

under the Contract regardless of any such divisions and shall ensure that

al l of the work is performed and completed. The organization of the

Contract Documents into divisions, sections and art icles and the

arrangement of the drawings do not restrict or l imit the Contractor into

dividing the Work among subcontractors or in establishing the extent of

the Work to be performed by any trade.

P. No deviation from the approved Contract Documents shall be permitted

without the prior writ ten approval of the Owner, which approved

deviation shall be documented either by Change order or Work Order.

Q. All Requests for Information by the Contractor per this section shall be

in accordance with the Contract Documents.

END OF ARTICLE

CONTRACT 13 BID SETCONTRACT 13 BID SET13 BID SETCONTRACT 13

Page 147: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

3. ARCHITECT/ENGINEER/FIELD REPRESENTATIVE ( Ju n e 1 2 , 2 0 1 2 )

A. The Architect/Engineer shall respond to questions which may arise as to

the quali ty and acceptabil i ty of materials furnished, work performed, and

as to the manner of performance and rate of progress of the work in

accordance with the t ime frames prescribed in the Contract Documents.

The Architect/Engineer shall decide all questions which may arise as to

the interpretation of the Contract Docume nts relating to the Work, and

the fulfi l lment of the Contract on the part of the Contractor, and those

decisions shall be binding on the Contractor

B. The Architect/Engineer is not authorized to revoke, al ter, or waive any

requirement of the Contract .

C. The Architect/Engineer, Owner or Field Representative shall have free

access to the Work and materials at al l t imes to facil i tate the

performance of his dut ies.

D. Subject to concurrence by the Owner, the Architect/Engineer shall have

the right to observe and reject any material or work performed which

does not meet the requirements of the Contract Documents. When the

Architect/Engineer discovers any work in progress or completed that

does not meet the requirements of the Contract Documents, the Archi -

tect/Engineer shall reject that portion of the Work affected and shall

confirm such rejection in writ ing, as soon as practical , detail ing the

reasons for the rejection. Work rejected by the Architect/Engineer will

not be paid for. Any such observation and/or rejectio n shall not be

construed as undertaking supervisory control of the Work or of means

and methods employed by the Contractor or his Subcontractors and shall

not relieve the Contractor of any of his responsibil i t ies or obligations

under the Contract . The Cont ractor shall not request or at tempt to require

the Architect/Engineer to undertake such supervisory control or to

administer, supervise, inspect, assist , or act in any manner so as to

relieve the Contractor from such responsibil i t ies or obligations.

E. The fact that the Architect/Engineer has not made early discovery of

materials furnished or work performed which does not meet the require -

ments of the Contract Documents, shall not bar the Architect/Engineer

from subsequently rejecting said materials or work.

F. If ei ther the Architect/Engineer or the Field Representative requests i t ,

the Contractor, at any t ime before acceptance of the work, shall remove

or uncover such portions of the finished work as may be directed. After

examination, the Contractor shall res tore said portions of the work to the

standard required by the Contract Documents. Should the work thus

exposed or examined prove acceptable, the uncovering, or removing, and

the replacing of the covering or making good of the parts removed will

be paid for as Extra Work. Should the work so exposed or examined

prove unacceptable, the uncovering, or removing, and the replacing of

the covering or making good of the par ts removed will be at no

addit ional cost to the Owner.

CONTRACT 14 BID SETCONTRACT 14 BID SET14 BID SETCONTRACT 14

Page 148: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

G. Any work done or materials used which are not in compliance with the

Contract Documents may be ordered removed and replaced at the

Contractor 's expense.

H. The Owner and other agencies having jurisdiction over the work

hereunder shall be afforded free access to the si te to perform such

inspections and tests as may be required to determine conformance of the

Work with the Contract Documents.

I. Neither the Architect /Engineer nor the Field Representative shall be

responsible for any safety obligations imposed on the Contractor by

applicable industry standards, l icensing requirements, laws or regulatory

requirements.

END OF ARTICLE

CONTRACT 15 BID SETCONTRACT 15 BID SET15 BID SETCONTRACT 15

Page 149: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

4. OWNER ( Ju n e 1 2 , 2 0 1 2 )

A. Unless otherwise specified or excluded elsewhere in the Contract

Documents, the records of borings, test excavations and other subsurface

investigations, if any, are offered as information only and solely for the

convenience of the Contractor. The Owner does not warrant or guarantee

either that said records are complete or that the said records will

disclose the actual subsurface conditions. T he interpretation of the

records and the conclusions drawn therefrom as to the actual exist ing

subsurface conditions are the sole responsibi l i ty of the Contractor.

B. Any estimates of quanti t ies of work or materials, based on said borings,

test excavations and other subsurface investigations are not warranted by

the Owner to indicate the true quanti ties or distribution of quanti t ies

unless the Contractor is expressly directed to rely on such information to

prepare and submit his Bid.

C. If the Contractor is no tified by the Owner to correct defective or

nonconforming work, and the Contractor fails to promptly proceed with

corrective action in a reasonable t ime, the Owner may, upon writ ten

notice, accomplish the redesign, repair , rework or replacement of

nonconforming work by the most expedit ious means available and

backcharge the Contractor for the cost incurred. The cost of backcharge

work shall include all reasonable costs associated with the corrective

action.

D. The Owner shall separately invoice or deduct from payments , otherwise

due to the Contractor, the costs as provided herein. The Owner’s r ight to

backcharge is in addit ion to any or all other r ights and remedies provided

in this Contract , or by law. The performance of backcharge work, on

behalf of the Owner, shall not relieve the Contractor of any of i ts

responsibil i t ies under this Contract including but not l imited to express

or implied warranties, specified standards for quali ty, contractual

l iabil i t ies and indemnifications, and the Contract Time.

E. The Field Representative and/or Architect/Engineer will administer the

Contract and the orders of the Owner are to be given through the Field

Representative and/or Architect/Engineer. The Field Representative

and/or Architect/Engineer shall determine the amoun t and quali ty of the

several kinds of work performed and materials furnished which are to be

paid for under the Contract .

F. The Field Representative will observe the Contractor 's work for

compliance with the Contract Documents. Such observation shall extend

to all or any part of the work done and to the preparation, fabrication, or

manufacture of the material to be used.

G. Upon discovery, the Field Representative shall call the Contractor 's

at tention to faulty workmanship or defective materials and shall rejec t

work and materials not conforming to the requirements of the Contract

Documents.

CONTRACT 16 BID SETCONTRACT 16 BID SET16 BID SETCONTRACT 16

Page 150: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

H. When any work in progress or completed does not meet the requirements

of the Contract Documents, the Field Representative shall have the

authority to order the Contractor to shut down that portion of the work

affected unti l the affected work is corrected to the satisfaction of the

Field Representative. The Field Representative shall confirm this order

in writ ing as soon as practicable, detail ing the reasons for the shutdown.

Work performed in violation of the Field Representative 's order to

shutdown will not be accepted or paid for.

I. The Field Representative is not authorized to revoke, al ter, or waive any

requirements of the Contract . The Field Representative will negotiate

and act on behalf of the Owner to the authorized l imits of his authority

as specified in the Contract Documents.

J . Whenever the Contractor intends to build, assemble or perform any

portions of the Work away from the si te, the Contractor shall promptly

notify the Field Representative of such intentions, including where and

when such work is to be performed, before such work starts. The

Contractor shall also make arrangements for access thereto by the Field

Representative and/or the Architect/Engineer so that t he aforement ioned

portions of the Work may be inspected as needed.

K. The fact that the Field Representative has not made early discovery of

materials furnished or work performed which does not meet the require -

ments of the Contract Documents, shall not bar the Field Representative

from subsequently rejecting said materials or work and does not relieve

the Contractor of his responsibil i ty to meet the requirements of the

Contract Documents.

L. The Field Representative shall not act as a foreman or perform other

duties for the Contractor, nor interfere with the management of the work

by the Contractor.

M. The administration, observation of the work, and actions by the Field

Representative, as herein provided, shall not be construed as under taking

supervisory control of the construction work or of means and methods

employed by the Contractor or his Subcontractors and shall not relieve

the Contractor from any of his responsibil i t ies or obligations under the

Contract; the Contractor shall not request or at tempt to requi re the Field

Representative to undertake such supervisory control or to administer, to

supervise, to inspect , to assist , or to act in any manner so as to relieve

the Contractor from such responsibil i t ies or obligations.

N. The Field Representative shall decide all questions relating to the rights

of different prime Contractors on the Project or si te.

O. All materials and each part or detail of the work shall be subject to

observation by the Field Representative and/or the Architect/Engineer.

The Architect/Engineer and the Field Representative shall be allowed

access to all parts of the work and shall be furnished with such

information and assistance by the Contractor as is required.

P. Miami-Dade County enters into this Contract solely in i ts proprietary

capacity. Nothing in this Contract is intended to bind or otherwise

restrict the discretion of Miami -Dade County acting in i ts regulatory

CONTRACT 17 BID SETCONTRACT 17 BID SET17 BID SETCONTRACT 17

Page 151: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

capacity, including but not l imited to the regulatory acts of the

Departments of Regulatory and Economic Resources (RER) , Public

Works and Waste Management (PWWM), Fire -Rescue (MDFRD) and

Water & Sewer (WASD) or their successors.

END OF ARTICLE

CONTRACT 18 BID SETCONTRACT 18 BID SET18 BID SETCONTRACT 18

Page 152: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

5. CONTRACTOR ( Ju n e 1 2 , 2 0 1 2 )

A. If the Contractor hereunder is comprised of more than one legal enti ty,

each such enti ty shall be join tly and severally l iable hereunder.

B. The Contractor shall hold valid current cer t if i cate(s) of competency for

the type of work to be per formed, in accordance with the qualifi cations

requirements as set forth in Chapter 489 of the Florida Statutes and

Chapter 10 of the Code of Miami - Dade County.

C. The Contractor shall maintain within Miami -Dade County, Florida, a

duly authorized agent to accept service of legal process on i ts behalf ,

and shall keep the Owner advised of such agent 's name and address,

during the duration of the Contract , and for three years after f inal

payment or as long as Contractor has warranty obligations under these

Contract Documents, whichever period terminates later. The Contractor

shall complete the form ti t led “Contractor Agent to Accept Service”

included in the Contract Documents and submit i t to the

Architect/Engineer prior to NTP.

D. The Contractor shall be responsible for the complete performance for al l

of the work under the Contract , and for the methods, means, and

equipment used in performing the Contract and for al l materials, tools,

apparatus and property of every description used in connection

therewith.

E. Upon approval of the Contractor’s schedule by the Owner, the Contractor

will submit writ ten confirmation from all his Subc ontractors agreeing to

work within the t imeframes specified in the Contractor’s approved

schedule.

F. Contractor’s Superintendent: The Contractor shall provide a

superintendent at the si te at al l times who is competent in the type of

work being performed to act as the Contractor’s agent, and shall give

that superintendent the full authority to receive instruction from the

Field Representative or Architect/Engineer and to execute the order or

directions of the Field Representative or Architect/Engineer, includi ng

the prompt supply of al l materials, tools, equipment, labor, and

incidentals that may be required. The Contractor shall furnish such

superintendence regardless of the amount of work that is subcontracted,

and the superintendent shall read, speak, write and understand English.

The Contractor shall also maintain at least one other employee on the

work si te during Project working hours who speaks and understands

English. This superintendent shall be responsible for keeping writ ten

daily logs of the work on the project .

G. The competency of the superintendent shall be demonstrated through

l icensure or cert if ication in contracting, engineering, trade or experience

as applicable to the work being performed. Proof of l icensure,

cert if ication or qualification of the superintendent must be provided to

the Owner at the pre -construction conference and is subject to the

CONTRACT 19 BID SETCONTRACT 19 BID SET19 BID SETCONTRACT 19

Page 153: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

approval of the Architect/Engineer or Field Representative after

Contractor receipt of said requirements.

H. In the event that the Field Representative or Architect/Engineer

determines, through the course of the actual work progress , that the

superintendent lacks the knowledge or exper tise necessary to execute the

work in an efficient and competent manner, in keeping with all current

codes and best practices , the Field Representative or Architect/Engineer

shall notify the Contractor in writ ing and the superintendent shall be

replaced by the Contractor with a person acceptable to the Field

Representative or Architect/Engineer within five (5) working days.

I. The Contractor’s failure to replace the superintendent in the t ime

allotted shall be cause for the Owner to suspend work with such delays

chargeable to the Contractor as Liquidated Damages as specified

elsewhere in this contract .

J . The Contractor shall maintain a daily accounting of his daily manpower,

by trade and posit ion, and provide this information to the Field

Representative on a weekly basis.

END OF ARTICLE

CONTRACT 20 BID SETCONTRACT 20 BID SET20 BID SETCONTRACT 20

Page 154: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

6. SUBCONTRACTORS ( Ju n e 1 2 , 2 0 1 2 )

A. The Contractor will be permitted to subcontract portions of the Work to

competent Subcontractors. Such Subcontractors shall hold valid current

cert if icate(s) of competency for the type of work to be per formed, in

accordance with the qualifi cations requirements as set forth in the

Florida Statutes and the Code o f Miami- Dade County.

B. Nothing contained herein shall create any contractual relationship

between the Owner and any level of Subcontractor, materialman or

supplier.

C. All work performed for the Contractor by a Subcontractor shall be

pursuant to an appropriate agreement between the Contractor and the

Subcontractor which shall contain provisions that:

1) Preserve and protect the rights of the Owner and any of i ts authorized

representatives under the Contract , including but not l imited to, the

Architect/Engineer and Field Representative, with respect to the

Work to be performed under the subcontract so that the

subcontracting thereof will not prejudice such rights;

2) Require that such Work be performed in accordance with the

requirements of the Contract Documents in cluding the Contractor’s

approved schedule;

3) Require submission to the Contractor of applications for payment

under each subcontract to which the Contractor is a part , in

reasonable t ime to enable the Contractor to apply for payment in

accordance with any and all payment provisions of the Contract

Documents;

4) Require that al l claims for addit ional costs, extensions of t ime,

damages for delays or otherwise with respect to subcon tracted

portions of the Work shall be submitted to the Contractor (via any

Subcontractor or Sub-subcontractor or Supplier where appropriate) in

sufficient t ime so that the Contractor may comply in the manner

provided in the Contract Documents for l ike claims by the Contractor

upon the Owner;

5) Require specific consent to all relevant provisions of the Contract

Documents; and

6) Incorporate all f low-down clauses specifically called for in the

Contract , as directed.

D. Contractor Participation: The Contractor shall perform not less than 25

percent of the Work, not inclusive of mater ials purcha sed, with his own

organization. If the Contractor is a joint venture, the requirement shall

be satisfied by any one, or a combination of any of the joint venture

partners. Where a percentage of a Bid Item is subcontracted, the dollar

value of that percentage subcontracted will be based on the estimated

cost of such Bid Item, determined from information submitted by the

Contractor, subject to approval by the Owner. The materials produced

by other than the Contractor 's forces shall be considered as being

CONTRACT 21 BID SETCONTRACT 21 BID SET21 BID SETCONTRACT 21

Page 155: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

subcontracted. If , during the progress of the Work, the Contractor

requests a reduction in such participation percentage, and the Owner

determines that , due to the special nature of the conditions of the Work

at the t ime, i t would be to the Owner 's advantage, the percentage of the

Work required to be performed by the Contractor may be reduced,

provided writ ten approval of such reduction is obtained by the

Contractor from the Owner. The Contractor shall not proceed with any

such reductions unti l his request i s approved in writ ing by the Owner or

his authorized designee. Under no circumstances shall less than ten

percent (10%) of the Work be performed with the Contractor 's own

forces.

E. Work Performed by Equipment -Rental Agreement:

1) The amount of work performed under equipment rental agreements

shall not be considered Subcontractor work. However, for work to be

performed by equipment-rental agreement, the Contractor shall notify

the Architect/Engineer in writ ing of such intention before using the

rented equipment , and shall indicate whether the equipment is being

rented on an operated or non -operated basis. The Contractor 's writ ten

notice shall contain a l ist ing and description of the equipment and a

description of the particular work to be performed with such

equipment. As an exception to the above requirements for a wri t ten

notice to the Architect/Engineer, such notice will not be required for

equipment to be rented (without operators) from an equipment dealer

or from a firm whose principal business is the rentin g or leasing of

equipment.

2) The operators of rented equipment, whether rented on an operated or

a non-operated basis, will be subject to wage rate requirements

applicable to the Project . If equipment is being rented without

operators, the Contractor shall be required to carry the operators on

his own payroll . When equipment is rented on an operated basis, the

Contractor, when required by the Contract or requested by the

Architect/Engineer, shall submit payrolls from the lessor with the

names of the operators shown thereon.

F. No work is to be performed at the Work si te unti l the Contractor is in

compliance with the Insurance Specifications, has furnished satisfactory

evidence of required insurance to the Owner and obtained all required

permits.

G. Approval of Subcontractor:

1) Prior to entering into any subcontract for Work to be performed on

the Project , the Contractor shall secure the approval of the Owner

regarding the prospect ive subcontractor’s qualifications, employment

data and compliance with CSBE program requi rements. The forms

used to provide the required information shall be the same as those

included in the Forms for Bidding. The Owner will review the

submittal from each Subcontractor, and will furnish writ ten

notification to the Contractor concerning approval of the award of the

subcontract . If the Owner objects to the proposed award or fails to

respond to the Contractor within five (5) business days of the

CONTRACT 22 BID SETCONTRACT 22 BID SET22 BID SETCONTRACT 22

Page 156: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

complete submittal of the required information, the Contractor may

furnish writ ten notice of another subcontractor for consideration. The

Owner may, at i ts discretion, waive or reduce subcontractor

information submittal requirements as i t deems appropriate.

2) In accordance with Ordinance 97 -104, codified in Miami -Dade

County Code Sections 2 -8.1 and 10-33.01, the Contractor shall not,

without writ ten consent of the Owner, ei ther replace any

subcontractor or permit any such subcontract to be assigned or

transferred, or al low that portion of the Work to be performed by

anyone other than the approved subcontracto r, except he may perform

the work himself with qualified personnel upon writ ten notice to the

Owner in accordance with applicable law.

END OF ARTICLE

CONTRACT 23 BID SETCONTRACT 23 BID SET23 BID SETCONTRACT 23

Page 157: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

7. PROSECUTION OF THE WORK (June 12, 2012)

A. Workmanship and Unauthorized Work

1) Work under this Contract shall be performed in a skil lful and

workmanlike manner. Unless otherwise indicated in the Contract

Documents, the Contractor shall be solely responsible for means and

methods and for the coordination of all trades through completion of the

Work and without damage to the exist ing or newly installed components

and surfaces. The Architect/Engineer or Field Representative may, in

writ ing, require the Contractor to remove from the work any employee

the Architect/Engineer or Field Representative determines inc ompetent,

careless or otherwise objectionable. Such request shall be at no cost to

the Owner.

2) Unauthorized Work: Work performed beyond the l ines and grades shown

on the Contract Drawings and approved Shop Drawings or established by

the Owner, and Extra Work done without a Work Order or Change Order,

will be unauthorized work and the Contractor will receive no

compensation therefor. If required by the Owner, unauthorized work

shall be remedied, removed or replaced by the Contractor at the

Contractor 's expense. Upon failure of the Contractor to remedy, remove

or replace unauthorized work, the Owner may at i ts discretion, remedy,

remove or replace the unauthorized work and the Contractor shall bear

the responsibil i ty for any and all costs and for delays result ing from such

work.

3) The entire work and each part thereof, unless otherwise specified in the

Contract Documents, shall be placed at the location, elevation, grade and

gradient specified, and in proper alignment and adjust ment. The

Contractor shall provide all frames, forms, falsework, shoring, guides,

anchors and temporary structures required to ensure these results.

4) No deviation from the approved Contract Documents shall be permitted

without the prior writ ten approval of the Architect/Engineer and/or

Owner, by Work Order or Change Order, which approved deviation(s)

shall be documented to the extent required by the Contract Documents.

5) The Contractor shall , at al l times, employ sufficient labor and equipment

for prosecuting the work to full completion in t he manner and t ime

required by the Contract Documents. All workers shall have sufficient

skil l and experience to properly perform the work assigned to them.

Workers engaged in special work or skil led work shall have sufficient

experience in such work and in the operation of the equipment required

to perform the work satisfactori ly.

6) All proposed equipment shall be of sufficient size and in such

mechanical condition as to meet requirements of the work, producing a

satisfactory quali ty of work. Equipment us ed on any portion of the work

shall be such that no damage to previously completed work, adjacent

property, or exist ing facil i t ies will result from its use.

7) When the Contract Documents specify the use of certain methods and

equipment, such methods and equipment shall be used unless others are

CONTRACT 24 BID SETCONTRACT 24 BID SET24 BID SETCONTRACT 24

Page 158: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

authorized in writ ing by the Architect/Engineer by Work Order or

Change Order . If the Contractor desires to use a method or type of

equipment other than specified in the Contract , he may request

permission from the Architect/Engineer to do so. The request shall be in

writ ing and shall include a full description of the methods and equipment

proposed and of the reasons for desiring to make the change. If approval

is given, i t will be on the condition that the Contractor w ill be fully

responsible for producing work in conformity with Contract

requirements. If , after tr ial use of the substi tuted methods or equipment,

the Architect/Engineer determines that the work produced does not meet

Contract requirements , the Contractor shall discontinue the use of the

substi tute method or equipment and shall complete the remaining work

with the specified methods and equipment. The Contractor shall remove

any deficient work and replace i t with work of specified quali ty, or take

such other corrective action as the Architect/Engineer may direct , at no

addit ional cost to the Owner. No change will be made to the Contract

price or the Contract Time as a result of authorizing a change in methods

or equipment under this art icle.

8) The Contractor shall give constant at tention to the work to facil i tate the

progress thereof, and he shall cooperate with the Architect/Engineer and

i ts Field Representatives and with other Contractors in every way

possible.

9) The Contractor warrants to the Owner that al l ma terials and equipment

furnished under this Contract will be new unless otherwise specified, and

that the work will be of good quali ty, free from faults and defects in

materials and workmanship for a period of one year from the date of

Substantial Completion, unless otherwise required under this Contract .

Work not conforming to these standards may be considered defect ive. If

required by the Archi tect/Engineer, the Contractor shall furnish

satisfactory evidence as to the kind and quali ty of materials and

equipment.

B. Material

1) Unless otherwise indicated in the Contract Documents, equipment ,

material and products incorporated in the Work covered by this Contract

shall be new and of the grade specified for the purpose intended. Unless

otherwise specifically indicated, reference to equipment, material ,

product, or patented process by trade name, make, or catalog number,

shall be regarded as establishing a standard of quali ty and shall not be

construed as l imiting competit ion. The Contractor may, at his option

and, subject to the approval of the Architect/Engineer, use any

equipment, material , art icle, or process which is equivalent to that

named, subject to the requirements of these Contract Documents or

propose a substi tute equipment, material , art icle or process as indicated

below. The Contractor shall at al l t imes comply with established Green

Building or LEED standards, if applicable, and as established in the

Contract Documents. Proposed alternative equipment, material ,

products, or patented processes shall be considered equivalent if the

Architect/Engineer determines that the proposed alternative is

functionally equal to and/or sufficiently similar to that specified in the

Contract Documents.

CONTRACT 25 BID SETCONTRACT 25 BID SET25 BID SETCONTRACT 25

Page 159: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

2) The Architect/Engineer shall be the sole judge of the quali ty, su itabil i ty

and cost of the proposed alternative equipment, material , art icle or

process. A proposed alternative shall be considered equivalent and/or

functionally equal to that specified in the Contract Documents if , in the

exercise of reasonable judgment, the Architect/Engineer determines that

the proposed alternative is at least equal in materials of construction,

quali ty, durabil i ty, appearance, strength and design characterist ics, will

rel iably perform at least equally well the function and achieve the results

imposed by the design concept and has a proven record of performance

and availabil i ty.

3) If the Architect/Engineer determines that a proposed alternative does not

qualify as equivalent or functionally equal, the alternative may be

proposed for consideration as a substi tute subject to the Contractor

submitt ing sufficient information as provided below to allow the

Architect/Engineer to determine that the proposed alternative is

essentially equivalent to or better than the specified i tem and is an

acceptable substi tute for that said specified i tem.

4) The burden of proving the quali ty, suitabil i ty and cost of an alternative

shall be borne by the Contractor. All information required by the

Architect/Engineer in judging an alternative shall be supplied b y the

Contractor at the Contractor 's expense. The Architect/Engineer’s costs in

evaluating a proposed alternative, irrespective of i ts acceptance, will be

reimbursed by the Contractor to the Owner. In the case of approved

alternatives, the Contractor shal l also reimburse the Owner for the

Architect/Engineer’s costs to revise the Contract Documents.

5) The Contractor cert if ies that , if approved and incorporated into the

Work, there will be no increase in cost to the Owner or in Contract Time

and the proposed alternative shall conform substantially to the detailed

requirements of the i tem specified in the Contract Documents.

a. Where use of an alternative material involves redesign of or changes

to other parts of the Work, the cost and the t ime required to affect

such redesign or change will be considered in evaluating the

suitabil i ty of the alternative material . All costs pertaining to redesign

and changes in other parts of the Work, including remedial work to

completed work, shall be at the Contractor 's expense.

b. No action relating to the approval of al ternative materials will be

taken unti l the request for approval of the alternative materials is

made in writ ing by the Contractor accompanied by complete data as

to the quali ty, suitabi l i ty and cost of the materials proposed. Such

request shall be made at least 60 days before the early start date of

the activity. Any delays in receiving approval shall be the

responsibil i ty of the Contractor.

c. The Architect/Engineer will examine and review the proposed

alternative with the Owner and return i t , within twenty -one (21)

calendar days from the date of i ts receipt at the Architect/Engineer 's

office, to the Contractor noted with the final decision. If the f inal

decision approves either an equal or a substi tution, the approval must

also contain the Owner’s writ ten approval. When requested by the

CONTRACT 26 BID SETCONTRACT 26 BID SET26 BID SETCONTRACT 26

Page 160: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Architect/Engineer, the Contractor shall resubmit such Shop

Drawings, descriptive data and samples as may be required.

d. Where classification, rating, or other cert if ication by a body su ch as,

but not l imited to, Underwriters’ Laboratories Inc. (UL), National

Electrical Manufacturer’s Association (NEMA), or American Rai lway

Engineering Association (AREA) is a part of the specification for any

material , proposals for use of al ternative mat erials shall be

accompanied by reports from the l isted body, or equivalent

independent testing laboratory, indicating compliance with Contract

Documents requirements. Testing required proving equali ty of the

material proposed shal l be at the Contractors ex pense.

e. Approval of an alternative material will be only for the

characterist ics and use named in such approval, and shall not change

or modify any Contract requirement, or establish approval for the

material to be used on any other Project for the Owner.

6) Source of Supply and Quality of Materials: The Contractor shall furnish

all materials and products required to complete the Work except those

designated to be furnished by the Owner.

a. Notwithstanding prior inspection and approval by the

Architect/Engineer, only materials conforming to the requirements of

the Contract Documents shall be incorporated in the Work.

b. The materials shall be manufactured, handled and incorporated so as

to ensure completed work in accordance with the Contract

Documents.

7) Defective Materials: Contractor -furnished materials not conforming to

the requirements of the Contract Documents will be rejected, whether in

place or not. Rejected material shall be removed immediately from the

Work si te. No rejected material , the defects of which hav e been

subsequently corrected, shall be used in the Work. The Owner may cause

the removal and replacement of rejected material and the cost thereof

will be deducted from any monies due or to become due to the

Contractor.

8) Handling of Materials: Materials shall be transported, handled and stored

by the Contractor in a manner which will ensure the preservation of their

quali ty, appearance and fi tness for the Work. Materials shall be stored in

a manner to facil i tate inspection.

9) The Owner will have no responsibi l i ty to the Contractor concerning local

material sources.

a. The Contractor shall make all necessary arrangements with the

owners of material sources. The Contractor shall pay all costs in

connection with making such arrangements, exploring, developing

and using material sources, whether or not indicated, except such

costs as the Owner expressly agrees in writ ing to assume.

10) Disposal of Material Outside the Work Site: Unless otherwise specified

in the Contract Documents, the Contractor shall make his own

arrangements for properly disposing of waste and excess materials

outside the Work Site and he shall pay all costs therefore. Contractor

CONTRACT 27 BID SETCONTRACT 27 BID SET27 BID SETCONTRACT 27

Page 161: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

shall comply with all local , state and federal requirements when

disposing of waste and excess materials.

a. Prior to disposing of material outside the Work Site, the Contractor

shall obtain writ ten permission from the owner on whose property the

disposal is to be made. The Contractor shall f i le with the

Architect/Engineer said permit , or a cert if ied copy thereof, together

with a writ ten release from the property owner absolving the Owner

from any and all responsibil i ty in connect ion with the disposal of

material on said property.

11) Property Rights in Materials: The Contractor shall have no property right

in materials after they have been attached or affixed to the Work or the

soil , or after payment has been made by the Owner to the Contractor for

materials delivered to the si te of the Work, or stored subject to or under

the control of the Owner, as provided in these Contract Document s.

However , the Contractor shall be responsible for the security of the

material on-site unti l Final Acceptance by the Owner.

C. Methods of Sampling and Testing

1) Sampling and testing of al l materials shall be as set forth in the Contract

Documents. Except for quali ty control test ing and any other testing that

may be the direct responsibil i ty of the Contractor as set forth in the

Contract Documents , the testing of samples and materials will be made at

the expense of the Owner by the project test ing laboratory. The

Contractor shall furnish the required samples without charge. Any and

all fees for non-conforming materials or work shall be solely borne by

the Contractor. The Contractor shall give sufficient notifi cation to the

Field Representative of the placing of orders for or receipt of materials

to permit test ing.

2) The Field Representative may inspect, a t i ts source, any specified

material or assembly to be used in the Work. Manufacturing plants may

be inspected from time to t ime for the purpose of determini ng

compliance with specified manufacturing methods or materials to be used

in the Work and to obtain samples required for i ts acceptance of the

material or assembly

Should the Field Representative conduct plant inspections, the following

shall exist :

a. The Field Representat ive shall have the cooperation and assistance of

the Contractor and the producer with whom he has contracted for

materials.

b. The Field Representat ive shall have full entry at al l reasonable t imes

to such parts of the plant that concern the manufacture or production

of materials being furnished.

c. If required by the Field Representative, the Contractor shall arrange

for adequate office or working space that may be reasonably needed

for conducting plant inspections. Office or working space shoul d be

conveniently located with respect to the plant.

CONTRACT 28 BID SETCONTRACT 28 BID SET28 BID SETCONTRACT 28

Page 162: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

3 ) I t i s u n d e r s t o o d a n d a g r e e d t h a t t h e O w n e r s h a l l h a v e t h e r i g h t t o r e t e s t

a n y m a t e r i a l w h i c h h a s b e e n t e s t e d a n d a p p r o v e d a t t h e s o u r c e o f s u p p l y

a f t e r i t h a s b e e n d e l i v e r e d t o t h e s i t e . T h e F i e l d R e p r e s e n t a t i v e s h a l l

h a v e t h e r i g h t t o r e j e c t o n l y m a t e r i a l w h i c h , w h e n r e t e s t e d , d o e s n o t

m e e t t h e r e q u i r e m e n t s o f t h e C o n t r a c t D o c u m e n t s . I n s u c h a n e v e n t , t h e

c o s t o f r e - t e s t i n g s h a l l b e b o r n e b y t h e C o n t r a c t o r i f i t r e s u l t s i n a

r e j e c t e d m a t e r i a l .

4 ) A l l i n s p e c t i o n s a n d t e s t i n g o f m a t e r i a l s , a s s e m b l i e s a n d e q u i p m e n t w i l l

b e p e r f o r m e d i n M i a m i - D a d e C o u n t y . I f t h e C o n t r a c t o r ' s m a t e r i a l o r

m a n u f a c t u r i n g s o u r c e s a r e s u c h t h a t i n s p e c t i o n s o r t e s t s c a n n o t b e m a d e

i n M i a m i - D a d e C o u n t y , a l l t r a v e l i n g a n d l o d g i n g e x p e n s e s i n

c o n n e c t i o n s w i t h s u c h i n s p e c t i o n s a n d t e s t i n g s h a l l b e b o r n e b y t h e

C o n t r a c t o r .

D . M e e t i n g s

1 ) A p r e - c o n s t r u c t i o n c o n f e r e n c e w i l l b e h e l d p r i o r t o t h e i s s u a n c e o f t h e

N o t i c e t o P r o c e e d t o d i s c u s s t h e w o r k t o b e p e r f o r m e d u n d e r t h i s

c o n t r a c t . T h e C o n t r a c t o r a n d i t s m a j o r S u b c o n t r a c t o r s s h a l l b e r e q u i r e d

t o a t t e n d t h i s m e e t i n g . T h e C o n t r a c t o r w i l l b e a d v i s e d o f t h e t i m e , d a t e

a n d l o c a t i o n o f t h e m e e t i n g .

2 ) T h e C o n t r a c t o r s h a l l a t t e n d w e e k l y c o n s t r u c t i o n c o o r d i n a t i o n m e e t i n g s a t

a t i m e a n d p l a c e t o b e d e s i g n a t e d b y t h e A r c h i t e c t / E n g i n e e r . T h e s e

m e e t i n g s a r e i n t e n d e d t o d e t e r m i n e j o b p r o g r e s s , i d e n t i f y j o b p r o b l e m s ,

a s s i s t i n s o l v i n g a n d p r e v e n t i n g j o b p r o b l e m s , a n d p r o m o t e c o o r d i n a t i o n

w i t h a l l e n t i t i e s i n v o l v e d i n t h e C o n t r a c t a n d w i t h o t h e r O w n e r

C o n t r a c t o r s . T h e C o n t r a c t o r s h a l l c a u s e S u b c o n t r a c t o r s a n d s u p p l i e r s t o

a t t e n d a s h e d e e m s a d v i s a b l e , o r a s r e q u e s t e d b y t h e A r c h i t e c t / E n g i n e e r .

U n l e s s o t h e r w i s e p r o v i d e d f o r i n t h e s e C o n t r a c t D o c u m e n t s , t h e

C o n t r a c t o r s h a l l b e r e s p o n s i b l e f o r g e n e r a t i n g a n d d i s t r i b u t i n g m e e t i n g

m i n u t e s f o r a l l s u c h m e e t i n g s .

E . P e r m i t s a n d C o m p l i a n c e w i t h L a w s

1 ) U n l e s s o t h e r w i s e p r o v i d e d f o r i n t h e s e C o n t r a c t D o c u m e n t s , t h e

C o n t r a c t o r s h a l l b e r e s p o n s i b l e f o r o b t a i n i n g n e c e s s a r y l i c e n s e s a n d

p e r m i t s a n d f o r c o m p l y i n g w i t h a p p l i c a b l e F e d e r a l , S t a t e , C o u n t y a n d

M u n i c i p a l l a w s a n d l a t e s t c o d e s a n d r e g u l a t i o n s i n c o n n e c t i o n w i t h t h e

p r o s e c u t i o n o f t h e W o r k . ( F o r p a y m e n t o f p e r m i t ( s ) , s e e S p e c i a l

P r o v i s i o n s ) . N o t i m e e x t e n s i o n s w i l l b e a l l o w e d f o r d e l a y s i n o b t a i n i n g

t h e r e q u i r e d p e r m i t s u n l e s s r e v i s i o n s d i r e c t l y c a u s e d b y t h e O w n e r o r i t s

a g e n t s a r e r e q u i r e d t o t h e C o n t r a c t D r a w i n g s d u e t o c h a n g e s i n c o d e s ,

r e g u l a t i o n s a n d a p p l i c a b l e c o n t r a c t s t a n d a r d s d u r i n g t h e c o n t r a c t t e r m .

S e e S p e c i a l P r o v i s i o n s f o r a d d i t i o n a l p e r m i t r e q u i r e m e n t s .

2 ) T h e O w n e r w i l l n o t p a y o r r e i m b u r s e t h e C o n t r a c t o r f o r a n y p e n a l t i e s

r e l a t i n g t o h i s p e r m i t s o r f e e s a s a r e s u l t o f t h e C o n t r a c t o r ' s f a i l u r e t o

t i m e l y o b t a i n a l l h i s p e r m i t s , i n s p e c t i o n s , a p p r o v a l s , e t c .

3 ) T h e C o n t r a c t o r s h a l l o b s e r v e a n d c o m p l y w i t h a l l a p p l i c a b l e F e d e r a l ,

S t a t e , C o u n t y a n d o t h e r l a w s , c o d e s , o r d i n a n c e s , r u l e s a n d r e g u l a t i o n s o f

t h e F e d e r a l , S t a t e a n d C o u n t y g o v e r n m e n t s , a l l a u t h o r i t i e s h a v i n g

j u r i s d i c t i o n , a n d a n y a n d a l l p r o g r a m s d e v e l o p e d i n c o m p l i a n c e

t h e r e w i t h , i n a n y m a n n e r a f f e c t i n g t h e c o n d u c t o f t h e W o r k .

CONTRACT 29 BID SETCONTRACT 29 BID SET29 BID SETCONTRACT 29

Page 163: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

4) Dewatering of excavations shall be performed in accordance with the

applicable provisions of the Department of Environmental Resources

Management (DERM), Florida Department of Environmental Protection

(DEP), U.S. Environmental Protec tion Agency (USEPA) and the South

Florida Water Management District (SFWMD) Dewatering Permits

and/or any and all authorit ies having jurisdiction and any other

requirements specified in the Contract Documents. The means and

methods of dewatering shall be determined by the Contractor who shall

bear the full cost of same as part of the contract price.

5) All construction activit ies shall be subject to the pollution prevention

requirements established under the Nat ional Pollutant Discharge

Elimination System (NPDES) program under the Clean Water Act

regulating storm water discharge from construction si tes.

6) Upon completion of all of the work contemplated under the Contract

Documents, the Contractor shall obtain and deliver to the Field

Representative such Certif icate(s) of Occupancy or Certif icate(s) of

Completion as required by the Florida Building Code and/or authority

having jurisdiction.

7) The Contractor shall be subject to and comply with all the provisions of

Miami-Dade County Code Section 2 -8.4.1, which provides that ,

whenever any individual or corporation or other enti ty attempts to meet

i ts contractual obligations with the County through fraud,

misrepresentation or material misstatement, the County shall , whenever

practicable, terminate the Contract . The Con tractor is further directed to

Section 10-38 of the Miami -Dade County Code which provides for the

debarment of County contractors.

F. Coordination and Access

1) Other Contracts: The Owner may undertake or award other contracts for

addit ional work, and the Contractor shall fully cooperate and coordinate

with other Contractors and the Owner and carefully fi t his own work to

such addit ional work. The Contractor shall not perform any act which

will interfere with the performance of work by any other contractor or by

the Owner. The Contractor shall be responsible for obtaining all

necessary scheduling details from other Contractors and these requests

must be provided, in writ ing, to the Owner. The Architect/Engineer

shall have the authority to resolve conflicts relat ed to coordination

between Contractors.

2) In the event of interference between the work of the Contractor and other

contractors working concurrently at the Site, the Field Representative

will instruct the Contractor as to which work has priori ty in performan ce

and such instructions shall be binding upon the Contractor.

3) Utili ty companies, rai lroads, and municipal agencies having facil i t ies

within the l imits of the Work shall have access to their facil i t ies at al l

t imes for inspection and repair .

G. Rights in Land and Improvements

The Contractor shall make no arrangements with any person to permit

occupancy or use of any land, structure or building within the Work Site

for any purpose whatsoever , ei ther with or without compensation, in

CONTRACT 30 BID SETCONTRACT 30 BID SET30 BID SETCONTRACT 30

Page 164: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

conflict with any agreement between the Owner and any property owner,

former property owner or tenant of such land, structure or building. The

Contractor shall not occupy Owner -owned property outside the Work Site

without obtaining prior writ ten approval from the Owner .

H. Interference With Existing Util i t ies

1) Attention of the Contractor is specifically directed to the need for

careful control of al l aspects of his work to prevent damage to cables,

ducts, water mains, sewers, f ire mains, telephone cables, fuel l ines,

radar cables, and any other exist ing overhead or underground uti l i t ies

and structures.

2) Before commencing work in any given area, the Contractor shall

contact uti l i ty companies to identify any potential conflicts. Further,

the Contractor shall also carefully review the Plans, survey and

search the si te for uti l i ty locations, and determine possible uti l i ty

conflicts. All known above and underground uti l i t ies, including, but

not l imited to, electrical , telephone, communications, l ighting cables,

fuel l ines, sewer, drainage and wa ter pipes, and other exist ing

structures are shown on the Plans for reference purposes only, but no

guarantee is expressed or implied that the information is accurate. It

shall be the sole responsibil i ty of the Contractor to ascertain and/or

verify the location of any and all such uti l i t ies or structures using

magnetic and electronic detectors and by hand excavation or other

appropriate measures before performing any work that could result in

damage to such exist ing uti l i t ies or structures. The Contractor shall

make a thorough search of the particular location for underground

uti l i t ies or structures whether or not shown on the drawings, before

excavation work is commenced in any par ticular location. To this

end the Contractor shall provide and maintain thr oughout the term of

the Contract , electronic and magnetic detecting devices capable of

locating underground uti l i t ies or structures. The Contractor shall ,

after locating primary and cri t ical exist ing uti l i t ies, mark their

location with indelible material or other means satisfactory to the

Field Representative and maintain above ground physical

identification during the work.

3) In the event of damage to, or accidental disruption of uti l i t ies or

other facil i t ies as a result of the Contractor 's operations, the

Contractor shall take immediate steps to repair or replace all damage

and to restore all services. Further, the Contractor shall engage any

addit ional outside services which may be necessary to prosecute

repairs on a continuous "around the clock" basis un ti l services are

restored. The Contractor shall also provide and operate any

supplemental temporary services to maintain uninterrupted use of the

facil i t ies. All costs involved in making repairs and restor ing

disrupted service result ing from the Contract or 's work shall be borne

by the Contractor and the Contractor shall be fully responsible for

any and all claims result ing from the damage.

I. Protection of Existing Facil i t ies, Vegetation, Structures, Util i t ies and

Improvements

CONTRACT 31 BID SETCONTRACT 31 BID SET31 BID SETCONTRACT 31

Page 165: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

1) The Contractor shall preserve and protect exist ing vegetation such as

trees, shrubs, and grass on or adjacent to the work si te which are not

indicated to be removed and which do not unreasonably interfere with

the construction Work and he shall replace in kind the vegetat ion,

shrubs and grass damaged by him at his own expense.

2) The Contractor shall protect from damage all uti l i t ies, foundations,

walls or other parts of adjacent, abutt ing or overhead buildings,

rai lroads, bridges, structures, surface and subsurface structures at or

near the si te of the Work and shall repair or restore any damage to

such facil i t ies, except uti l i t ies, result ing from failure to comply with

the requirements of this Contract or the failure to exercise reasonable

care in the performance of the Work. If , af ter re ceipt of notification

from the Architect/Engineer, the Contractor fails to or refuses to

repair any such damage promptly, the Owner may have the necessary

Work performed and charge the cost thereof to the Contractor.

3) At points where the Contractor 's operat ions are adjacent to uti l i ty

facil i t ies, damage to which might result in expense, loss, disruption

of service or other undue inconvenience to the public or to the

owners, Work shall not be commenced unti l al l arrangements

necessary for the protection thereof have been made by the

Contractor. The Contractor shall be solely and directly responsible to

the owners and operators of such uti l i t ies for any damage, injury,

expense, loss , inconvenience, or delay, caused by the Contractor 's

operations.

a. Where public uti l i t ies or their appurtenances interfere with

permanent construction, unless otherwise specified, work involved

in permanently relocating or otherwise altering such public

uti l i t ies and their appurtenances will not be a part of this Contract

but will be done by ut i l i ty owners at no cost to the Contractor. If

the Contractor wishes to have uti l i t ies temporarily relocated, he

shall make necessary arrangements with uti l i ty owners and

reimburse them at his own expense for cost of the Work. The

Contractor shall keep the Architect/Engineer advised of temporary

relocation arrangements.

b. The Contractor shall not repair or at tempt to repair uti li ty damage

but shall immediately contact the uti l i ty owner. The Contractor

shall obtain the name, address and telephone numbe r of each

uti l i ty company that the work will affect and the person in such

uti l i ty company to contact . He shall submit to the

Architect/Engineer said names, addresses and telephone numbers.

4) The Contractor shall comply with the latest version of the Florida

Building Code or the Code under which the Contract Documents were

approved, whichever is applicable at the t ime the Work is performed.

5) In order to safeguard the owners and tenants of abutt ing property and

at the same time prevent unjust or fraudulent clai ms against the

Contractor the Government, State, the Owner and the

Architect/Engineer in respect thereto, the Contractor shall cause a

detailed examination of abutt ing property to be made before

construction is begun. The owner or tenant of each parcel or structure

CONTRACT 32 BID SETCONTRACT 32 BID SET32 BID SETCONTRACT 32

Page 166: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

or his or their duly authorized representative will be invited to be

present during the examination by a notice in writ ing delivered by the

Contractor to a person in charge of the premises or structure, or by

the mailing of the notice to the owner at the premises. The

Architect/Engineer will at tend while the Contractor makes the

detailed examination. A complete record including photographs of the

exist ing conditions of each parcel or structure shall be made in

tr iplicate, signed by the Contractor, Owner and the

Architect/Engineer and one copy will be delivered to the Owner, one

to the Architect/Engineer and one will be retained by the Contractor.

At such t ime as the Architect/Engineer may direct , or upon the fi l l ing

of the verified statement by the owner, tenant, lessee, operator or

occupant of the building structure, and in any event, upon the

completion of any work that in the opinion on the Architect/Engineer

might affect the abutt ing property, the Contractor will make another

detailed examination of such abutt ing property. A complete record of

the then exist ing conditions of said property will be made in

tr iplicate, signed by the Contractor and one copy will be delivered to

the Owner, one to the Architect/Engineer and one will be retained by

the Contractor. In any action, which may be brought by any owner,

tenant, lessee, operator or occupant of abutt ing property to recover

under the provisions of this article or any paragraph hereof, the

record of the exist ing conditions of each parcel will be pr ima facie

evidence of the condi tions thereof at the t ime of the making of the

examination.

6) The Contractor shall maintain access to fire hydrants and fire alarm

boxes throughout the prosecution of the Work. Hydrants, alarm boxes

and standpipe connections shall be kept clear and visible at al l t imes

unless approved otherwise. If visibil i ty cannot be maintained, the

Contractor shall provide clearly visible signs showing the location of

the fire hydrant, f ire alarm box or standpipe connection. The

Contractor shall promptly notify the authority having jurisdiction of

any impairment to any fire systems.

J . Damage to the Work and Responsibil i ty for Materials

1) The Contractor shall be responsible for materials delivered and work

performed unti l completion and Final Acc eptance of the entire

construction thereof, except those materials and work which may

have been accepted under the applicable sections of this article and

shall take all necessary steps to protect the Work, from all causes, at

his expense.

2) The Contractor shall bear the risk of injury, loss or damage to any

and all parts of the Work for whatever cause, whether arising from

the execution or from the non -execution of the Work, except as

provided for in this art icle. The Contractor shall rebuild, repair or

restore work and materials which have been damaged or destroyed

from any cause before Completion and Acceptance of the Work and

shall bear the expense thereof. The Contractor shall provide security

including, but not l imited to, security guards, temporary dr ainage

systems and erection of temporary structures and temporary fencing

as necessary to protect the Work and materials from damage.

CONTRACT 33 BID SETCONTRACT 33 BID SET33 BID SETCONTRACT 33

Page 167: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

3) The Contractor shall be responsible for materials not delivered to the

si te for which any progress payment has been made to the same extent

as if the materials were so delivered.

4) The Contractor 's responsibil i ty for material shall be the same for

Owner-furnished material , upon receipt of said material from the

Owner, under this Contract as for Contractor -furnished material .

5) Relief from Maintenance and Responsibil i ty: The Contractor may

request , in writ ing, from the Owner, that the Owner relieve the

Contractor of the duty of maintaining and protecting certain portions

of the Work, as described in this paragraph, which have bee n

completed in all respects in accordance with the requirements of the

Contract . Such action by the Owner will rel ieve the Contractor of

responsibil i ty for injury or damage to said completed portions of the

Work result ing from use by the Owner or the publ ic for any cause,

but not from injury or damage result ing from the Contractor 's own

operations or negligence. Portions of the Work for which the

Contractor may be relieved of the duty of maintenance and

protection, as provided in this paragraph, include th e following:

a. Early possession by the Owner of any portion of the Work, in

accordance with the Contract Documents.

b. This Paragraph 5 does not relieve the Contractor of responsibil i ty

for repairing or replacing defective work or materials in

accordance with the Contract requirements.

K. Emergencies

1) In an emergency affecting the safety of l ife, the Work, or adjacent

property, the Contractor shall notify the Field Representative and the

Architect/Engineer as early as possible that an emergency exists . In

the meant ime, without special instruction from the Architect/Engineer

as to the manner of dealing with the emergency, the Contractor shall

act at his own discretion to prevent such threatened loss or injury. As

emergency work proceeds, the Field Representative and the

Architect/Engineer may issue instructions, which the Contractor shall

follow. The compensation to which the Contractor is enti t led on

account of emergency work, if any, shall be l imited to emergencies

not caused by actions or inactions of the Contracto r determined in

accordance with the Contract Documents, where applicable.

2) For purposes of this art icle, an emergency is defined as an act or

event that has already occurred, not caused by actions or inactions of

the Contractor, which, if no immediate actio n is taken may affect the

safety of l ife, the work, or adjacent proper ty. This art icle does not

apply to steps taken by the Contractor to protect the Work, adjacent

structures, uti l i t ies, exist ing vegetation, etc . under other sections of

the Contract Documents. Furthermore, this art icle does not apply to

preparations the Contractor may make prior to storms or hurricanes or

other acts of God.

CONTRACT 34 BID SETCONTRACT 34 BID SET34 BID SETCONTRACT 34

Page 168: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

L. Accident Prevention

1) Contractor shall be solely responsible for init iat ing, maintaining and

supervising all safety precautions and programs in connection with

the Work. Contractor shall take all necessary precautions for the

safety of, and shall provide the necessary protection to prevent

damage, injury or loss to:

a. All persons on the Site or who may be affected by the Wo rk;

b. All the Work and materials and equipment to be incorporated

therein, whether in storage on or off the Site; and other

property at the Site or adjacent thereto, including trees, shrubs

lawns, walks, pavements, roadways, structures, uti l i t ies, and

underground facil i t ies not designated for removal, relocation, or

replacement in the course of construction.

2) Contractor shall comply with all applicable laws and regulations

relating to the safety of persons or property, or to the protection of

persons or property from damage, injury, or loss and shall erect and

maintain all necessary safeguards for such safety and protection.

3) Upon notification from the Owner or i ts representative(s), the

Contractor shall promptly correct any deficiencies affecting the

safety and well being of the construction workers and the public that

have been identified by the notice.

4) Should a si tuation of imminent danger be identified, work in the

affected area must be suspended immediately unti l the condition has

been corrected. Imminent danger is defined as the exposure or

vulnerabil i ty to harm or risk that is impending or about to occur as

defined by the Field Representative or the Architect/Engineer. The

Contractor will not be enti t led to future claims alleging impacts

caused by the Owner s toppage of the Work due to safety reasons.

M. Warranty of Work

1) Except where longer periods of warranty are indicated for certain

i tems, the Contractor warrants the Work under the Contract to be free

from faulty materials and workmanship for a period of no t less than

one (1) year from the date of Substantial Completion. This one -year

period shall be covered by the Surety Performance Bond as specified

in this Contract , except that in the case of defects or failure in a part

of the work which the Owner takes possession of prior to Substantial

Completion, such a period shall commence on the date the Owner

takes possession. Upon receiving notification from the Owner or any

public body, to whom the ownership of the Work has been transferred

or who has agreed to maintain the Work, the Contractor shall

immediately remedy, repair , or replace, without cost to the Owner or

other notifying party and to the entire satisfaction of the notifying

party, defects, damages, or imperfections due to faulty materials or

workmanship appearing in said Work within said period of not less

than one year. Remedial work shall carry the same warranty as the

original work start ing with the date of acceptance of the replacement

or repair . Payment to the Contractor will not relieve him of any

obligation under the Contract .

CONTRACT 35 BID SETCONTRACT 35 BID SET35 BID SETCONTRACT 35

Page 169: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

2) The Contractor, at no addit ional expense to the Owner , shall also

remedy damage to equipment, the si te, or the buildings or the

contents thereof, which is the result of any failure or defect in the

Work, and restore any Work damaged in fulfi l l ing the requirements of

the Contract . Should the Contractor fail to remedy any such failure or

defect within ten (10) days after receipt of notice thereof, the Owner

will have the right to replace, repair , or otherwise remedy such

fai lure or defect and deduct al l costs from the Contractor’s pay

request or Payment and Performance Bond i f f inal payment has been

made.

3) The Contractor will correct al l latent defects discovered within ten

(10) years after Substantial Completion provided that the Owner shall

notify the Contractor of each latent defect within the t ime specif ied

by law. The Contractor, without prejudice to the terms of the

Contract , shall be l iable to the Owner for al l damages sustained by

the Owner result ing from latent defects , fraud, or such gross mistakes

as may amount to fraud, discovered after the stated guarantee and

warranty periods have expired. If the Contractor fails to act within

ten (10) days, the Owner reserves the right to have the work

performed by others at the expense of the Contractor, and the

Contractor agrees to pay the Owner the reasonable cost associated

with procurement, implementation and management thereof upon

demand. The Owner shall also be enti t led to reasonable attorney's

fees, necessari ly incurred upon the Contractor 's refusal to pay the

above costs.

4) Subcontractors ' , manufacturers ' and suppliers ' warranties and

guaranties, expressed or implied, with respect to any part of the Work

and any material used therein shall be deemed obtained and shall be

enforced by the Contractor for the benefit of the Owner provided that ,

if directed by the Owner, the Contractor requires such subcontractors,

manufacturers and suppliers to execute such warranties and

guaranties, in writ ing, directly to the Owner.

5) The rights and remedies of the Owner provided in this art icle are in

addit ion to and do not l imit any rights and remedies afforded by the

Contract or by law.

6) Nothing in the above intends or implies that this warranty shall apply

to work that has been abused or neglected by the Owner , i ts agents or

other public body, ut i l i ty or railroad to which ownership has been

transferred.

END OF ARTICLE

CONTRACT 36 BID SETCONTRACT 36 BID SET36 BID SETCONTRACT 36

Page 170: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

8. CONTRACT TIME ( Ju n e 1 2 , 2 0 1 2 )

A. Notice to Proceed

1) The Owner may issue authorization to obtain permits to the

Contractor after the Contractor has executed the Contract and has

delivered the specified bonds and cert if icates of insurance in forms

acceptable to the Owner, for the l imited purpose of obtaining all

necessary permits to complete the work. If the Contractor is una ble

to obtain all necessary permits within 30 days, through no fault of the

Contractor, the Owner has the option, but not the obligation, to

terminate the Contract , without fault to the Contractor or the Owner,

effective immediately upon writ ten notice by the Owner or give the

Contractor addit ional t ime to obtain the permits . Upon the Contractor

providing satisfactory evidence of obtaining the permits, the Owner

will issue Notice to Proceed. Except as specifically authorized in

writ ing by the Owner , the Contractor is not authorized to perform

work (other than obtaining permits) under the Contract unti l the

effective date of the Notice to Proceed, upon which the Contractor

shall commence work and shall dil igently prosecute the Work to

completion within the t ime l imits specif ied. The Contract t ime

commences on the date shown on the Notice to Proceed.

2) Any Work Performed by the Contractor (other than obtaining permits)

prior to Notice -To-Proceed shall be at the Contractor’s own risk and

shall not be considered as the basis for any claim.

B. Schedules

1) The Contractor shall provide, maintain, and periodically update

schedules in strict accordance with the Contract Documents. The

Special Provisions shall contain specific requirements for the form,

content and date of submission of the baseline schedule and all

schedule updates.

2) The Contractor shall prosecute the Work in accordance with the

approved baseline Schedule or most recently approved revision to the

baseline schedule. In the event that progress along the cri t ical path is

delayed, the Contractor shall revise his planning to include addit ional

forces, equipment, shifts or hours as necessary to meet the t ime or

t imes of completion specified in this Contract at no additional cost to

the Owner. In addit ion, the Contract or shall revise his schedule to

reflect these recovery actions and submit i t to the Owner for review

and approval i t being understood that such approval will be as to the

format and composit ion of the schedule and not the Contractor’s

means and methods. Additional costs result ing therefrom will be

borne by the Contractor. Delayed progress is defined as:

a. A delay in the start or f inish of any activity on the cri t ical path

(cri t ical path is defined as the path with the least amount of float)

of the approved baseline schedule or most recently approved

revision to the baseline; or

b. A delay in the start or f inish of any non -crit ical activity which

consumes more than the available float shown on the approved

CONTRACT 37 BID SETCONTRACT 37 BID SET37 BID SETCONTRACT 37

Page 171: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

baseline schedule or most recently approved revision to the

baseline, thereby making the activity cri t ical and late; or

c. A projected completion date shown on a schedule update which is

later than the contractual completion date; or

d. Any combination of the above.

3) Failure of the Contractor to comply with the requi rements under this

provision will be grounds for determination that the Contractor is not

prosecuting the Work with such dil igence as will ensure completion

within the Contract Time. Upon such determination, the Owner may

terminate the Contractor 's r ight t o proceed with the Work, or any

separate part thereof, in accordance with the Contract Documents. If

in the Contractor’s estimation, the cause(s) of delay are beyond the

Contractor’s control , the Contractor shall adhere to the sections of

the Contract Documents related to extensions of t ime, claims and

others as appropriate.

4) The Contractor shall be responsible for scheduling and coordinat ing

the work of all craf ts and trades, subcontractors and suppliers,

required to perform the Work and to complete the Wo rk within the

prescribed t ime. Any inefficiency or loss of productivity in the labor,

materials, or special equipment of the Contractor or i ts

subcontractors of any t ier, from any cause, shall be the responsibili ty

of the Contractor. No reimbursement of t hese or any other costs can

be requested by or granted to the Contractor or any of i ts

subcontractors of any t ier for inefficiency or loss of productivity in

labor, materials, or special equipment, except as specified in the

paragraph in this art icle dealing with Liquidated Indirect Costs, for

delays in the performance and completion of the Work directly caused

by the Owner or i ts authorized representatives. Other than the

exception described above, addit ional costs may only be paid to the

Contractor as a result of addit ional Work added to the Contract scope

of work.

C. Extensions of Time and Classification of Types of Delays

1) Once a delay has been identified and i t has been established through a

scheduling analysis that a delay affects the Project’s end date o r

contractually mandated milestone date, the delay must be classified to

determine responsibil i ty and to compute damages, if any. Before the

Contractor can submit a request for t ime extension, claim or any

request for addit ional compensation involving or r elated to t ime, the

Contractor must classify the delay(s) in accordance with the

following classifications. These delay classifications shall be used by

the Owner and the Contractor in resolving any t ime -related disputes.

Delays fall into three basic categories: non-excusable, excusable, and

compensable.

a. Non-excusable delays are those delays to the cri t ical path which

were foreseeable at the t ime of contract award or delays caused by

the Contractor due to the Contractor’s fault or negligence or

his/her own inefficiencies or problems, due to his/her inabil i ty to

coordinate subcontractors and/or other flaws in his/her planning.

In these types of delays the Contractor is not enti t led to extra t ime

CONTRACT 38 BID SETCONTRACT 38 BID SET38 BID SETCONTRACT 38

Page 172: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

or compensation and the Owner may be allowed to assess

Liquidated Damages or actual damages, depending on the contract

provisions.

b. Excusable delays are those delays to the cr i t ical path beyond the

Contractor 's control and without the active interference of the

Owner, such as extreme weather (force majeure), str ike s and

delays caused by third parties (i .e. not the Contractor or the

Owner). Contractors are granted a t ime extension but no

addit ional compensation for the extended t ime of performance for

excusable delays.

c. Compensable delays are delays to the cri t ical p ath caused by

active interference or part icipation of the Owner or Owner’s

consultant. Examples of compensable delays are failure of the

Owner to provide right -of-way, introducing late design changes,

late review of shop drawings by the Owner or his

Architect/Engineer and failure of the Owner to coordinate the

work of various prime Contractors. In the case of a compensable

delay, the compensation for the extended period of performance

may cover, in addit ion to the direct cost due as a result of the

changes, Liquidated Indirect Costs as specified in the Contract

Documents.

d. Concurrent delays involve two or more delays to the cri t ical path

occurring at the same time, ei ther of which, had i t occurred alone,

would have affected the end date of the Project . In th at event, the

Contractor 's sole remedy is a t ime extension and relief of

Liquidated Damages with no compensation for extended cost for

the concurrency delay period.

e. The compensabil i ty of concurrent delays depends on the types of

delays involved. The following shall determine the effects of

concurrent delays on t ime extensions and compensable costs:

i . EXCUSABLE DELAY CONCURRENT WITH A NON -

EXCUSABLE DELAY. For excusable delays concurrent with

non-excusable delays, the Contractor is enti t led to a t ime

extension only. For example, i t rains the day footings are to be

excavated (excusable delay) but the excavat ion equipment was

down for repairs (non-excusable delays).

i i . NON-EXCUSABLE DELAY CONCURRENT WITH A

COMPENSABLE DELAY. For non-excusable delays

concurrent with compensable delays, the Contractor is enti t led

to a t ime extension only. For example, if the Owner introduces

a design change for a beam but the Contractor has failed to

submit the shop drawings for said beam in a t imely manner.

This would be an example o f a non-excusable delay (late shop

drawings) concurrent with a compensable delay (Owner

introducing design change).

i i i . EXCUSABLE DELAY CONCURRENT WITH A

COMPENSABLE DELAY. For excusable delays concurrent

with compensable delays, the Contractor is enti t led to a time

extension only. For example, the Owner does not provide the

CONTRACT 39 BID SETCONTRACT 39 BID SET39 BID SETCONTRACT 39

Page 173: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

necessary right -of-way to begin construct ion (compensable

delay) but the Contractor’s forces are on strike (excusable

delay).

2) Time Extensions: The Contractor may be granted an extension o f t ime

and will not be assessed Liquidated Damages for any portion of the

delay in completion of the Work, arising from acts of God, acts of the

public enemy, fires, f loods, epidemics, quarantine restrict ions,

freight embargoes, st r ikes, labor disputes, or weather more severe

than the norm, provided that the aforesaid causes were not

foreseeable and did not result from the fault or negligence of the

Contractor, and provided further that the Contractor has taken

reasonable precautions to prevent further dela ys owing to such

causes, and has given to the Architect/Engineer immediate verbal

notification, with writ ten confirmation within 48 hours, of the cause

or causes of delay. Within thirty (30) days after the end of the delay,

the Contractor shall furnish the Architect/Engineer with detailed

information concerning the circumstances of the delay, the number of

days actually delayed, the appropriate Contract Document references,

and the measures taken to prevent or minimize the delay. All requests

for extension of t ime shall be submitted in accordance with the

Contract Documents. Failure to submit such information will be

sufficient cause for denying the delay claims. The Owner will

ascertain the facts and the extent of the delay and i ts f indings thereon

will be final and conclusive subject to the dispute provisions in the

Contract Documents. The extensions of t ime granted for these reasons

shall be considered excusable and shall not be the basis for any

addit ional compensation.

a. Weather more severe than the norm shall apply only as i t affects

part icular portions of the Work and operations of the Contractor,

as determined by the Architect/Engineer. Weather more severe

than the norm is defined as any si tuation exceeding the mean data

as recorded by The National Cli matic Data Center, Ashevil le,

North Carolina and published by the National Oceanic and

Atmospheric Administration (This data is taken from the table of

normals, means, and extremes in the latest version of the “Local

Climatological Data, Annual Summary wit h Comparative Data,

Miami, Florida”). For the calculation of delays due to rain,

precipitation of 0.01 inches or more a day shall be considered to

be a rain day if the rain actually prevented the Contractor from

performing work. The effects of weather less severe than the norm

may be taken into account in granting t ime extensions at the

Owner 's sole discretion.

b. An extension of t ime will not be granted for a delay to the cri t ical

path caused by a shortage of materials, except Owner -furnished

materials, unless the Contractor furnishes to the

Architect/Engineer documentary proof that he has dil igently made

every effort to obtain such materials from every known source

within reasonable reach of the Work. The Contractor shall also

submit proof, in the form of a CPM network analysis data, that the

inabil i ty to obtain such materials when originally planned, did in

CONTRACT 40 BID SETCONTRACT 40 BID SET40 BID SETCONTRACT 40

Page 174: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

fact cause a delay in final completion of the Work which could not

be compensated for by revising the sequence of his operations.

Only the physical shortage of material will be considered under

these provisions as a cause for extension of t ime. No

consideration will be given to any claim that material could not be

obtained at a reasonable, practical , or economical cost , unless i t is

shown to the satisfaction of the Architect/Engineer that such

material could have been obtained only at exorbitant prices,

entirely inconsistent with current rates taking into account the

quanti t ies involved and the usual practices in obtaining such

quanti t ies.

3) Delays Caused by Consultant and/or the Owner: If the Contractor 's

performance of the Work along the cri t ical path is delayed by any

condition or action directly caused by the Owner, and which was not

foreseeable by the Contractor at the t ime the Contract was entered

into, the Contractor shall , provide notification in accordance with the

Contract Documents, of any such delay and of the anticipated results

thereof. The Contractor shall cooperate with the Owner and use i ts

best efforts to minimize the impact on the schedule of any such delay.

In instances where a Contract change extends the Contract beyond the

completion date, the Contractor may claim Liquidated Indirect Costs

as specified in the paragraph in this art icle dealing with Liquidated

Indirect Costs. These delays sha ll be considered compensable, except

for the period in which these delays may be concurrent with

Contractor -caused delays. If a delay on the part of the Owner is

concurrent, that is, if i t occurs at the same time as a Contractor -

caused delay, the Owner -caused delay shall be considered an

excusable delay for the portion of the Owner -caused delay which is

concurrent with the Contractor -caused delay.

4) Delays Beyond Contractor 's Control Not Caused by Consultant and/

or the Owner: If Contractor 's performance of the Work along the

cri t ical path is delayed by any conditions beyond the control and

without the fault or negligence of Contractor and not caused by the

Owner, and which was not foreseeable by Contractor at the t ime this

Contract was entered into, Contractor shall , provide immediate verbal

notification with writ ten notification in accordance with the Contract

Documents, of any such delay and of the anticipated results thereof.

Within two (2) calendars days of the termination of any such delay,

Contractor shall f i le a writ ten notice with the Architect/Engineer

specifying the actual duration of the delay. If the Owner determines

that the delay was beyond the control and without the fault or

negligence of the Contractor and not foreseeable by the Contractor at

the t ime this Contract was entered into, the Owner will determine the

duration of the delay and may extend the t ime of performance of this

Contract provided, however, that Contractor shall cooperate with the

Owner and use i ts best efforts to minimize the i mpact on the schedule

of any such delay. These delays shall be considered excusable and the

Contractor shall not be enti t led to, and hereby expressly waives

recovery of, any damages suffered by reason of the delays

CONTRACT 41 BID SETCONTRACT 41 BID SET41 BID SETCONTRACT 41

Page 175: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

contemplated by this paragraph and extens ion of t ime shall consti tute

Contractor 's sole remedy for such delays.

5) In addit ion to the delays in the Work specified in this section, delays

in the Work directly caused by an act or omission by an owner of an

adjoining property will not be considered an Owner-controlled delay.

An owner of an adjoining property is a person, f irm, corporation,

partnership, or other organization who either owns or occupies, or

both, structures or parcels or both, immediately adjacent to the Work

Site. Extension of t ime for t hose delays will be considered excusable

and shall be treated as specified in this art icle, provided that:

a. The Contractor has, in accordance with this art icle, given to the

Architect/Engineer immediate verbal justif ication, with writ ten

confirmation within forty-eight (48) hours of the delay; and

b. The Contractor establishes, to the satisfaction of the

Architect/Engineer, that:

i . The delay was caused directly by an act or omission by the

owner of the adjoining property; and

i i . The Contractor has taken reasonable p recautions and has made

substantial effort to minimize the delay.

6) A Change Order will be furnished to the Contractor within a

reasonable period of t ime, after approval by the BCC, of a request for

extension of t ime, specifying the number of days allowed, i f any, and

the new dates for completion of the Work or specified portions of the

Work. All requests for t ime extension shall be in accordance with the

Contract Documents. With the exception of t ime extensions covered

under the t ime contingency allowance in the contract , only the BCC

shall grant f inal writ ten approval of al l Change Orders, including

addit ional money or extensions of t ime. All change orders shall be in

full accord with the Contract Documents.

7) For the proper format to be used in submitt ing req uests or claims for

t ime extensions, refer to applicable sections of the Contract

Documents.

8) Extensions of t ime shall be in accordance with Section 9 -3 of the

Code of Miami-Dade County, as applicable.

D. Substantial Completion and Final Acceptance

1) The following i tems must be satisfied before Substantial Completion,

as defined in the Contract Documents, will be approved:

a. All Work must be completed to the satisfaction of the appropriate

permitt ing agencies having jurisdiction over the Work. The

Contractor must furnish the Owner with a “Certif icate of

Occupancy” or a “Certif icate of Completion”, as applicable, from

the permitt ing agency unless circumstances arise outside the

contract scope that prohibits such cert if icates from being issued

(i .e. uti l i ty connections).

b. All operational systems which may include but not be l imited to:

electrical systems, security systems, irrigation systems and fire

CONTRACT 42 BID SETCONTRACT 42 BID SET42 BID SETCONTRACT 42

Page 176: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

systems, must be completed in accordance with the Contract

Documents, tested and approved.

c. All plumbing, heating, venti l at ion, and air conditioning systems

must be completed, tested and approved. Whenever the scope of

work includes a facil i ty or building, an HVAC test and balance

report must be submitted and approved as a condition precedent to

Substantial Completion.

d. The punch l ist may not be so extensive or of a nature that the

Contractor’s complet ion will significantly interfere with the

Owner’s beneficial use of the facil i ty.

2) When the Contractor believes that al l the Work or designated portion

thereof required by the contract is substantially completed, the

Contractor shall submit to the Field Representative and the

Architect/Engineer a request for Substantial Completion inspection.

The Contractor, the Field Representative, the Architect/Engineer,

sub-consultants, and the Owner shall meet at the Project si te for the

purpose of making a combined inspection of the Work. During this

inspection, any i tem of work remaining to be done or Work to be

corrected shall be noted on a Punch List . If the Field Representative

and/or the Architect /Engineer and the Owner indicate on this

inspection report that the Work is substantially complete, a

Certif icate of Substantial Completion will be issued to the

Contractor. The Certif icate of Substantial Completion shall establish

the date of Substantial Completion and shall have attached the Punch

List reflecting any i tems to be completed or corrected, but which do

not prevent beneficial use and occupancy, and shall state the date by

which the Punch List is to be completed. The completion t ime f or the

Punch List shall not be greater than sixty (60) days from the date of

issuance of the Certif icate of Substantial Completion.

3) If any of the conditions l isted in this art icle are not met and the Work

has not been completed, or the Contractor determine s that the final

Punch List cannot be completed within sixty (60) days, a Certif icate

of Substantial Completion shall not be issued. The Contractor shall

continue work, reducing the number of i tems on the Punch List that

were not met. Additional inspecti ons shall be scheduled as necessary

unti l Substantial Completion is declared. However, costs incurred by

the Owner for any inspections beyond a second inspection will be

charged back to the Contractor.

4) In the event the Contractor fails to achieve Substant ial Complet ion

within the period specified in the Contract for completion, the

Contractor shall be l iable for Liquidated Damages and the Owner has,

as i ts option, the right to, after ten (10) calendar days notice to the

Contractor, have the work performed by others and backcharge the

Contractor for al l Direct and Indirect Costs related to performing this

work. In the event that the Owner chooses to have the work

completed by others, there shall not be any further non -excusable

delays charged to the Contrac tor beyond the ten (10) days following

notice to the Contractor. However, the Contractor shall not be

relieved of any non-excusable delays incurred through the date of

termination. The Punch List and the Contract shall remain open unti l

CONTRACT 43 BID SETCONTRACT 43 BID SET43 BID SETCONTRACT 43

Page 177: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

all the Work is complete and accepted. The current retainage will be

used to offset any Liquidated Damages and any backcharges, after

which, any surplus retainage will be released to the Contractor. If

the retainage is insufficient to cover the Liquidated Damages and any

backcharge, the Owner will bil l the Contractor for the balance and the

Contractor shall promptly remit to the Owner an amount equal to the

bil l ing.

5) Final Completion: When the Owner or Architect/Engineer considers

all Work indicated on the Punch List to be complete, the Contractor

shall submit writ ten cert if ication that:

a. Work has been inspected for the compliance with the Contract

Documents.

b. Work has been completed in accordance with the Contract

Documents, and that deficiencies l isted within the Certif icat e of

Substantial Completion and i ts at tachments have been corrected.

c. Work is completed and ready for final inspection.

6) Should the Owner and/or Architect/Engineer inspection find that

Work is incomplete, he will promptly notify the Contractor in writ ing

l ist ing all observed deficiencies. The Contractor shall be responsible

for al l Direct and Indirect Costs to the County result ing from the

Contractor’s failure to complete the Punch List i tems within the t ime

allowed for completion.

7) The Contractor shall remedy deficiencies and send a second

cert if ication. Another inspection will be made that shall consti tute

the final inspection. Provided that work has been satisfactori ly

completed, the Architect/Engineer will notify the Contractor in

writ ing of Final Acceptance as of the date of this f inal inspection.

8) Prior to Final Acceptance, the Contractor shall deliver to the Field

Representative complete As - Builts, al l approved Shop Drawings,

maintenance manuals, pamphlets, charts, parts l ists and specified

spare parts, operating instructions and other necessary documents

required for al l installed materials, equipment, or machinery, al l

applicable warranties and guarantees, and the appropriate Certif icate

of Occupancy.

9) Upon notification of Final Acceptance to the Contrac tor, the

Architect/Engineer wil l request and consider closeout submittals from

the Contractor including but not l imited to the final Contractor 's

Affidavit and Release of All Claims.

10) The Contractor, without prejudice to the terms of the Contract , shall

be l iable to the Owner for latent defects, fraud, or such gross

mistakes as may amount to fraud, or as regards the Owner 's r ights

under any warranty or guaranty.

11) Re-Inspection Fees: Should the status of completion of the Work

require re-inspection of the Work by the Owner and the

Architect/Engineer due to failure of the Work to comply with the

Contractor’s representations regarding the completion of the Work,

the Owner will deduct from the final payment to the Contractor, fees

CONTRACT 44 BID SETCONTRACT 44 BID SET44 BID SETCONTRACT 44

Page 178: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

and costs associated with re -inspection services in addit ion to

scheduled Liquidated Damages.

E. Use and Possession

The Owner shall have the right to beneficially occupy, take possession of

or use any completed or part ial ly completed portions of the Work. Such

possession or use will not be deemed an acceptance of work not

completed in accordance with the Contract . While the Owner is in such

possession, the Contractor, notwithstanding the provisions of the

Contract Documents, will be relieved of the responsibil i ty for loss or

damage to the Work other than that result ing from the Contractor 's fault

or negligence or breach of warranty. If such prior possession or use by

the Owner delays the progress of the Work or causes addit ional expense

to the Contractor, a Contract change in the Contract pr ice or the time of

completion will be made and the Contract will be modified in writ ing

accordingly.

F. Liquidated Damages and Liquidated Indirect Costs

1) The parties to the Contract agree that t ime, in the completion of the

Work, is of the essence. The Owner and the Contractor recognize and

agree that the precise amount of actual damages for delay in the

performance and completion of the Work is impossible to determine

as of the date of execution of the Contract and that proof of the

precise amount will be dif ficult . Therefore, the Contractor shall be

assessed Liquidated Damages on a daily basis for each Day that

individual milestones, both interim and cumulative as specified in the

Contract Documents, are not t imely achieved or that Contract Time is

exceeded due to a non-excusable delay. These Liquidated Damages

shall be assessed, not as a penalty, but as compensation to the Owner

for expenses which are difficult to quantify with any certainty and

which were incurred by the Owner due to the delay. The amount of

Liquidated Damages assessed shall be an amount, as st ipulated in the

Contract Documents, per day for each calendar day that individual

milestones as specified in the Contract are not t imely achieved or that

the Project is delayed due to a non -excusable delay.

2) The Owner and the Contractor recognize and agree that the precise

amount of the Contractor 's Indirect Costs for delay in the

performance and completion of the Work is impossible to determine

as of the date of execution of the Contract , and that pro of of the

precise amount will be difficult . Therefore, Liquidated Indirect Costs

recoverable by the Contractor shall be assessed on a daily basis for

each Day the Contract Time is delayed due to compensable delay.

These Liquidated Indirect Costs shall be paid to the Contractor in full

satisfaction of all costs and damages caused by compensable

excusable delays, except for Direct Costs. There shall be no

Liquidated Indirect Costs payable for t ime directly related to Extra

Work for which a Change Order has been issued.

3) The amount of Liquidated Indirect Costs recoverable shall be an

amount, as st ipulated in the Contract Documents per day for each day

the Contract is delayed due to compensable excusable delay. For

lump sum contracts, the daily amount of Li quidated Indirect Costs

CONTRACT 45 BID SETCONTRACT 45 BID SET45 BID SETCONTRACT 45

Page 179: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

will be calculated by dividing the total amount in the Contractor’s

approved Schedule of Values for General Requirements by the

Contract duration (in days) after deducting any general conditions

costs directly paid by the Owner duri ng the execution of the Project .

The amount of the Liquidated Indirect Costs calculated in accordance

with this formula shall be stated in the Notice -to-Proceed. For unit

price contracts, the daily amount of Liquidated Indirect Costs will be

calculated as defined in the formula below:

(Amount of Bid x 8%) less any General Requirements i tems paid

independently/individually

Original Contract Duration (In Days)

4) In the event the Contractor fails to perform any other covenant or

condition (other than t ime-related) of this Contract relating to the

Work, the Contractor shall become liable to the Owner for any actual

damages which the Owner may sustain as a result of such failure on

the part of the Contractor. The Owner reserves the right to retain

these amounts f rom monies due the Contractor.

5) Nothing in this art icle shall be construed as l imiting the right of the

Owner to terminate the Contract and/or to require the Surety to

complete said Project and/or to claim damages for the failure of the

Contractor to abide by each and every one of the terms of this

Contract as set forth and provided for in the Contract Documents.

END OF ARTICLE

CONTRACT 46 BID SETCONTRACT 46 BID SET46 BID SETCONTRACT 46

Page 180: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

9. PROGRESS PAYMENTS ( Ju n e 1 2 , 2 0 1 2 )

A. Payments

1) The Contractor shall receive and accept compensation provided for in

the Contract as full payment for furnishing all materials, for

performing all work under the Contract in a complete and acceptable

manner, and for al l r isk, loss, damage, or expense of whatever

character arising out of the nature of the work or the prosecution

thereof.

2) The Owner will make progress payments monthly as the work

proceeds. Unless the Special Provisions provide for the payment to be

determined by using a cost -loaded CPM, the Contractor shall , within

15 days after Notice -to-Proceed, furnish a Schedule of V alues for

review and approval by the Owner consist ing of a detailed cost

breakdown of each lump sum bid i tem in the bid form in such detail

as the Architect/Engineer shall request , showing the amount included

therein for each principal category of the work , to provide the basis

for determining the amount of progress payments. Unit price bid

i tems shall be paid for in accordance with the Bid Form. The

Schedule of Values shall clearly indicate the amount to be paid by the

Contractor to each individual Subcon tractor.

a. The unit prices shall be in proper balance and shall be subject to

approval by the Owner. In the preparation of estimates, the

Owner, at i ts sole discretion, may authorize material delivered on

the si te and preparatory work done to be taken into c onsideration.

Material delivered to the Contractor at locations other than the

Work Site may also be taken into consideration under this art icle

when the Contractor furnishes satisfactory evidence that i t will be

uti l ized on the work covered by this Contra ct .

3) In making such progress payments, a maximum of ten -percent (10%)

or a minimum of five -percent (5%), as may be amended in the

Contract Documents, of the estimated amount shall be retained from

each progress payment made to the Contractor unti l Fifty -Percent

(50%) Completion of the work has been established. Fifty -Percent

(50%) completion is defined as the point in t ime when at least 50% of

the Work under contract has been physically and satisfactori ly

completed in accordance with the intent of the Contra ct Documents as

determined by the Architect/Engineer. At this point , the retainage

amount withheld from each subsequent progress payment shall be

reduced by 50% or not to exceed five -percent (5%) and the

accumulated excess amount of retainage will be relea sed to the

Contractor, unless such amount is the subject of a good faith dispute,

the subject of a claim brought pursuant to Florida Statute 255.05 , or

otherwise the subject of a claim or demand by the Owner or

Contractor. If , at the discretion of the Owner, any t ime after Fif ty -

Percent (50%) Completion of the work has been established, the

Owner finds that satisfac tory progress is being made, i t may

CONTRACT 47 BID SETCONTRACT 47 BID SET47 BID SETCONTRACT 47

Page 181: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

authorize any of the remaining progress payments to be made in full .

Also, whenever the Work is Substantially Complete, the Owner , i f i t

considers the amount retained to be in excess of the amount adequate

for i ts protection, may release to the Contractor al l or a portion of

such excess amount.

4) Material and work covered by progress payments shall become the

sole property of the Owner. This provision shall not be construed as

relieving the Contractor from the sole respon sibil i ty for material and

work upon which payments have been made, the restoration of

damaged work or as waiving the right of the Owner to require the

fulfi l lment of the terms of the Contract .

5) Progress payments will be made in accordance with the Miami -Dade

County Code, Florida Statute, s. 218.70 Flor ida Prompt Payment Act,

and Florida Statute, s . 218.735.

a. The Contractor’s at tention is directed to Florida Statute, s .

218.735, revising provisions regarding t imely payment , revising

deadlines for the payment of contractors, subcontractors, sub -

subcontractors, material -men and suppliers. The contractor shall

remit payment due to subcontractors within ten (10) days after the

contractors’ receipt of payment. The subcontractor shall remit

payment due to sub-subcontractors and suppliers within seven (7)

days after the subcontractors’ receipt of payment. Dispute

resolution is provided within the Statute.

6) No progress payments will knowingly be made for work not in

accordance with this Contract .

7) Applications for progress payments shall be in the format as

prescribed by the Owner. These applications shall be supported by

evidence, which is required by this art icle. Each application for

payment shall clearly indicate the amount to be paid to the

Contractor as well as the amount to be paid to each of the

Contractor’s Subcontractors and suppliers. The Contractor shall

certify that the work for which payment is requested has been done

and that the materials l isted are stored where indicated. Those i tems

on the progress payment application that , in accordance with the

applicable sections of the Contract Documents, compensate for Force

Account Work, for materials not yet incorporated in the work, or for

work under change orders negotiated on a cost -reimbursable basis

will , under procedures of the Owner, be subject to the Owner’s audit

review of the Contractor 's records supporting the payment

application. Audits will be performed so as not to interfere with

t imely processing of applications for payment. If audit indicates the

Contractor has been overpaid under a previous payment application,

that overpayment will be credited against current progress payment

applications. For a per iod of five years from Final Acceptance of the

Contract , the Contractor shall maintain and make avai lable for audit

inspection and copying by the Owner , State and the Government and

their authorized representatives, al l records subject to audit review.

8) The Owner, at i ts discretion, may authorize payment for materials

not yet incorporated into the Work, whether or not delivered to the

Work Site. The value of materials on hand but not incorporated into

CONTRACT 48 BID SETCONTRACT 48 BID SET48 BID SETCONTRACT 48

Page 182: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

the Work will be determined by the Field Representative, based on

actual invoice costs to the Contractor, and such value will be

included in a monthly application for payment only if the materials

have been properly stored on the Site, provided that such materials

meet the requirements of the Contract Documents, and are delivered

to acceptable locations on Site or in bonded warehouses that are

acceptable to the Owner. Such delivered costs of stored or

stockpiled materials may be included in the next application for

payment after the following conditions are met:

a. The material has been stored and stockpiled in a manner

acceptable to the Field Representative at or on the Work si te or in

a secure storage facil i ty within Miami -Dade County or other

location as approved by the Architect/Engineer. If such materials

are stored outside Miami -Dade County, the Contractor shall accept

responsibil i ty for and pay all persona l and property taxes that may

be levied against the Owner by any state or subdivision thereof on

account of such storage of such material . The Owner will permit

the Contractor, at his own expense, to contest the validity of any

such tax levied against the Owner and in the event of any

judgment or decree of a court against the Owner, the Contractor

agrees to pay same.

b. The Contractor has furnished the Field Representative with

acceptable evidence of the quanti ty and quali ty of such stored or

stockpiled materials.

c. The Contractor has furnished the Field Representative with

satisfactory evidence that the materials and transportation costs

have been paid including but not l imited to cert if ied bil ls of sale

for such materials and insurance cert if icates or other in struments,

in writ ing, and in a form as required by the Owner. The

Architect/Engineer may allow only such portion of the amount

represented by these bil ls as, in his opinion, is consistent with the

reasonable cost of such materials.

d. The Contractor has furn ished the Owner legal t i t le (free of debts,

claims, l iens, mortgages, taxes or encumbrances of any kind) to

the material so stored and stockpiled and subject only to the

Owner’s payment for the materials as reflected in the application

for payment. All such materials so accepted shall become the

property of the Owner. The Contractor at his own expense shall

mark such material as the property of the Owner and shall take

such other steps, if any, the Owner may require or regard as

necessary to vest t i t le in the Owner to such material .

e. The Contractor has furnished the Owner evidence that the material

so stored or stockpiled is insured against loss by damage to or

disappearance of such materials at any t ime prior to use in the

work. The cost of the material inc luded in an application for

payment which may subsequently become lost , damaged or

unsatisfactory shall be deducted from succeeding applications for

payment irrespective of the cause and whether or not due to the

negligence, carelessness or fault of the Ow ner.

CONTRACT 49 BID SETCONTRACT 49 BID SET49 BID SETCONTRACT 49

Page 183: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

f . It is understood and agreed that the transfer of t i t le and the

Owner 's payment for such stored or stockpiled materials shall in

no way relieve the Contractor of i ts responsibil i ty for furnishing

and placing such materials in accordance with the requir ements of

the Contract Documents and does not waive Owner 's r ight to

reject defective material when i t is delivered to the Site unti l such

material is delivered to the Site and satisfactori ly incorporated

into the work.

g. In no case will the amount in an app lication for payment for

material on hand exceed the Contract price for such material , the

Contract price for the Contract i tem in which the material is

intended to be used or the value for such material established in

the approved Schedule of Values. Pay ment for material furnished

and delivered as indicated above will be based on 100 percent of

the cost to the Contractor and retention will be withheld as

specified in the Contract Documents. In any event, part ia l

payments for materials on hand will not exceed seventy percent

(70%) of the i tem’s Bid Price, including taxes and shipping, or the

agreed amount within the Schedule of Values.

h. No partial payment will be made for stored or stockpiled l iving or

perishable plant mater ials.

i . The Contractor shall bear a ll costs associated with the partial

payment of stored or stockpiled materials in accordance with the

provisions of this Article.

j . Materials may be subject to being purchased by the Owner

directly under the County’s “Direct Material Purchase Program”

and installed by the Contractor, as applicable, in accordance with

the Special Provisions.

9) Payment of the Contract lump sum price for General Requirements, if

applicable, will be made in the following manner:

a. The General Requirements Lump Sum amount, including cost for

bonds and insurance, shall be paid in proportion to the total

percent of completion. The Owner will consider requests for

payment for bonds and insurance under the General Requirements

after receipt of certified invoices from the Contractor showi ng

that the Contractor has paid them.

b. The Owner reserves i ts r ight to withhold payment for General

Requirements, in whole or in part , at the Owner’s sole discretion,

in accordance with Paragraph 11 below.

10) If any claim is f i led against the project for la bor, materials, suppl ies

or equipment which the Owner has determined to have been

incorporated on the si te and the Contractor has not paid for, the

Owner will have the r ight to retain from payments otherwise due the

Contractor, in addit ion to other amounts properly withheld under this

art icle or under other provisions of the Contract , an amount equal to

such amounts claimed.

CONTRACT 50 BID SETCONTRACT 50 BID SET50 BID SETCONTRACT 50

Page 184: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

11) In addit ion to the provisions of this art icle and other relevant

sections of the Contract Documents, payment may also be withheld

proportionately for the following reasons:

a. Reasonable doubt that the Work can be completed for the unpaid

balance of the Contract Sum,

b. Reasonable indication that the Work will not be completed within

the Contract Time,

c. Damage to another Contractor,

d. Unsatisfactory prosecution of the Work by the Contractor,

e. Failure of the Contractor, or his Subcontractors, to pay wage

rates, when applicable as required by the Contract .

f . In the event the Surety on the Performance and Payment Bond

provided by the Contractor becomes insolvent, or is placed in the

hands of a receiver, or has i ts r ight to do business in the State of

Florida suspended or revoked as provided by law. In this case,

payment will continue when the Contractor provides a good and

sufficient Bond(s) as required by the Contract Documents, in l ieu

of the Bond(s) so executed by such Surety.

g. If any work or mater ial is discovered which, in the opinion of

either the Architect/Engineer or the Field Representative, is

defective, or should a reasonable doubt arise on the part of the

either the Architect/Engineer or the Field Representative as to the

integrity of any part of the work completed previous to the final

acceptance and payment. In this case, there will be deducted from

the first application for payment subsequen t to the discovery of

such work, an amount equal in value to the defective or

questioned work, and this work will not be included in any

subsequent applications for payment unti l the defects have been

remedied or the causes for doubt removed.

12) The Contractor shall submit with each monthly invoice the cert if ied

payroll forms for al l employees on the job in accordance with

applicable Responsible Wages and Benefits (Ordinance No. 90 -143

and codified in Miami -Dade County Code Section 2 -11.16). Failure to

provide this information will cause the Field Representative and/or

Architect/Engineer to return the invoice to the Contractor unti l such

t ime as the Contractor properly submits the information.

13) Failure to comply with the insurance requirements l isted in the

Contract Documents may result in the Owner 's withholding or

delaying payment to the Contractor.

B. Taxes

1) Except as may be otherwise provided for in the Contract Documents,

the price or prices bid for the Work shall include full compensat ion

for al l federal , sta te, local and foreign taxes, fees and duties that the

Contractor is or may be required to pay and the Contractor shall be

responsible for the payment thereof during the prosecution of the

work.

CONTRACT 51 BID SETCONTRACT 51 BID SET51 BID SETCONTRACT 51

Page 185: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

2) The Contractor 's at tention is directed to the fact that mate rials and

supplies necessary for the completion of this Contract are subject to

the Florida Sales and Use Tax, in accordance with Section 212.08,

Florida Statutes, as amended. The Contractor shall not collect taxes

upon making delivery to the Owner.

3) The Owner, at i ts sole discretion, upon request of the Contractor and

where appropriate, may furnish to the Contractor appropriate

evidence to establish exemption from any taxes, fees or duties which

may be applicable to the agreement and from which the Owner is

exempt.

C. Payments to Subcontractors and Suppliers

1) The Contractor shall pay all Subcontractors for and on account of

work performed by such Subcontractors in accordance with the terms

of their respective subcontracts and in accordance with Ordinance

Nos. 94-40, and 02-29, Miami-Dade County Code Section 10 -33.02

and Florida Statute s. 218.735.

2) Before the Contractor can receive any payment, except the first

payment, for monies due him as a result of a percentage of the work

completed, he must provide the Archi tect/Engineer with duly

executed release of claim from all subcontractors and suppliers who

have performed any work or supplied any material on the project as

of the date, stating that said subcontractors or suppliers have been

paid their proportionate share of al l previous payments. In the event

such affidavits cannot be furnished, the Contractor may, at the

Owner’s sole discretion after the Contractor demonstrates justif iable

reasons, submit an executed Consent of Surety to Requisit ion using

the form provided in the Contract Documents identifying the

subcontractors and the amounts for which the Statement of

Satisfaction cannot be furnished.

3) The Contractor 's fai lure to provide a Consent of Surety to Requisit ion

Payment will result in the amount in disput e being withheld unti l (1)

the Statement of Satisfaction is furnished, or (2) Consent of Surety to

Requisit ion Payment is furnished. The Subcontractor(s) shall submit

with each monthly invoice the Certif ied Payroll forms for al l

employees on the job in accordance with applicable Provisions.

Failure to provide this information will cause the Architect/Engineer

to return the invoice to the Contractor unti l such t ime as the

Contractor properly submits the information.

D. Contract Prices – Bid Form

1) Payment for the various Bid Items l isted in the Bid Form shall

consti tute full compensation for furnishing plant, labor, equipment,

appliances and materials and for performing operations required to

complete the Work in conformity with the Contract Documents . All

costs for work shown or indicated by the Contract Documents,

al though not specifically provided for by a Bid Item in the Bid Form,

shall be included in the most appropriate Bid Item price for the i tems

l isted. Except for the relief provided by the applicable sect ion of the

Contract Documents governing Differing Site Conditions, the

Contractor will not be enti t led to addit ional compensation for

CONTRACT 52 BID SETCONTRACT 52 BID SET52 BID SETCONTRACT 52

Page 186: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

providing an activity or material necessary for the completion of the

Work in accordance with the Contract even though the activity or

material is not included in a specific Bid Item or indicated in the

Contract Documents.

E. Final Payment

1) After the Work has been accepted by the Owner, subject to the

provisions of the Contract Documents, a f inal payment will be made

as follows:

a. Prior to Final Acceptance of the Work, the Contractor shal l

prepare and submit a proposed final application for payment to the

Architect/Engineer showing the proposed total amount due the

Contractor, segregated as to Bid Item quanti t ies, force account

work, and other bases for payments; deductions made or to be

made for prior payment; amounts to be retained; any claims the

Contractor intends to fi le at that t ime or a statement that no

claims will be fi led; and any unsett led claims, stat ing amounts.

Prior applications and payments shall be subject to correction in

the proposed final application for payment. Claims fi led with the

final application for payment must be otherwise t imely under

these General Conditions.

b. The Owner will review the Contractor 's prop osed final application

for payment and necessary changes or corrections will be

forwarded to the Contractor. Within 10 days thereafter, the

Contractor shall submit a final application for payment

incorporating changes or corrections made by the

Architect /Engineer together with addit ional claims result ing

therefrom. Upon approval by the Owner, the corrected proposed

final application for payment will become the approved final

application for payment.

c. If the Contractor fi les no claims with the final applica tion for

payment and no claims remain unsett led within 30 days after f inal

inspection of the Work by the Architect/Engineer and the Owner,

and agreements are reached on all questions regarding the final

application for payment, the Owner, in exchange for a n executed

release of al l claims and properly executed close -out documents

specified in Paragraph 3 below, will pay the entire sum found due

on the approved final application for payment.

d. Upon final determination of any and all c laims, the Owner, in

exchange for properly executed close -out documents specified in

Paragraph 3 below, will pay the entire sum found due on the

approved final application for payment, including the amount, i f

any, al lowed on claims.

e. The release from the Contractor will be from any claims arising

from the Work under the Contract . If the Contractor 's claim to

amounts payable under the Contract has been authorized by the

Owner for assignment pursuant to the relevant sections of the

Contract Documents, a release may be required from the assignee.

CONTRACT 53 BID SETCONTRACT 53 BID SET53 BID SETCONTRACT 53

Page 187: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

f . Final payment will be made within 30 days after approval of the

final notice and resolution of Contractor 's claims, or 30 days after

Final Acceptance of the Work by the Owner, whichever is later.

If a f inal application for payment has not been approved within 30

days after f inal inspection of the Work, the Owner shall make

payment of sums not in dispute without prejudice to the rights of

ei ther the Owner or the Contractor in connection with any

disputed i tems.

g. Prior to payment of a claim sett lement, the claim may be audited

by the Owner and may be subject to approval by the funding

agencies .

h. Final payment made in accordance with this art icle will be

conclusive and binding against both parties to the Contract on all

questions relating to the amount of work done and the

compensation paid therefore.

2) With the final application for payment, the Contractor shall return

and submit f inal releases of claim from himself, from each

Subcontractor of record and from other Subcontractors or mater ial

suppliers who may have notified the Owner that they were furnishing

labor or materials for this project . These releases from

Subcontractors and suppliers shall be final , originals, notarized and

executed on the form provided by the Owner and included in the

Contract Documents, al l in accordance with all applicable Florida

Statutes. In addit ion, the Contractor shall execute and return to the

Owner all the enclosed close -out documents . In the event that al l of

the above releases cannot be furnished, the Contractor may , at the

Owner’s sole discretion after the Contractor demonstrates justif iable

reasons, submit a Consent of Surety to Final Payment in a form

acceptable to the Owner, recognizing lack of such releases of claim.

Furthermore, the Contractor and the Surety s hall agree in writ ing, in

a form acceptable to the Owner, to indemnify, defend and hold

harmless the Owner from any claims of Subcontractors and suppliers

who refuse to execute final releases.

3) The making of final payment shall consti tute a waiver of al l c laims

by the Owner except those arising from:

a. Faulty or defective Work appearing after Final Completion;

b. Failure of the Work to comply with the requirements of the

Contract Documents, discovered after Final Completion;

c. The performance of audits to seek rei mbursement of any

overpayments discovered as a result of an audit as provided in the

Contract Documents;

d. The enforcement of those provisions of the Contract Documents

which specifically provide that they survive the completion of the

Work;

e. The enforcement of the terms of the Payment and Performance

Bonds against the Surety;

CONTRACT 54 BID SETCONTRACT 54 BID SET54 BID SETCONTRACT 54

Page 188: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

f . Terms of all warrantees/guarantees required by the Contract

Documents.

4) The acceptance of final payment shall consti tute a waiver of al l

claims by the Contractor.

END OF ARTICLE

CONTRACT 55 BID SETCONTRACT 55 BID SET55 BID SETCONTRACT 55

Page 189: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

10. CHANGES ( Ju n e 1 2 , 2 0 1 2 )

A. Changes

1) The Owner reserves the right to, at any t ime, without notice to the

sureties and without invalidating the Contract , by writ ten notice or

order designated as a Change Notice or Change Order, make any

change in the Work wi thin the general scope of the Contract

including but not l imited to changes:

a. In the Contract Documents;

b. In the method or manner of performance of the Work;

c. In Owner-furnished facil i t ies, equipment, materials, services,

or si te or;

d. Directing acceleration in performance of the Work.

2) In the event the Owner exercises i ts r ight to change, delete or add

work under the Contract , such work will be ordered and paid for as

provided for in the Contract Documents.

3) Changes in the work may be init iated by the issuance o f a Change

Notice by the Architect/Engineer. The Contractor shall submit a

proposal to the Architect/Engineer and the Owner for their review, in

accordance with the Contract Documents, within a reasonable t ime

after receipt of a Change Notice. The Contra ctor shall maintain this

proposal, for acceptance by the Owner, for a minimum of 90 calendar

days after submittal . The cost or credit to the Owner for any change

in the work shall be determined in accordance with the provisions of

the Contract Documents. The Contractor shall not be compensated

for effort expended in preparing and submitt ing price quotes.

4) In the event the Contractor fails to provide the full cost and t ime

estimate for the change work or refuses to execute a full accord

Change Order, the Owner will , at i ts sole discretion, (1) determine

the total cost and t ime impacts of the change and compensate the

Contractor and/or extend the Contract Time, if applicable, through a

unilateral Change Order signed only by the Owner; or (2) direct the

Contractor to proceed with the Work under the Force Account

provisions of this art icle. Failure of the Contractor to submit his

total and final estimated cost and t ime impact within the t ime per iod

specified on the Change Notice form shall consti tute a waiver b y the

Contractor to claim additional costs or t ime beyond that which has

been determined by the Owner. Any disputes arising out of an Owner

determination shall be resolved in accordance with the disputes

provisions in the Contract Documents. Pending the Owner’s final

decision, the Contractor shall proceed dil igently with the

performance of the Work under the Contract .

5) Changes in the work covered by Unit Prices, as stated in the Contract

Documents shall be al l inclusive. These prices will include all Dire ct

and Indirect Costs and means and methods of execution. To be

compensable, units must be measured daily by the Contractor and

approved in writ ing by the Owner or his authorized representative.

CONTRACT 56 BID SETCONTRACT 56 BID SET56 BID SETCONTRACT 56

Page 190: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

6) The following mark-ups on Extra Work shall apply to all chan ges in

the Work performed under this art icle:

a. For Extra Work performed by the Contractor’s own forces , the

Contractor agrees that his proposed cost to perform said Extra

Work will in no event include a rate for overhead in excess of

fif teen percent (15%).

b. For Extra Work performed by a Subcontractor’s forces, the

Contractor agrees that his proposed cost to perform said Extra

Work will in no event include Overhead in excess of fif teen

percent (15%). The Contractor may then add five percent (5%)

t imes the Subcontractor 's or sub-tier Subcontractor 's actual Direct

Cost as direct compensation for the Contractor’s Overhead and all

other costs associated with the Subcontractors Work at al l t iers.

7) Increases to the Contract Amount shall be authorized by a Change

Order executed by the Contractor, the Contractor 's Surety and the

Owner and approved by the BCC. Decreases to the Contract amount

shall be by Change Order or Work Order as determined by the Owner

and shall also be subject to BCC approval when the decrease resu lts

from a reduction in the scope of the work.

8) A cost of bonds for Change Orders that impact the Contract price

shall be established by the Contractor’s actual reimbursement costs,

as approved by the Owner, based on the original Contract Amount and

the original amount reimbursed to the Contractor for bonds at the

commencement of the Work. This cost of bonds shall be added to all

credit amounts allowed by the Owner. For Change Orders paid under

the Allowance Account, no addit ional bond cost will be allowed

unless the Allowance Account is not included in the original Contract

Amount. In this case, addit ional bond costs for these Change Orders

will be considered.

9) Any claim for payment of Extra Work that is not covered by a Change

Order or Work Order will be rejected by the Owner.

B. Allowance Accounts

1) Certain portions of work which may be required to be performed by

the Contractor under this Contract are either unforeseeable or have

not yet been designed, and the value of such work, if any, is included

in the Contract as a specific l ine i tem(s) enti t led "Allowance Ac -

count(s)".

a. The Allowance Account (General) can be used to reimburse the

Contractor for (1) furnishing all labor , materials, equipment and

services necessary for modifications or Extra Work required to

complete the Project because of unforeseeable conditions and; (2)

for performing construction changes required to resolve:

oversight in design, Owner oversight, unforeseen conditions,

revised regulations, technological and product development,

operat ional changes, schedule requirements, program interface,

emergencies and delays; and for making final adjustment to

estimated quanti t ies shown on the Schedule of Values or amounts

bid in the Bid Form to conform to actual quanti t ies installed.

CONTRACT 57 BID SETCONTRACT 57 BID SET57 BID SETCONTRACT 57

Page 191: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

b. Other Allowance Account(s) (Dedicated) may be used as specified

in the Contract Documents to fund specific i tems of work at the

sole discretion of the Owner. These dedicated allowance accounts

shall be used only for the purposes approved pursuant to a writ ten

Work Order issued by the Owner or his authorized representative.

2) At such t ime as work is to be performed under the Allowance

Account(s), if any, the work shall be incorporated into the Schedule

and the Schedule of Values, and shall in all respects be integra ted

into the construc tion as a part of the Contract as awarded.

3) The Work Order for the required work will be issued by the Owner or

Architect/Engineer upon receipt from the Contractor of a satisfactory

proposal for performance of the work, and the acceptance thereof by

the Architect/Engineer and the Owner. If the Contractor and the

Owner are unable to agree upon an amount of compensation or; if the

nature of the work is such that a Unit Price or Lump Sum price is not

economically practical or if the change work is deemed essential to

the Project and actual conditions require work to be swift ly

conducted to avoid or minimize delays, the Work Order may be issued

to perform the work on a Force Account basis. In the event that an

equitable adjustment for the said change work cannot be arrived at ,

ei ther by mutual agreement or under the dispute provisions of the

Contract Documents, the compensation hereunder will be the total

compensation for this work.

4) No Work Orders shall be issued against an Allowance Account if such

Work Orders in the aggregate exceed the authorized amount of that

Allowance Account, provided however that such excess may be

authorized by appropriate Change Order.

5) The unexpended amounts under the allowance accounts shall remain

with the Owner and the Contractor shall have no claim to the same.

C. Deletion or Addition of Work

1) In the event the Owner exercises its r ight to delete any portion(s) of

the work contemplated herein, such deletion will be ordered and the

Contract Total Amount and Time may be ad justed as provided for in

these Contract Documents by Change Order or by Work Order, as

appropriate. The Contractor shall be reimbursed for any actual

reasonable expenses incurred prior to the notice of deletion of work

as a result of preparing to perform the work deleted. In the event of

a dispute between Owner and Contractor as to the adjustment to the

amount of t ime, the dispute shall be handled in accordance with these

General Conditions.

2) Deleted Work - Lump Sum Bid Item(s) : The Contractor shall credi t

the Owner for the reasonable value of the deleted work determined

from the approved Schedule of Values, subject to approval by the

Architect/Engineer. If the reasonable value of the deleted work

cannot be readily ascer tained from the Schedule of Values submitted

in accordance with these General Conditions, or if requested by the

Architect/Engineer, the Contractor shall supply all data required by

the Architect/Engineer, including the actual agreements executed by

the Contractor with the Subcontractors and suppliers affected by the

CONTRACT 58 BID SETCONTRACT 58 BID SET58 BID SETCONTRACT 58

Page 192: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

deleted work, to substantiate the amount of the credit to be given the

Owner. The Contractor shall also submit for the Owner’s approval a

revised schedule of values reflecting the work remaining under the

Contract following the deletion.

3) No payment(s) shall be made to the Contractor by the Owner for loss

of anticipated profit(s) from any deleted work.

4) In the event the Owner exercises i ts r ight to add to any portion of the

work contemplated herein, such addit ion will be ordered and the

Contract Total Amount and Contract Time will be adjusted as

provided for in these Contract Documents, by Change Order or by

Work Order as appropriate. In the event of a dispute between Owner

and Contractor as to the adjustment to the Amount or the Time, the

dispute shall be handled in accordance with the Contract Documents.

D. Increased or Decreased Quantit ies (Unit Prices)

1) This section applies to Owner -init iated addit ions or deletions from

the Work and to the unit prices contained within this cont ract and

controls payments or credits for variations between estimated and

actual quanti t ies required to complete the Work, even though the

addit ions or deletions may be dist inct or separate structures or

activit ies and regardless of the fact that the addi t ion or deletion is a

result of f ield adjustments, si te conditions, a design change or any

other cause. Increases or decreases will be determined by comparing

the actual quanti ty required to the Architect/Engineer 's est imated

quanti ty in the Bid Form.

2) If the actual quanti ty of Bid Item varies from the Architect/Engineer 's

quanti ty estimate by 25% or less, payment for the Bid Item will be

made at the Contract unit price. If the actual quanti ty varies from the

Bid quanti ty by more than 25%, the compensation payable to the

Contractor will be the subject of review by the Contractor and the

Architect/Engineer and a Contract adjustment will be made by means

of a Change Order in accordance with the Contract Documents to

credit the Owner with any reduction in unit prices or to compensate

the Contractor for any increase in unit price result ing from variations

between estimated and actual quanti t ies. The unit price to be

re-negotiated shall be only for that quanti ty above 125% or below

75% of the original bid quanti t ies.

3) The Contractor shall submit to the Architect/Engineer all data

required to substantiate the amount of compensation requested

therefore. In no event shall the Contractor be enti t led to

compensation greater than the aggregate amount of al l the Unit Pri ces

t imes the original bid quanti t ies of Work reflected in the Bid Form.

4) No compensation will be made in any case for loss of anticipatory

profits, loss of bonding capacity or consequential damages.

E. Extra Work

1) Except as otherwise expressly provided above, al l addit ional work

ordered, work changed or work deleted shall be authorized by Work

Order(s) or Change Order(s). All changed or added work so

CONTRACT 59 BID SETCONTRACT 59 BID SET59 BID SETCONTRACT 59

Page 193: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

authorized shall be performed by the Contractor at the t ime and in the

manner specified.

The Change Order shal l include, as a minimum:

a. Scope of work to be added, deleted or modified;

b. Cost of work to be added, deleted or modified;

c. The Contract t ime extension or reduction in contract t ime in

the case of deleted work required to perform the work to be

added, deleted or modified;

d. Full release of claims associated with the Contract through the

date of the change order, or a reservation of claims identified

as to each claim reserved, the scope of the work, the maximum

cost of the work, and the maximum number of days of Contract

t ime requested, shall be specified.

The Work Order shall include, at a minimum:

a. Scope of work to be added, deleted or modified;

b. Cost of work to be added, deleted or modified;

c. The Contract t ime extension required to perform the work to be

added, deleted or modified;

d. Full release of claims associated with the work order work, or

a reservation of claims identified as to each claim reserved,

the scope of the work, the maximum cost of the work, and the

maximum number of days of Contract t ime requested, shall be

specified.

2) If Work is ordered, changed, or deleted which is not covered by Unit

Prices, then, the Owner and the Contractor shall negotiate an

equitable adjustment to the Contract Price for the Direct Costs for the

performance of such work in accordance with this art icle. Indirect

Costs for Work ordered, changed or deleted may be reimbursed for

Excusable and Compensable Delay as defined in these Contract

Documents.

a. In order to reimburse the Contractor for addit ional Direct Costs,

ei ther by Work Orde r, Change Order or any other means, the

Contractor must have addit ional work added to the Contract Scope

of Work. The addit ional cost of idle or inefficient labor, from any

cause, or the addit ional cost of labor made idle or inefficient from

any cause wil l not be considered a reimbursable addit ional Direct

Cost. Special equipment or machinery, which is made idle or

inefficient by the Work ordered, changed or deleted, may be

reimbursable if approved by the Architect/Engineer as an

unavoidable cost to the Contractor, caused by the Owner.

b. Costs of special equipment or machinery, not already mobilized

on the si te, approved by the Architect/Engineer, shall be

calculated using the current issue of the Associated Equipment

Distributors (AED) Manual plus any requi red mobilization. The

CONTRACT 60 BID SETCONTRACT 60 BID SET60 BID SETCONTRACT 60

Page 194: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

selection of which of the AED rates (daily, weekly, monthly) to be

used to calculate these costs shall be as follows:

i . Between one (1) day and seven (7) days, use the daily rate.

i i . Between seven (7) days and thirty (30) days, use the we ekly

rate.

i i i . Greater than thirty (30) days, use the monthly rate.

c. For less than one (1) day hourly rates, use the daily rate divided

by eight (8).

d. For overtime hourly rates use the daily rate divided by eight (8),

the weekly rate divided by forty (40), or th e monthly rate divided

by one hundred and seventy-six (176) as appropriate.

e. Costs for Special Equipment and Machinery already mobilized on

the si te, shall not exceed the monthly rate stated in the AED

Manual, divided by one hundred and seventy -six (176), per hour

that the Special Equipment and Machinery is in use on the work

plus any required re -mobilization.

f . The cost calculation shall not combine rates within the range of a

t ime extension. It shall use decimals of the t ime extension rate

that the extension falls under. For example, the cost calculation

for a piece of Special Equipment with an approved delay of forty

five (45) days shall be one and one -half (1.5) months t imes the

monthly rate, not one (1) month at the monthly rate, plus two (2)

weeks at the weekly rate, plus one (1) day at the daily rate.

g. Rental for special equipment and machinery, not already

mobilized to the si te, shall be an amount equal to the appropriate

daily, weekly, or monthly rental rate for such equipment, in

accordance with the current issue of Associated Equipment

Distributors’ (AED) "Compilation of Nationally Averaged Rental

Rates and Model Specifications for Construction Equipment"

(notwithstanding the caveats contained therein that such rental

rates are not for use by government agencies) for each and every

rental period (in weeks, days, or months as applicable) that the

special equipment or machinery is in use on the work plus any

required mobilization. Payment for special equipment and

machinery already mobilized to the si te shall not exceed the

monthly rate stated in the AED standards divided by one hundred

and seventy six (176) to establish a per hour rate that the special

equipment and machinery is in use on the Work, plus any required

re-mobilization.

h. For indirect costs, the Contractor shall be allowed a percentage

mark-up as set forth in Paragraph G. 2 below.

F. Differing Site Conditions

1) The Contractor shall immediately, and before such conditions are

disturbed, notify the Architect/Engineer in writ ing of: (1) subsurface

or latent physical conditions at the si te differing materially f rom

those indicated in the Contract Documents, or (2) unknown physical

CONTRACT 61 BID SETCONTRACT 61 BID SET61 BID SETCONTRACT 61

Page 195: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

conditions at the si te, of an unusual nature, differing materially from

those ordinarily encountered and generally recognize d as inherent in

work of the character provided for in the Contract .

2) The Architect/Engineer will promptly invest igate the conditions, and

if such conditions materially differ and cause an increase or decrease

in the Contractor 's cost of, or the t ime requi red for, performance of

any part of the work under the Contract , a Contract change may be

made and the Contract modified in writ ing in accordance with the

Contract Documents.

3) No claim of the Contractor under this art icle will be allowed unless

the Contractor has given the notice required in the Contract

Documents.

4) No claim by the Contractor for a Contract change hereunder will be

allowed if asserted after f inal payment under this Contract .

5) If the Owner is not given writ ten notice prior to the conditions being

disturbed, the Contractor will be deemed to have waived his r ight to

assert a claim for addit ional t ime and compensation arising out of

such changed conditions.

G. Force Account

1) If the Owner and the Contractor cannot reach agreement on an

equitable adjustment to the Contract Price for any work as prescribed

above, then the Extra Work will be performed on a Force Account

basis as directed by the Architect/Engineer and paid for as specified

below.

2) The following percentages will be allowed as mark -ups over Direct

Costs for al l negotiated adjustments to the Contract Amount or for

work performed on either a negotiated lump sum basis or a Force

Account basis:

a. Extra Work Performed directly by Contractor 's Own Forces : The

Contractor may add up to a maximum fiftee n percent (15%) mark-

up on the actual Direct Cost of the Extra Work, subject to review

and approval by the Architect/Engineer, as direct compensation

for Overhead. A 10% mark-up will be added to all negotiated

credit amounts for deleted work not performed to cover Overhead.

b. Extra Work Performed by a Subcontractor or any Sub -tier

Subcontractor : The Subcontractor may add up to a maximum

fifteen percent (15%) mark-up on the actual Direct Cost of the

Extra Work as direct compensation for Overhead. The Contract or

may add a five percent (5%) mark-up on the Subcontractor 's actual

Direct Cost as Contractor’s Overhead. A 10% additional credit

will be added to all Subcontractor negotiated credit amounts for

deleted work not performed to cover quali ty control , superv ision,

coordination, overhead, small tools and incidentals.

3) In the event Extra Work is performed on a Force Account basis, then

the Contractor and the Subcontractor(s), as appropriate, shall

maintain i temized daily records of costs, quanti t ies, labor and t he use

of authorized Special Equipment or Machinery. Copies of such

CONTRACT 62 BID SETCONTRACT 62 BID SET62 BID SETCONTRACT 62

Page 196: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

records, maintained as follows, shall be furnished to the

Architect/Engineer dai ly for approval, subject to audit .

a. Comparison of Record: The Contractor, including i ts Subcon -

tractor(s) of any t ier performing the work, and the Archi -

tect/Engineer shall compare records of the cost of force account

work at the end of each day. Agreement shall be indicated by

signature of the Contractor, the Subcontractor performing the

work, and the Architect/Engineer or their duly authorized

representatives.

b. Statement: No payment will be made for work performed on a

force account basis unti l the Contractor has furnished the

Architect/Engineer with duplicate i temized statements of the cost

of such force account work detailed as follows:

i . Name, classification, date, daily hours , total hours, rate and extension for each laborer, tradesman, and foreman.

i i . Designation, dates, daily hours, total hours, rental rate, and extension of each unit of special machinery an d equipment.

i i i . Quantit ies of materials, prices, and extensions.

iv. Transportation of materials.

The statements shall be accompanied and supported by a receipted invoice of all materials used and transportation charges. However, if materials used on the force a ccount work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certi fying that such materials were taken from i ts stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor.

c. Authorization of Special Equipment and Machinery : No

compensation for special equipment or machinery shall be made

without writ ten authorization from the Architect/Engineer. The

Architect/Engineer shall review and evaluate any special

equipment or machinery proposed by the Contractor for use on a

force account basis. As part of i ts evaluation, the

Architect/Engineer shall determine whether any of th e special

equipment or machinery being proposed by the Contractor will be

concurrently used on the Project , including approved changes, or

on other force account work on the Project . If the

Architect/Engineer determines that such a concurrent use of

special equipment or machinery is being proposed by the

Contractor, prior to the authorization of such special equipment or

machinery, the Archi tect/Engineer and thereto Contractor shall

establish a straight -l ine prorated bil l ing mechanism based on the

actual percentage of t ime that the equipment or machinery is

required to be used on the force account work(s).

CONTRACT 63 BID SETCONTRACT 63 BID SET63 BID SETCONTRACT 63

Page 197: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Special equipment or machinery which is approved for use by the

Architect/Engineer shall be reviewed and accounted for on a daily

basis as provided in the Comparison of Record and Statement

paragraphs of this sect ion of the Contract .

d. Inefficiency in the Prosecution of the Work : If in the Owner’s or

Architect/Engineer’s opinion, the Contractor or any of i ts

Subcontractors, in performing Force Account Wo rk, is not making

efficient use of labor, materials or equipment or is proceeding in a

manner which makes Force Account Work unnecessari ly more

expensive to the Owner, the Owner or Architect/Engineer may, in

whole or part , direct the Contractor in the depl oyment of labor,

material and equipment. By way of i l lustration, inefficiency may

arise in the following ways, including but not l imited to: (1) the

t iming of the Work, (2) the use of unnecessary labor or

equipment, (3) the use of a higher percentage of j ourneymen than

in non-force account Work, (4) the failure to procure materials a t

lowest price, or (5) using materials of quali ty higher than

necessary.

H. Contractor Proposals - General

1) The Contractor may at any t ime submit to the Architect/Engineer for

his review proposed modifications to the Contract Documents,

including but not l imited to, changes in the Contract Time and/or

Contract Amount, supported by a cost/price proposal. Upon

acceptance of the proposed modifications by the Owner, a Work

Order or Change Order will be issued. Denial of a proposed

modification will neither provide the Contractor with any basis for

claim for damages nor release the Contractor from contractual

responsibil i t ies. A Contract change in the form of a Contract price

reduction will be made if the change results in a reduction of the cost

of performance and the Contractor will not be enti t led to share in said

savings unless the proposal is made in accordance with Paragraph I of

this art icle. Except as provided in Paragraph I belo w, the Contractor

will not be compensated for any direct , incidental or collateral

benefits or savings the Owner receives as a result of the proposal.

I. Value Engineering Change Proposals: The Contractor may submit to the

Architect/Engineer one or more cost reduction proposals for changing

the Contract requirements. The proposals shall be based upon a sound

study made by the Contractor indicating that the proposal:

a. Will result in a net reduction in the total Contract amount;

b. Will not impair any essential func tion or characterist ic of the Work

such as safety, service l ife, rel iabili ty, economy of operation, ease of

maintenance and necessary standardized features;

c. Will not require an unacceptable extension of the Contract

completion t ime; and

d. Will require a change in the Contract Documents and such change is

not already under consideration by the Owner.

CONTRACT 64 BID SETCONTRACT 64 BID SET64 BID SETCONTRACT 64

Page 198: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

i . The Owner may accept in whole or in part any proposal submitted

pursuant to the previous paragraph on Value Engineering Change

Proposals by issuing a Change Orde r which will identify the

proposal on which i t i s based. The Change Order will provide for

a Contract change in the Contract price and will revise any other

affected provisions of the Contract Documents. The equitable

adjustment in the Contract price will be established by

determining the net savings result ing from the accepted change.

The net savings result ing from the change will be shared between

the Contractor and the Owner on the basis of 50 percent for the

Contractor and 50 percent for the Owner and w ill be l imited to

one Value Engineering Change Proposal per Change Order. Net

savings will be determined by deducting from the proposal’s

estimated gross savings (1) the Contractor 's costs of developing

and implementing the proposal ( including any amount attr ibutable

to a subcontractor) and (2) the estimated amount of increased

costs to the Owner result ing from the change, such as evaluation,

implementation, inspection, related i tems, and Owner -furnished

material . Estimated gross savings will include Cont ractor 's labor,

material , equipment, overhead, profit and bond. The Contract

price will be reduced by the sum of the Owner 's costs and share of

the net savings. For the purposes of this art icle, the applicable

provisions of the Contract Documents shall be used to determine

the equitable adjustment to the Contract price.

i i . The Owner will not be l iable for delay in acting upon, or for

failure to act upon, any proposal submitted pursuant to of this

art icle. The decision of the Owner as to the acceptance or

rejection of any such proposal under the Contract will be final .

The submission of a proposal by the Contractor will not in i tself

affect the rights or obl igations of ei ther party under the Contract .

i i i . The Contractor shall have the right to withdraw part or al l o f any

proposal he may make under Paragraph 2 of this art icle at any

t ime prior to acceptance by the Owner . Such withdrawal shall be

made in writ ing to the Architect/Engineer . Each such proposal

shall remain valid for a period of 60 days from the date submi tted.

If the Contractor wishes to withdraw the proposal prior to the

expiration of the 60 day period he will be l iable for the cost

incurred by the Owner in reviewing the proposal.

iv. The Contractor shall specifically identify any proposals under

Paragraph 2 of this art icle with the heading "Value Engineering

Change Proposal", or the proposal will be considered as made

under Paragraph 1 of this art icle.

2) The Contractor, in connection with each proposal for a Contract

Change Notice under this art icle, shall furn ish the following

information:

a. A description of the difference between the exist ing Contract

requirement and the proposed change, and the comparative

advantages and disadvantages of each, justif ication when a

CONTRACT 65 BID SETCONTRACT 65 BID SET65 BID SETCONTRACT 65

Page 199: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

function or characterist ic of an i tem is being altered, and the

effect of the change on the performance of the end i tem;

b. An analysis and i temization of the requirements of the Contract

which must be changed if the Value Engineering Change Proposal

is accepted and a recommendation as to how to make each such

change (e.g. , a suggested specification revision);

c. A separate detailed cost estimate for both the exist ing Contract

requirement and the proposed change to provide an estimate of the

reduction in costs, if any, that will result from acceptance of the

Value Engineering Change Proposal taking into account the costs

of development and implementation by the Contractor;

d. A prediction of any effects the proposed change would have on

collateral costs to the Owner such as government -furnished

property costs, costs of related i tems, and costs of maintenance

and operation;

e. A statement of the t ime by which a Contract modification

accepting the Value Engineering Change Proposal must be issued

so as to obtain the maximum cost reduction, noting any effect on

the Contract completion t ime or delivery schedule; and

f . Identification of any previous submission of the Value

Engineering Change Proposal to the Owner, including the dates

submitted, the numbers of the contracts involved, and the previous

actions by the Owner.

3) The Contractor waives any and all claims relating to any delay that

may arise out of a Value Engineering Change Proposal.

END OF ARTICLE

CONTRACT 66 BID SETCONTRACT 66 BID SET66 BID SETCONTRACT 66

Page 200: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

11. CLAIMS AND DISPUTES ( Ju n e 1 2 , 2 0 1 2 )

A. Notice of Claims

1) The Contractor will not be enti t led to addit ional t ime or

compensation otherwise payable for any act or failure to act by the

Owner, the happening of any event or occurrence, or any other cause,

unless he shall have given the Architect/Engineer a writ ten notice of

claim therefore as specified in this art ic le.

2) The Contractor shall provide immediate verbal notification with

writ ten confirmation within forty -eight (48) hours of any potential

claims and of the anticipated t ime and/or cost impacts result ing

thereof. The writ ten notice of claim shall set forth the reasons for

which the Contractor believes addit ional compensation and/or t ime

will or may be due, the nature of the costs involved and the

approximate amount of the potential claim.

3) It is the intention of this art icle, that differences between the pa r ties

arising under and by virtue of the Contract shall be brought to the

attention of the Architect/Engineer at the earl iest possible t ime in

order that such matters may be sett led, if possible, or other

appropriate action promptly taken.

4) The notice requirements of this art icle are in addit ion to those

required in other art icles of these Contract Documents.

5) The Contractor shall segregate all costs associated with each

individual claim including but not l imited to labor, equipment,

material , subcontracto r and supplier costs, and all other costs related

to the claim. In the event that the Contractor has multiple claims, the

Contractor will segregate each claim individually including the

respective costs associated with each claim. Failure to segregate

claims and their respective costs will be grounds for the Owner 's

rejection of the claim. No “total cost claims” shall be allowed under

this Contract .

6) The Contractor must maintain a cost accounting system as a condition

for making a claim against the Owner. The cost accounting system

must segregate the costs of the work under the Contract (non -claims-

related) from claims-related and other Contractor costs through the

use of a job cost ledger and be otherwise in compliance with general

accounting principles.

7) If the Owner decides to pay all or part of a claim for which not ice

was not t imely made, the Owner does not waive the right to enforce

the notice requirements in connection with any other claim.

8) Inasmuch as the notice of claim requirements of this art icle are

intended to enable the Architect/Engineer to investigate while facts

are fresh and to take action to minimize or avoid a claim which might

be fi led thereafter, the Contractor 's fai lure to make the required

notice on t ime is l ikely to disadvantage the O wner. Therefore, a

claim that does not comply with the notice requirements above shall

not be considered unless the Contractor submits with his claim proof

CONTRACT 67 BID SETCONTRACT 67 BID SET67 BID SETCONTRACT 67

Page 201: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

showing that the Owner has not been prejudiced by the Contractor 's

fai lure to so comply and, in the event the Owner has been prejudiced

by the Contractor 's fai lure to submit a t imely notice of claim, the

Owner will reduce any equitable adjustment claimed by the

Contractor to reflect the damage.

B. Claim Submittals

1) Claims or requests for equitable adjustme nts fi led by the Contractor

shall be fi led in full accordance with this art icle no later than 30

calendar days after the act giving rise to the claim and in sufficient

detail to enable the Owner to ascertain the basis and amount of said

claims. In the case of continuing or on -going claim events, the

Contractor shall be allowed to periodically amend his claim to more

accurately reflect the impact of said claim, unti l the end of the claim

event. No claims for addit ional compensation, t ime extension or for

any other relief under the Contract shall be recognized, processed, or

treated in any manner unless the same is presented in accordance with

this Article. Failure to present and process any claim in accordance

with this Article shall be conclusively deemed a waiver, abandonment

or relinquishment of any such claim, i t being expressly understood

and agreed that the t imely presentation of claims, in sufficient detail

to allow proper investigation and prompt resolution thereof, is

essential to the administration of this Contract .

2) The Owner will review and evaluate the Contractor 's claims. It will

be the responsibil i ty of the Contractor to furnish, when requested by

the Architect/Engineer, such further information and details as may

be required to determine the facts or contentions involved in his

claims. The cost of claims preparation or Change Order negotiations

shall not be reimbursable under this Contract .

3) Any work performed by the Contractor prior to Notice -to-Proceed

(NTP) shall not be the basis for a claim from the Contractor of any

kind.

4) Each claim must be cert if ied by the Contractor as required by the

Miami-Dade Code, False Claims Act (see Code Section 21 -255, et

seq.) , and accompanied by all materials required by Miami -Dade

County Code Section 21 -257. A "certif ied claim" shall be made

under oath by a person duly authorized by the claimant, and shall

contain a statement that:

a. The claim is made in good faith;

b. The claim's supporting data is accurate and complete to the best of

the person's knowledge and beli ef;

c. The amount of the claim accurately reflects the amount that the

claimant believes is due from the Owner; and

d. The certifying person is duly authorized by the claimant to cert ify

the claim.

CONTRACT 68 BID SETCONTRACT 68 BID SET68 BID SETCONTRACT 68

Page 202: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

5) In order to substant iate t ime -related claims (delays, disruptions,

impacts, etc.) , the Contractor shall , i f applicable and as determined

by the Owner, submit, in tr iplicate, the following information:

a. Copy of Contractor 's notice of claim in accordance with this

art icle. Failure to submit the notice is sufficient groun ds to deny

the claim.

b. The approved, as -planned Schedule in accordance with the

applicable section of the Contract Documents and computer

storage media, if applicable.

c. The as-buil t Schedule reflecting changes to the approved

schedule up to the t ime of the impact in question and computer

storage media if applicable.

d. The basis for the duration of the start and finish dates of each

impact activity and the reason for choosing the successor and

predecessor events affected in the schedule shall be explained.

Also, the basis for the duration of any lead/lags inserted into the

schedule and the duration in related activity duration shall be

explained.

e. A marked-up as-buil t Schedule indicating the causes responsible

for changes between the as -planned and as -buil t schedule and

establishing the required cause and effect relationships.

f . After indicating specific t ime related changes on the as -buil t

schedule, the documentation must be segregated into separate

packages with each package documenting a specific duration

change identified previously. This documentation package shall

include Change Orders, Change Notices, Work Orders , writ ten

directions, meeting minutes, etc. , related to the change in

duration.

g. Any loss of efficiency, acceleration, disruption and loss of

productivity claims shall be compensated as part of the

Liquidated Indirect Costs paid for compensable, excusable delays

and mark-up on Direct Cost of changes as allowed by the

Contract . Total cost and modified total cost claims will not be

accepted and the Contractor agrees to waive the right to seek

recovery by these methods. The claimed delay shall not result

from a cause specified in the Contract Documents as a non -

excusable delay.

h. The Contractor assumes all r isk for the following i tems, none of

which shall be the subject of any claim and none of which shall

be compensated for except as they may have been included in the

compensation described under Liquidated Indirect Costs: (1)home

office expenses or any Direct Costs incurred allocat ed from the

headquarters of the Contractor; (2)loss of anticipated profits on

this or any other project , (3) loss of bonding capacity or

capabil i ty; (4) losses due to other projects not bid upon; (5)loss

of business opportunit ies; (6)loss of productivity on this or any

other project; (7)loss of interest income on funds not paid;

CONTRACT 69 BID SETCONTRACT 69 BID SET69 BID SETCONTRACT 69

Page 203: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

(8)costs to prepare, negotiate or prosecute claims and (9)costs

spent to achieve compliance with applicable laws and ordinances

(excepting only sales taxes paid shall be reimbursable expense

subject to the provisions of the Contract Documents).

i . All non-time-related claim items for addit ional compensation for

Direct Costs shall be properly documented and supported with

copies of invoices, t ime sheets, rental agreements, crew sheets and

the l ike.

j . Cost information shal l be submitted in suff icient detail to allow

for review. The basis for the budgeted or actual costs shall

include man-hours by trade, labor rates, material and equipment

costs etc. These costs shall be broken down by pay i tem and

Construct ion Specification Insti tute (CSI) Division.

k. The documentation for budgeted cost shall , as a minimum,

include:

i . Copies of al l the Contractor 's bid documents , bid quotes, faxed

quotes, etc.

i i . Copies of al l executed subcontracts.

i i i . Other related budget documents as requested by the

Architect/Engineer.

l . The documentation for actual cost shall , as a minimum, include:

i . Time Sheets.

i i . Materials invoices

i i i . Equipment invoices

iv. Subcontractors’ payments

v. Other related documents as required by the Architect/Engineer.

m. The Contractor shall make all his books, employees, work si tes

and records available to the Owner or i ts representatives for

inspection and audit .

n. No payment shall be made to the Contractor by the Owner for loss

of anticipated profit(s) from any deleted work.

6) As indicated above, the Architect/Engineer and the Field

Representative shall be allowed full and complete access to all

personnel, documents , work si tes or other information reasonably

necessary to investigate any claim. Within sixty (60) days after a

claim has been received, the claim shall ei ther be rejected with an

explanation as to why i t was rejected or acknowledged. Once the

claim is acknowledged, the parties shall at tempt to negotiate a

satisfactory sett lement of the claim, which sett lement shall be

included in a subsequent Work Order or Change Order. If the parties

fail to reach an agreement on a recognized claim, the Owner shall pay

to the Contractor the amount of money i t deems reasonable, less any

appropriate retention, to compensate the Contractor for the

recognized claim.

CONTRACT 70 BID SETCONTRACT 70 BID SET70 BID SETCONTRACT 70

Page 204: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

7) Failure of the Contractor to make a specific reservation of rights

regarding any such disputed amounts in the body of the Change Order

which contains the payment shall be construed as a waiver,

abandonment, or relinquishment of al l claims for addit ional monies

result ing from the claims embodied in said Change Order. However,

once the Contractor has properly reserved rights to any claim, no

further reservations of rights shall be required and the Contractor

shall not be required to repeat the reservation in any subsequent

change order. Prior reservation of rights may however be modified,

by express reference, in subsequent change orders. Notwithstanding

the aforementioned, at the t ime of final payment under the Contract ,

the Contractor shall specify all claims which have been denied and all

claims for which rights have been reserved in accordance with this

section. Failure to so specify any particular claim shall be

constructed as a waiver, abandonment, or relinquishment of such

claim.

C. Disputes

1) The following provisions shall govern disputes under this Contract

unless the Special Provisions to this Contract contain the requirement

for the use of an alternate dispute resolution method. For example,

for large projects of great complex ity, a Dispute Review Board

(DRB) may be employed by the Owner to sett le disputes in l ieu of the

Department Director or OOM designee as specified below. In this

case, the DRB alternative shall be specified by the individual

department in the Special Provi sions and, if uti l ized, shall supersede

this dispute provision.

a. In the event the Contractor and Owner are unable to resolve their

differences concerning any determinat ion made by the

Architect/Engineer or Owner on any dispute or claim arising under

or relating to the Contract (referred to in this Section as a

“Dispute”), ei ther the Contractor or Owner may init iate a dispute

in accordance with the procedure set forth in this art icle.

Exhaustion of these procedures shall be a precondition to any

lawsuit permitted hereunder.

b. For contracts with a value of $5 mill ion or less, al l Disputes under

this Contract shall be decided by the Department Director or his

designee. For contracts valued at more than $5 mill ion, Disputes

shall be decided by a designee appointed by the Office of the

Mayor (OOM). Decisions rendered by the Department Director or

OOM designee shall not be binding but shall be admissible in a

court of competent jurisdiction.

c. As soon as practicable, the Department Director or OOM designee

shall adopt a schedule for the Contractor and Owner to fi le writ ten

submissions stating their respective posi t ions and the bases

therefore. The writ ten submissions shall include copies of all

documents and sworn statements in affidavit form from all

witnesses relied on by each party in support of i ts posit ion.

Within 20 working days of the date on which such writ ten

submissions are fi led, the Department Director or OOM designee

CONTRACT 71 BID SETCONTRACT 71 BID SET71 BID SETCONTRACT 71

Page 205: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

shall afford each party an opportunity to present a maximum of

one hour of argument. The Department Director or OOM designee

may decide the Dispute on the basis of the affidavits and other

writ ten submissions if , in his opinion, there is no issue of material

fact and the party is enti t led to a favorable resolution pursuant to

the terms of this Contract . As part of such decision, the

Department Director or OOM designee shall determine the

t imeliness and sufficiency of each notice of claim and claim at

issue as provided in this art icle. The Department Director or

OOM designee shall have the au thority to rule on questions of

law, including disputes over contract interpretation, and to resolve

claims, or portions of claims, via summary judgment where there

are no disputed issues of material fact . Furthermore, the

Department Director or OOM designee is authorized by both

parties to strike elements of claims seeking relief or damages not

available under the contract (such as, but not l imited to, claims

for lost profits, off -si te overhead, loss of efficiency or

productivity claims or claim’s prepara t ion costs) by summary

disposit ion.

d. In the event that the Department Director or OOM designee

determines that the aff idavits or other writ ten submissions present

issues of material fact, he shall al low the presentation of evidence

in the form of lay or expert test imony directed solely to the issues

which he may specifically identify to require factual resolution.

The testimonial portion of the process shall not exceed one day in

duration per side, including opening statements and closing

arguments, if al lowed by the Department Director or OOM

designee at his reasonable discretion.

e. No formal discovery shall be allowed in connection with any

proceeding under this art icle. Notwithstanding the foregoing,

both parties agree that al l of the audit , document inspe ction,

information and documentation requirements set forth elsewhere

in this contract shall remain in force and effect throughout the

proceeding. The Department Director or OOM designee shall not

schedule the hearing unti l both parties have made all their

respective records available for inspection and reproduction and

the parties have been afforded reasonable t ime to analyze the

records. The continued failure of a party to comply with the

document inspection, examination, or submission requirements set

forth in this contract shall consti tute a waiver of that party’s

claims and/or defenses, as applicable. Hearsay evidence shall be

admissible but shall not form the sole basis for any finding of

fact . Failure of any party to participate on a t imely basis, to

cooperate in the proceedings, or to furnish evidence in support or

defense of a claim shall be a cri teria in determining the

sufficiency and validity of a claim.

f . The Department Director or OOM designee shall issue a writ ten

decision within 15 working days after conclusion of any

testimonial proceeding and, if no testimonial proceeding is

CONTRACT 72 BID SETCONTRACT 72 BID SET72 BID SETCONTRACT 72

Page 206: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

conducted, within 45 days of the fi l ing of the last writ ten

submission. This wri t ten decision shall set forth the reasons for

the disposit ion of the claim and a breakdown of any specific

issues or subcontractor claims. As indicated previously, the

decision of the Department Director or OOM designee is not

binding on the parties, but will be admissible in a court of

competent jurisdiction.

g. If ei ther party wishes to protes t the decision of the Department

Director or OOM designee, such party may commence an action in

a court of competent jurisdiction, within the periods prescribed by

law, i t being understood that the review of the court shall be

l imited to the question of whether or not the Department Director

or OOM designee’s determination was arbi trary and capricious,

unsupported by any competent evidence, or so grossly erroneous

to evidence bad faith.

h. Pending final decision of a dispute hereunder, the Contractor shall

proceed dil igently with the performance of the Contract and in

accordance with the Architect/Engineer 's interpretation. Any

presentation or request by the Contractor under this art icle will be

subject to the same requirements for Submittal of Claims in this

art icle.

D. Terminations

1) Termination for Convenience

a. The Owner may at i ts option and discretion terminate the

Contract , in whole or, from time to t ime in part , at any t ime

without any default on the part of the Contractor by issuing a

writ ten Notice of Termina tion to the Contractor and i ts Surety,

specifying the extent to which performance of work under the

Contract is terminated and the date upon which such termination

becomes effective, at least ten (10) days prior to the effective date

of such termination.

b. In the event of Termination for Convenience, the Owner shall pay

the Contractor for al l labor performed, al l materials and

equipment furnished by the Contractor and i ts Subcontractors,

materialmen and suppl iers and manufacturers of equipment less all

part ial payments made on account prior to the date of cancellation

as determined by the Field Representative and approved by the

Architect/Engineer. The Contractor will be paid for:

i . The value of al l work completed under the Contract , based

upon the approved Schedule of Values and/or Unit Prices,

i i . The value of al l materials and equipment delivered to but not

incorporated into the work and properly stored on the si te,

i i i . The value of al l bonafide irrevocable orders for materials and

equipment not delivered to the construction si te as of the date

of cancellation. Such materials and equipment must be

delivered to the Owner to a si te or location desig nated by the

CONTRACT 73 BID SETCONTRACT 73 BID SET73 BID SETCONTRACT 73

Page 207: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Department prior to release of payment for such materials and

equipment.

iv. The values calculated under i . , i i . and i i i . above shall be as

determined by the Field Representative and approved by the

Architect/Engineer.

c. In the event of termination under this art icle, the Contractor shall

not be enti t led to any anticipated profits for any work not

performed due to such termination.

d. In the event of termination under this art icle, the Owner does not

waive or void any credits otherwise due the Owner at the t ime of

termination, including Liquidated Damages, and back charges for

defective or deficient work.

e. Upon termination as indicated above, the Field Representative

shall prepare a cert if icate for Final Payment to the Contractor.

2) Termination for Default of Contractor

a. The Contract may be terminated in whole or , from time to t ime in

part , by the Owner for failure of the Contractor to comply with

any requirements of the Contract Documents including but not

l imited to:

i . Failure to perform the work or failure to provide sufficient

workers, equipment or materials to assure completion of

work in accordance with the terms of t he Contract , and the

approved Schedule, or

i i . Failure to provide the Schedule for the Project by the date

due, or

i i i . Failure to provide adequate shop drawings by the dates

indicated in the approved Schedule for the Project , or

iv. Failure to replace the superintendent in the time allotted, if

required, or

v. Performing the work unsuitably or neglecting or refusing to

remove materials or to perform anew such work as may be

rejected as unacceptable and unsuitable, after writ ten

directions from the Field Representative, o r

vi . Violating the terms of the Contract or performing work in

bad faith, or

vii . Discontinuing the prosecution of the work, or

vii i . Failure to resume work which has been discontinued within

a reasonable t ime after notice to do so, or

ix. Abandonment of the Contract , or

x. Becomes insolvent or is declared bankrupt, or commits any

act of bankruptcy or insolvency, or failure to maintain a

qualifier, or

CONTRACT 74 BID SETCONTRACT 74 BID SET74 BID SETCONTRACT 74

Page 208: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

xi. Allowing any final judgment to stand against him

unsatisfied for a period of 10 days, or

xii . Making an assignment for the benefi t of creditors, or

xii i . For any other cause whatsoever , fai ls to carry out the work

in an acceptable manner or to comply with any other

Contract requirement.

b. Before the Contract is terminated, the Contractor and i ts Surety

will be notified in writ ing by the Architect/Engineer or the Field

Representative of the conditions which make termination of the

Contract imminent. The Contract will be terminated by the Owner

ten (10) days after said notice has been given to the Contractor

and i ts Surety unless a satisfact ory effort acceptable to the Owner

has been made by the Contractor or i ts Surety to correct the

conditions. If the Contractor fails to satisfactori ly correct the

conditions giving rise to the termination, the Owner may declare

the Contract breached and send a writ ten Notice of Termination to

the Contractor and i ts Surety.

c. The Owner reserves the right, in l ieu of termination as set forth in

this art icle, to withhold any payments of money which may be due

or become due to the Contractor unti l the said defau lt(s) have

been remedied. In the event of Termination for Default , the Owner

also reserves the right , in cases where the damages calculated by

the Owner are expected to exceed the amount the Owner

anticipated recovering from the Surety, to withhold amounts for

work already performed.

d. In the event the Owner exercises i ts r ight to terminate the

Contract for default of the Contractor as set forth herein, the

Owner shall have the option of finishing the work, through any

means available to the Owner, or having the Surety complete the

Contract in accordance with i ts terms and conditions. In case that

the Owner decides to have the Surety take over the remaining

performance of the Work, the t ime or delay between Notice of

Default and start of work by the Surety is a non-excusable delay.

If the Surety fails to act promptly, but no longer than thirty (30)

calendar days after the Owner notifies the Surety of the Owner’s

decision to have the Surety complete the work, or after such

takeover fails to prosecute the Work in an expedit ious manner, the

Owner may exercise any of i ts other options including completing

the Work by whatever means and method i t deems advisable. No

claims for loss of ant icipated profits or for any other reason in

connection with the termination o f the Contract shall be

considered.

e. Payments for the various Bid Items l isted in the Bid Form will

consti tute full compensation for al l expenses incurred in

consequence of discontinuance of al l or any portion of the Work

except as provided in this section of the Contract Documents. In

no event will compensation be made for anticipatory profits or

CONTRACT 75 BID SETCONTRACT 75 BID SET75 BID SETCONTRACT 75

Page 209: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

consequential damages as a result of a discontinuance of al l or any

portion of the Work.

f . The Contractor shall immediately upon receipt communicate any

Notice of Termination for Default issued by the Owner to the

affected Subcontractors and suppliers at any t ier.

g. If , after Notice of Termination of the Contractor 's r ight to proceed

under the provisions of this art icle, it is determined for any reason

that the Contractor was not in default under the provisions of this

art icle, or that the Contractor was enti t led to an extension of t ime

under the Contract Documents, the rights and obligations of the

parties shall be the same as if the Notice of Termination had been

issued pursuant to the section of this art icle dealing with

Termination for Convenience.

3) Termination for National Emergencies

a. The Owner shall terminate the Contract or portion thereof by

writ ten notice when the Contractor is prevented from proceeding

with the construction Contract as a direct result of an Executive

Order of the President of the United States with respect to the

prosecution of war or in the interest of national defense.

b. When the Contract , or any portion thereof, is terminated before

completion of all i tems of work in the Contract , payment will be

made for the actual number of units or i tems of work completed at

the Contract price or as mutually agreed for i tems of work

partial ly completed or not started. No claims or loss of

anticipated profits or for any other reason in connection with the

termination of the Contract shall be considered.

4) Implementation of Termination

a. If the Owner cancels or terminates the Contract or any portion

thereof, the Contractor shall stop all work on the date and to the

extent specified in the Notice of Termination and shall :

i . Cancel al l orders and Subcontracts, to the extent that they

relate to the performance of the work terminated and which

may be terminated without costs;

i i . Cancel and sett le other orders and Subcontrac ts, except as

may be necessary for completion of such portion of the

Work not terminated, where the cost of settlement will be

less than costs which would be incurred were such orders

and subcontracts to be completed, subject to prior approval

of the Field Representative;

i i i . Settle outstanding l iabil i t ies and claims arising out of such

termination of orders and subcontracts, with the approval or

ratif ication of the Owner , to the extent i t may require,

which approval or ratif ication shall be final for the

purposes of this Article;

iv. Transfer ti t le and deliver to the Owner, in the manner , at

the t ime, and to the extent, if any, directed by i t , in

CONTRACT 76 BID SETCONTRACT 76 BID SET76 BID SETCONTRACT 76

Page 210: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

accordance with directions of the Field Representative, al l

fabricated or un-fabricated parts, al l materials, supplies ,

work in progress, completed work, facil i t ies, equipment,

machinery or tools acquired by the Contractor in

connection with the performance of the work and for which

the Contractor has been or is to be paid;

v. Assign to the Owner in the manner, at the t imes and to the

extent directed by i t , al l of the right, t i t le, and interest of

the Contractor under the orders and subcontracts so

terminated, in which case the Owner will have the right, at

i ts discretion, to sett le or pay any or all claims arising out

of the termination of such orders and subcontracts;

vi . Deliver to the Field Representative As -Built Documents,

complete as of the date of cancellation or termination,

plans, Shop Drawings, sketches, permits, cert if icates,

warranties, guarantees, specifications, th ree (3) complete

sets of maintenance manuals, pamphlets, charts, parts lists,

spare parts ( if any), operating instruc tions required for al l

installed or finished equipment or machinery, and all other

data accumulated by the Contractor for use in the

performance of the work.

vii . Perform all work as may be necessary to preserve the work

then in progress and to protect materials, plant and

equipment on the si te or in transit thereto. The Contractor

shall also take such action as may be necessary, or as the

Architect/Engineer may direct , for the protection and

preservation of the property related to this Contract which

is in the possession of the Contractor and in which the

Owner has or may acquire an interest .

vii i . Complete performance of each part of the work not

terminated by the Notice of Termination;

ix. Use his best efforts to sell , in the manner, at the t ime, to

the extent, and at the price or prices directed or authorized

by the Owner, property of the types referred to above;

provided, however, that the Contractor (a) shall not be

required to extend credit to any purchaser, and (b) may

acquire any such property under the condi tions prescribed

by and at a price or prices approved by the Owner;

provided, further, that the proceeds of any such transfer or

disposit ion will be applied in reduction of any payments to

be made by the Owner to the Contractor under this Contract

or will otherwise be credited to the price or cost of the

work covered by this Contract or paid in such other manner

as the Owner may direct;

x. Termination of the Contract or a portion thereof shall

neither relieve the Contractor of i ts responsibil i t ies for the

completed work nor shall i t rel ieve i ts Surety of i ts

CONTRACT 77 BID SETCONTRACT 77 BID SET77 BID SETCONTRACT 77

Page 211: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

obligation for and concerning any just claim arising out of

the work performed.

xi . In arriving at the amount due the Contractor under this

art icle, there will be deducted, (1) any claim which the

Owner may have against the Contractor in connection with

this Contract and (2) the agreed price for, or the proceeds

of sale of materials, supplies or o ther i tems acquired by the

Contractor or sold, pursuant to the provisions of this

art icle, and not otherwise recovered by or credited to the

Owner.

5) Suspension of Work

a. The Owner reserves the right to temporarily suspend execution of

the whole or any part of the Work without compensation to the

Contractor.

b. In case the Contractor is actually and necessari ly delayed by any

act or omission on the part of the Owner, as determined by the

Owner in writ ing, the t ime for completion of the Work shall be

extended by the amount of the t ime of such delay as determined

by the Owner, and an allowance may be made for actual direct

costs, if any, which may have been borne by the Contractor. Such

requests for addit ional t ime and/or compensation must be made in

accordance with the applicable sections of the Contract

Documents.

c. Only the actual delay necessari ly result ing from the causes

specified in this Article, shall be grounds for extension of t ime. In

case the Contractor is delayed at any t ime or for any period by

two or more of the causes specified in this Article, the Contractor

shall not be enti tled to a separate extension for each one of the

causes but only one period of extension will be granted for the

delay.

d. In case the Contractor is actually and necessari ly delayed in the

performance of the Work from one or more of the causes specified

in this Article, the extension of t ime to be granted to the

Contractor shall be only for such portion of the Work so delayed.

The Contractor shall not be enti t led by reason of such del ay to an

extension of t ime for the completion of the remainder of the

Work. If the Contractor shall be so delayed as to a portion of the

Work he shall nevertheless proceed continuously and dil igently

with the prosecution of the remainder of the Work. No de mand by

the Contractor that the Owner determine and cert ify any matter of

extension of t ime for the completion of the Work or any part

thereof will be of any effect whatsoever unless the demand be

made in writ ing at least 30 days before the completion date of the

Work or any part thereof for which Liquidated Damages are

established when meeting those dates is claimed to have been

delayed by a suspension under this Article. Owner 's determination

as to any matter of extension of t ime for completion of the Wor k

CONTRACT 78 BID SETCONTRACT 78 BID SET78 BID SETCONTRACT 78

Page 212: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

or any part thereof shall be binding and conclusive upon the

Contractor.

e. Permitt ing the Contractor to finish the Work or any part thereof

after the t ime fixed for completion or after the date to which the

t ime for completion may have been extended or th e making of

payments to the Contractor after any such periods shall not

operate as a waiver on the part of the Owner of any rights under

this contract .

f . The Contractor shall insert in each subcontract a provision that

the Subcontractor shall comply immedia tely with a writ ten order

of the Owner to the Contractor to suspend the Work, and that they

shall further insert the same provision in each subcontract of any

t ier.

END OF ARTICLE

CONTRACT 79 BID SETCONTRACT 79 BID SET79 BID SETCONTRACT 79

Page 213: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

12. MISCELLANEOUS PROVISIONS ( Ju n e 1 2 , 2 0 1 2 )

A. Third Party Beneficiary

No contractual relationship will be recognized under the Contract other

than the contractual relationship between the Owner and the Contractor.

There shall be no third party beneficiary to this Contract .

B. Venue

Any li t igation which may arise out of this Con tract shall be commenced

either in the Eleventh Judicial Circuit Court in and for Miami -Dade

County, Florida, or in the United States District Court , Southern District

of Florida.

C. Governing Laws

1) The Contractor shall , during the term of this Contract and in the

prosecution of the work, be governed by the statutes, regulatory

orders, ordinances and procedures of the United States of America,

the State of Florida and Miami - Dade County including but not

l imited to the Florida Building Code and the provisions o f the Code

of Miami-Dade County governing Community Small Business

Enterprises (CSBEs) as applicable.

2) Specifically, the Contractor and his Subcontractors shall comply with

Miami-Dade County Resolution Nos. R -1386-09 and R-138-10

governing the treatment of CSBE firms.

3) In addit ion the Contractor agrees to abide by all federal , state, and

County procedures, as may be amended from time to t ime, regarding

how documents to which the Contractor has access are handled,

copied, and distributed, part icularly docume nts that contain sensitive

security information.

D. Successors and Assigns

The Owner and the Contractor each bind themselves, their partners,

successors, assigns and legal representatives to the other party hereto and

to the partners, successors, assigns and legal representatives of such other

party in respect to all covenants, agreements and obligations contained in

the Contract Documents. The Contractor shall not assign the Contract or

sublet i t as a whole without the writ ten consent of the Owner, nor shall the

Contractor assign any moneys due or to become due the Contractor

hereunder, without the previous writ ten notice to the Owner. Consent will

not be given to any proposed assignment which would relieve the

Contractor or his Surety of their responsibil i t i es under the Contract .

E. Written Notice

1) Written notice to the Contractor shall be deemed to have been duly

served if delivered in person to the individual or member of the firm

or to any officer of the corporation for whom it was intended or if

delivered at or sent by registered or cert if ied mail to the last business

address known to those who give the notice.

CONTRACT 80 BID SETCONTRACT 80 BID SET80 BID SETCONTRACT 80

Page 214: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

2) Written notice to the Owner shall be deemed to have been duly served

if delivered in person, delivered at or sent by registered or cert if ied

mail to the individual identified in the Special Provisions.

CONTRACT 81 BID SETCONTRACT 81 BID SET81 BID SETCONTRACT 81

Page 215: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

F. Indemnification

1) In consideration of this Agreement, and to the maximum extent

permitted by Chapter 725, Florida Statutes, as may be amended, the

Contractor agrees to indemnify, protect , defend, and hold h armless the

Government, State, County, their elected officials, officers, employees,

consultants, and agents from claims, l iabil i t ies, damages, losses , and

costs including, but not l imited to reasonable attorney’s fees at both

the tr ial and appellate level s to the extent caused by the negligence,

recklessness, or intentionally wrongful conduct of the Contractor and

other persons employed or uti l ized by the Contractor in the

performance of the Work.

2) The indemnification obligation under this clause shall not be l imited in

any way by any l imitation on the amount or type of damages,

compensation, or benefits payable by or for the Contractor and/or any

Subcontractor under worker’s compensation acts, disabil i ty benefit

acts, or other employee benefit acts.

3) In the event that any claims are brought or actions are fi led against the

Owner with respect to the indemnity contained herein, the Contractor

agrees to defend against any such claims or actions regardless of

whether such claims or actions are rightfully or wrong fully brought or

f i led. The Contractor agrees that the Owner may select the attorneys to

appear and defend such claims or actions on behalf of the Owner. The

Contractor further agrees to pay at the Contractor 's expense the

attorneys’ fees and costs incu rred by those attorneys selected by the

Owner to appear and defend such claims or actions on behalf of the

Owner. The Owner, at i ts sole option, shall have the sole authority for

the direction of the defense, and shall be the sole judge of the

acceptabil i ty of any compromise or sett lement of any claims or actions

against the Owner.

4) To the extent this indemnification clause or any other indemnification

clause in this Agreement does not comply with Chapter 725, Florida

Statutes, as may be amended, this provis ion and all aspects of the

Contract Documents shall hereby be interpreted as the parties’

intention for the indemnification clauses and Contract Documents to

comply with Chapter 725, Florida Statutes, as may be amended.

5) This Section shall survive expirat ion or termination of this Agreement.

G. Audit Rights

1) Access to Records

a. The Contractor shall , during the term of this Contract and for a

period of five years thereafter, al low the Owner and i ts duly

authorized representa tives to inspect al l payroll records, invoices for

materials, books of account, job cost ledgers, Project correspondence

and Project -related fi les and all relevant records pertinent to the

Contract .

b. The Owner retains the right to audit accounts and access all f iles,

correspondence and documents in reference to all work performed

under this Contract . The Owner shall be provided full access upon

request to all documents, including those in possession of

CONTRACT 82 BID SETCONTRACT 82 BID SET82 BID SETCONTRACT 82

Page 216: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Subcontractors or suppliers during the work and for a period of f ive

years after the completion of the Work. In case of any l i t igat ion

regarding this Project , such rights shall extend unti l f inal sett lement

of such l i t igation. Failure to allow the Owner access shall be deemed

a waiver of Contractor 's claims.

c. The Contractor shall maintain a banking account within Miami -Dade

County for al l payments to laborers, Subcontractors and vendors

furnishing labor and materials under this Contract . All records shall

be maintained in Miami -Dade County for the term of this Contract .

2) Inspector General

a. According to Section 2 -1076 of the Code of Miami -Dade County,

Miami-Dade County has established the Office of the Inspector

General ( IG) which may, on a random basis, perform audits,

inspections, and reviews of all , on any County/Trust contracts,

throughout the duration of said contracts. This random audit is

separate and dist inct from any other audit by the County. To pay for

the functions of the Office of the Inspector General , any and all

payments to be made to the Contractor under this contract will be

assessed one quarter (1/4) of one (1) percent of the total amount of

the payment, to be deducted from each progress payment as the same

becomes due unless this Contract is federally or state funded where

federal or state law or regulations preclude such a charge or where

such a charge is otherwise precluded by Special Condition. The

Contractor shall , in stating i ts agreed prices, be mindful of this

assessment which will not be separately identified, calculated or

adjusted in the proposal or Bid Form.

b. The Miami-Dade Office of the Inspector General is authorized to

investigate County affairs and empowered to review past , present and

proposed County and Public Health Trust programs, accounts,

records, contracts and transactions. In addit ion, the Inspector

General has the power to subpoena witnesses, administer oaths,

require the production of witnesses and monitor exist ing Projects and

programs. Monitoring of an exist ing Project or program may include

a report concerning whether the Project is on t ime, within budget and

in conformance with the Contract Documents and applicable law.

The Inspector General shall have the power to audit , investigate,

monitor, oversee, inspect and review operations, activit ies,

performance and procurement process including but not l imited to

Project design, bid specifications, (bid/proposal) submittals,

activit ies of the (Contractor/ Vendor/ Consultant) , i ts officers, agents

and employees, lobbyists, County and Public Health Trust staff and

elected officials to ensure compliance wi th the Contract Documents

and to detect fraud and corruption.

c. Upon ten (10) days writ ten notice to the Contractor, the Contractor

shall make all requested records and documents available to the

Inspector General for inspection and copying. The Inspector General

is empowered to retain the services of independent private sector

inspectors general to audit , investigate, monitor, oversee, inspect and

review operations, activit ies, performance and procurement process

including but not l imited to Project design, bid specifications,

CONTRACT 83 BID SETCONTRACT 83 BID SET83 BID SETCONTRACT 83

Page 217: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

(bid/proposal) submittals, activit ies of the (Contractor/ Vendor/

Consultant) , i ts officers, agents and employees, lobbyists, County

staff and elected officials to ensure compliance with the Contract

Documents and to detect fraud and corruption.

d. The Inspector General shall have the right to inspect and copy all

documents and records in the (Contractor/Vendor/Consultant 's)

possession, custody or control which in the Inspector General 's sole

judgment, pertain to performance of the contrac t , including, but not

l imited to original estimate fi les, change order estimate f i les,

worksheets, proposals and agreements from and with successful

subcontractors and suppliers, al l Project -related correspondence,

memoranda, instructions, f inancial docume nts, construction

documents, (bid/proposal) and contract documents, back -change

documents, al l documents and records which involve cash, trade or

volume discounts, insurance proceeds, rebates, or dividends received,

payroll and personnel records and suppor ting documentation for the

aforesaid documents and records.

e. The Contractor shall make available at i ts office at al l reasonable

t imes the records, materials, and other evidence regarding the

acquisit ion (bid preparation) and performance of this contract , f or

examination, audit , or reproduction, unti l three (3) years after f inal

payment under this contract or for any longer period required by

statute or by other clauses of this contract . In addit ion:

i . If this contract is completely or par t ial ly terminated, t he

Contractor shall make available records relating to the work

terminated unti l three (3) years after any result ing final

termination sett lement ; and

i i . The Contractor shall make available records relating to appeals or

to l i t igation or the sett lement of cla ims arising under or relating

to this contract until such appeals, l i t igation, or claims are finally

resolved.

f . The provisions in this section shall apply to the

(Contractor/Vendor/Consultant) , i ts officers, agents, employees,

subcontractors and suppliers. The (Contractor/Vendor/Consultant)

shall incorporate the provisions in this section in all subcontracts and

all other agreements executed by the (Contractor/Vendor/Consultant)

in connection with the performance of this contract .

g. Nothing in this section shall impair any independent right to the

Owner to conduct audits or investigative activit ies. The provis ions

of this section are neither intended nor shall they be construed to

impose any l iabil i ty on the Owner by the

(Contractor/Vendor/Consultant) or thir d par ties.

H. Severabil i ty

1) In the event any art icle, section, sub -art icle, paragraph, sentence, clause

or phrase contained in the Contract Documents shall be determined,

declared or adjudged invalid, i l legal, unconsti tutional or otherwise

unenforceable, such determination, declaration or adjudication shall in

no manner affect the other art icles, sections, sub -art icles, paragraphs,

CONTRACT 84 BID SETCONTRACT 84 BID SET84 BID SETCONTRACT 84

Page 218: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

sentences, clauses or phrases of the Contract Documents, which shall

remain in full force and effect as if the art icle, section, su b-art icle,

paragraph, sentence, c lause or phrase declared, determined or adjudged

invalid, i l legal, unconsti tutional or otherwise unenforceable was not

originally contained in the Contract Documents.

I. Payment and Performance Bond

1) A single instrument Payment and Performance Bond, satisfactory to the

Owner, for twice the penal sum (no less than 100% of the total maximum

contract amount for payment -related issues and 100% of the total

maximum contract amount for performance -related issues), shall be

required of the Contractor.

a. The bond shall be writ ten through surety insurers authorized to do

business in the State of Florida as Surety, with the following

qualifications as to management and financial strength according to

the latest edit ion of Best 's Insurance Guide, published by A.M. Best

Company, Oldwick, New Jersey:

Bond (Total Contract) Amount Best's Rating

$500,001 to $1,500,000 ...................................... B V

$1,500,001 to $2,500,000 ..................................... A VI

$2,500,001 to $5,000,000 ................................... A VII

$5,000,000 to $10,000,000 .................................. A VIII

Over $10,000,000 ........................................................... A IX

2) On Contract amounts of $500,000 or less, the Bond provisions of Section

287.0935, Florida Statutes shall be in effect and surety companies not

otherwise qualifying with this paragraph may optionally qualify by:

a. Providing evidence that the surety has twice the minimum surplus and

capital required by the Florida Insurance Code at the t ime the

Invitation to Bid is issued.

b. Certifying that the surety is otherwise in com pliance with the Florida

Insurance Code, and

c. Providing a copy of the currently valid Certif icate of Authority

issued by the United States Department of Treasury under 31 U.S.C.

9304-9308.

Surety insurers shall be l isted in the latest Circular 570 of the U.S.

Department of the Treasury enti t led "Surety Companies Accept able on

Federal Bonds", published annually. The Bond amount shall not exceed

the underwrit ing l imitations as shown in this circular.

3) For Contracts in excess of $500,000 the provisions of the Contract

Documents will be adhered to, plus the surety insurer must have been

l isted on the U.S. Treasury l ist for at least three consecutive years, or

currently hold a valid Certif icate of Authority of at least 1.5 mill ion

dollars and l isted on the Treasury l ist .

CONTRACT 85 BID SETCONTRACT 85 BID SET85 BID SETCONTRACT 85

Page 219: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

4) Payment and Performance Bonds guaranteed through U.S. Government

Small Business Administration or Contractors Training and Development

Inc. will also be acceptable.

5) The attorney-in-fact or other officer who signs a Payment and

Performance Bond for a surety company must f i le with such Bond a

cert if ied copy of his/her power of at t orney authorizing him/her to do so.

6) The cost of the Bonds shall be included in the Bid.

7) The required Bond shall be writ ten by or through and shall be

countersigned by, a l icensed Florida agent of the surety insurer, pursuant

to Section 624.425 of the Florida Statutes.

8) The Bond shall be delivered to the Contracting Officer in accordance

with the instructions within the Notice of Award.

9) In the event the Surety on the Payment and Performance Bond given by

the Contractor becomes insolvent, or is placed in the hands of a receiver,

or has i ts r ight to do business in i ts State of domicile or the State of

Florida suspended or revoked as provided by law, the Owner shall

withhold all payments under the provisions of these Contract Documents

unti l the Contractor has given a good and sufficient Bond in l ieu of Bond

executed by such Surety.

10) Cancellation of any bond, or non -payment by the Contractor of any

premium for any Bond required by this Contract shall consti tute a breach

of this Contract . In addit ion to any other legal remedies, the Owner at

i ts sole option may terminate this Contract or pay such premiums, and

deduct the costs thereof from any amounts that are or may be due to the

Contractor.

J . Insurance

The Contractor shall maintain the insurance set forth in the S pecial

Provisions throughout the performance of this Contract unti l the Work has

been completed by the Contractor and accepted by the Owner.

K. Conflict of Interest

1) The Contractor or his employees shall not enter into any Contract

involving services or proper ty with a person or business prohibited

from transacting such business with Miami -Dade County pursuant to

Section 2-11.1 of the Code of Miami -Dade County, Florida, known as

the Miami-Dade County Conflict of Interest and Code of Ethics

Ordinance.

2) In the event the Contractor, or any of i ts officers, partners, principals

or employees are convicted of a crime arising out of, or in connection

with, the work to be done or payment to be made under this Contract ,

this Contract , in whole or any part thereof may, at the discretion of the

Owner, be terminated without prejudice to any other rights and

remedies of the Owner under the law.

3) In accordance with the Code of Miami -Dade County, no officer or

employee of Miami -Dade County during his tenure or for two years

CONTRACT 86 BID SETCONTRACT 86 BID SET86 BID SETCONTRACT 86

Page 220: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

thereafter shall have any interest , direct or indirect , in this Contract or

the proceeds thereof.

L. Rights in Shop Drawings

1) Shop Drawings submitted to the Architect/Engineer by the Contractor,

pursuant to the Work, may be duplicated by the Owner and the Owner

may use and disclose, in any manner and for any purpose Shop

Drawings delivered under this Contract .

2) This paragraph shall be included in all subcontracts hereunder at al l

t iers.

M. Patent and Copyright

1) If the Contractor is required or desires to use any design, device,

material , or process covered by letters of patent or copyright , he shall

provide for such use by suitable legal agreement with the patentee or

owner. The Contractor and the surety shall indemnify and save harmless

the Owner, the Field Representati ve, and the Architect/Engineer from

any and all claims for infringement by reason of the use of any such

patented design, device, material or process, or any trademark or

copyright, and shall indemnify the Owner for any costs, expenses, and

damages which i t may be obliged to pay by reason of an infringement, at

any t ime during the prosecution or after the completion of the work.

2) The Contractor shall warrant that the materials, equipment or devices

used on or incorporated in the Work shal l be delivered free of any

rightful claim of any third party for infringement of any United States

patent or copyright . The Contractor shall defend, or may sett le, at his

expense, any suit or proceeding against the Owner or the

Architect/Engineer so far as based on a claimed patent or copyright

infringement which would result in a breach of this warranty, and the

Contractor shall pay all damages and costs awarded therein against the

Owner or the Architect/Engineer due to such breach. The Contractor

shall report to the Architec t/Engineer, promptly and in reasonable

writ ten detail , each notice or claim of patent or copyright infringement

based on the performance of this Contract of which the Contractor has

knowledge. In the event of any claim or suit against the Owner on

account of any alleged patent or copyright infringement arising out of

the performance of this Contract or out of the use of any supplies

furnished or work or services performed hereunder, the Contractor shall

furnish to the Owner when requested, al l evidence and information in

possession of the Contractor pertaining to such suit or claim. Such

evidence and information shall be furnished at the expense of the

Contractor.

3) The Contractor shall bear all costs arising from the use of patented

materials, equipment, devices or processes used on or incorporated in the

Work. In such case materials, equipment, devices or processes are held

to consti tute an infringement and their use enjoined, the Contractor, at

his expense shall :

CONTRACT 87 BID SETCONTRACT 87 BID SET87 BID SETCONTRACT 87

Page 221: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

a. Secure for the Owner the right to continue us ing said materials,

equipment, devices or processes by suspension of the injunction or by

procuring a l icense or l icenses; or

b. Replace such materials, equipment, devices or processes with non -

infringing materials, equipment, devices or processes; or

c. Modify them so that they become non -infringing or remove the

enjoined materials, equipment, devices or processes and refund the

sum paid therefore without prejudice to any other rights of the

Owner.

4) The preceding paragraph shall not apply to any materials,

equipment or devices, specified by the Owner or the

Architect/Engineer or manufactured to the design of the Owner or

the Architect/Engineer or in accordance with the details contained

in the Contract Documents; and as to any such materials,

equipment or devices the Contractor assumes no l iabil i ty

whatsoever for patent or copyright infringement and the Owner

will hold the Contractor harmless against any infringement claims

arising therefrom.

5) Patent r ights to patentable invention, i tem or ideas of every kind

or nature arising out of the Work, as well as information, designs,

specifications, know-how, data and findings shall be made

available to the Government for public use, unless the Owner

shall , in specific cases where i t is legally permissible, determine

that i t is in the public interest that i t not be so made available.

6) The sense of this art icle shall be included in all subcontracts. The

foregoing states the entire l iabil i ty of the Contractor for patent or

copy infringement by use of said materials, equipment or devices.

N. Historical , Scientific and Archaeological Discoveries

All art icles of historical , scientific or archaeological interest uncovered by

the Contractor during progress of the Work shall be preserved and reported

immediately to the Architect/Engineer. Further operations of the

Contractor with respect to the find, including disposit ion of the art icles,

will be decided by the Owner.

O. Use of Owner’s Name in Contractor Advertising or Public Relations

The Owner reserves the right to review and approve Own er-related copy

prior to publication. The Contractor shall not al low Owner -related copy to

be published in Contractor 's advertisement or public relations programs

unti l submitt ing the Owner -related copy and receiving prior approval from

the Owner. The Cont ractor shall agree that published information on the

Owner or the Owner’s program shall be factual and in no way imply that

the Owner endorses the Contractor 's f irm, service or product. The

Contractor shall insert the substance of this provision, including this

sentence, in each subcontract and supply Contract or purchase order.

END OF ARTICLE

CONTRACT 88 BID SETCONTRACT 88 BID SET88 BID SETCONTRACT 88

Page 222: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

13. ATTACHMENTS ( Ju n e 1 2 , 2 0 1 2 )

END OF ARTICLE

CONTRACT 89 BID SETCONTRACT 89 BID SET89 BID SETCONTRACT 89

Page 223: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE

INTENTIONALLY

LEFT BLANK

Page 224: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Miami-Dade County

Contractor Due Diligence Affidavit

Per Miami-Dade County Board of County Commissioners (Board) Resolution No. R—63-14, County Vendors and Contractors shall disclose the followingas a condition of award for any contract that exceeds one million dollars ($1 ,000,000) or that otherwise must be presented to the Board for approval:

(1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners,principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition;

(2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description ofthe circumstances; '

(3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formalnotice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whetherrelated to Miami-Dade County or not.

All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE SelectionCoordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO.

Federal EmployerContract No. : Identification Number (FEIN):

Contract Title:

Printed Name of Affiant Printed Title of Affiant Signature of Affiant

Name of Firm Date

Address of Firm State Zip Code

=. ; Notary Public Information

Notary Public — State of County of

Subscribed and sworn to (or affirmed) before me this day of, 20

by He or she is personally known to me Cl or has produced identification

Type of identification produced

Signature of Notary Public Serial Number

Print or Stamp of Notary Public Expiration Date Notary Public Seal

2/2014 Rev 10-10-16

Page 225: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

THIS PAGE INTENTIONALLY LEFT BLANK

Page 226: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 1 of 4

SUPPLEMENTAL GENERAL TERMS AND CONDITIONS

The following language shall be added to each identified Article in the General Terms and Conditions and shall be considered part of the Contract Documents and given the full weight and consideration of the General Terms and Conditions.

ARTICLE 1. DEFINITIONS

Force Majeure: Force Majeure as used herein shall mean Acts of God, strikes, lockouts, any late delivery of the Owner's supplied material and equipment due to transportation delays beyond Department's control, or other industrial disturbances; acts of public enemy, blockades, wars, insurrections, or riots; epidemics, landslides, earthquakes, fire, storms, floods, or washouts; arrests, title disputes, or other litigation; governmental restraints, either Federal or County, civil or military; civil disturbances; explosions; inability to obtain necessary materials or equipment, supplies, labor, or permits whether due to existing or future rules, regulations, orders, laws, or proclamations, either Federal, State or County, civil or military, or otherwise; and other causes beyond the control of the Department or County, whether or not specifically enumerated herein.

ARTICLE 3. ARCHITECT/ENGINEER/FIELD REPRESENTATIVE

J. Inspectors, employed by the Department, will be authorized to inspect all work and materials which are to become a part of the completed Project. Inspectors will have no authority to revoke, alter or waive any requirements of the Specifications or to make any changes in the Plans. Each Inspector will be authorized to call the attention of the Contractor to any failure of the work to conform to the Plans or the Specifications, and will have authority to suspend the work affected until any question at issue can be referred to and decided by the Engineer. The Inspector will have no authority to delay the Contractor by failure to inspect the work and materials with reasonable promptness.

ARTICLE 7. PROSECUTION OF THE WORK

A. Workmanship and Unauthorized Work

10) Ordinance 00-66 (County Code Section 2-103.1) relating to restoration after construction of utilities or works in the public right of way; and Ordinance 00-97 (County Code Section 21-221 through 228) relating to protection of underground utilities and requiring various Contractor activities; Resolution R-744-00, relating to retention in service of critical personnel. The County has adopted via Resolutions R749-00 and R161-01 a "Business Road Impact Assistance Loan Program". The Contractor shall make every effort to minimize construction impact to business in the area of the Project and as appropriate, the Department will recover any costs caused the County by Contract delays or other business impacting activities attributable to the Contractor. To this end the Contractor shall conduct its construction activities in a manner that will minimize these detrimental effects.

Revised 10/10/16

Page 227: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 2 of 4

11) The Contractor shall at all times ensure that the work site is maintained in a clean and orderly fashion. As soon as the work in any one locality is completed, the accumulated rubbish or surplus materials thereat shall be promptly removed. The Contractor shall also restore all public and private property in a manner acceptable to the Engineer, to a condition equal to or better than pre-construction conditions. This shall apply to public and private property which has been displaced or damaged during the prosecution of the work, and the Contractor shall leave the site and vicinity unobstructed and in a neat and presentable condition. In the event of delay exceeding two days after written notice is given to the Contractor by the Engineer to remove such rubbish or materials, or to restore displaced or damaged property, the Engineer may employ such labor and equipment as he may deem necessary for the purpose, and the cost of such work, together with the cost of supervision, shall be charged to the Contractor and shall be deducted from any money due the Contractor on the monthly or final estimate. No Contract shall be considered as having been completed until all rubbish and surplus materials have been removed and disposed of properly.

12) The Engineer of Record shall furnish the Contractor with horizontal and vertical controls which shall be utilized as specified elsewhere herein to layout the work. The Florida Registered Land Surveyor hired by the Contractor shall verify all controls provided by the Engineer of Record and it shall be the responsibility of the Contractor to preserve same.

a) The Contractor shall retain the services of a Florida Registered Land Surveyor who, shall furnish and set stakes, establishing line and grade and shall solely be responsible for the layout of the work as well as the recording of all as-built dimensions and elevations. The Contractor shall furnish all additional stakes, templates, and other materials for marking and maintaining survey points and lines given, and shall be responsible for their preservation. Should any of the horizontal and vertical control points set by the Engineer of Record be destroyed or disturbed, they shall be reset by the Contractor's Florida Registered Land Surveyor, at the Contractor's expense. All control points previously set by the Engineer of Record shall be verified by the Contractor's surveyor.

b) For pipeline Projects the Engineer of Record shall furnish the Contractor with

horizontal and vertical control every 1,320 feet which shall be utilized as specified elsewhere herein to layout the work. If a pipeline Project is less than 1,320 feet, the Engineer of Record will provide the Contractor with two horizontal and vertical control points. At on-plant-site Projects, the Engineer of Record shall furnish the Contractor with three horizontal and vertical controls.

c) No direct payment shall be made for the cost to the Contractor of any of the

work occasioned by delay in giving lines and grades, or making other necessary measurements, or by inspection.

13) Chapter 446 of the Florida Statutes, as amended, which is hereby by reference incorporated herein, provided labor standards for ratios of apprentices or trainees to journeymen on State, County or municipal contracts. It shall be the responsibility of the Contractor, prior to the opening of bids, to inform themselves

Revised10/10/16

Page 228: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 3 of 4

of the provisions of Chapter 446, Florida Statutes, as amended, which are, or may become, applicable to the Contract, and he shall abide by these provisions at no cost to the County. The Contractor is advised to direct all inquiries concerning Chapter 446, Florida Statutes, as amended to the Florida State Apprenticeship Advisory Council.

E. Permits and Compliance with Laws

8) The use of explosives will not be permitted under this Contract.

F, Coordination and Access

4) Lands to be furnished by the County for construction operations, roads, or for other purposes, will be specifically shown on the drawings or provided for in the Specifications. Should the Contractor find it necessary to use any additional land for the construction operations or for other purposes during the construction of the work, they shall provide for the use of such lands at their own expense.

5) Rights-of-way for work to be done under the Contract will be provided by the County. Nothing herein contained, however, and nothing marked on the drawings, shall be interpreted as giving the Contractor exclusive occupancy of the territory provided. When two or more contracts are being executed at one time on the same or adjacent land in such a manner that work on one contract may interfere with that on another, the Engineer will decide which Contractor shall cease work, and which shall continue, or whether the work of both contracts shall progress at the same time, and in what manner. When the territory of one contract is a necessary or convenient means of access for the execution of another contract, the Engineer may grant to the Contractor so desiring such privilege of access to the territory as the Engineer shall deem to be appropriate, and no such decision shall be made the basis of any claim for delay or damage, except as provided in Section 11 herein.

J. Damage to Work and Responsibility for Materials

6) If it is specifically stated in the Specifications that the Department will furnish materials or equipment to the Contractor for incorporation into the work for which this Contract pertains, the County shall not be liable for any expenses, losses, damages, claims or demands including but not limited to, all direct costs of Contractor such as labor, material, job overhead, and profit markup but also includes any costs for modifications or changes in sequence of work to be performed, delays, rescheduling, disruptions, extended direct overhead or general overhead, acceleration, material or other escalation which includes wages, and other impact cost, or inflationary factors, arising out of any late delivery of such materials or equipment caused by any force Majeure. Compliance with delivery schedules by the Department shall be excused when delays are caused by force Majeure, and, if the delay causes the Contractor to exceed the Contract time stipulated for the final completion of the Project, a non-compensable time extension in the Contract time. An extension in this Contract time will be allowed equal to the length of the delay.

Revised 10/10/16

Page 229: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 4 of 4

L. Accident Prevention

5) When the Contract involves work on a plant, pump station or other process site the Contractor shall comply with the Department's Process Safety Management Plan and instruct their personnel as required by that plan.

ARTICLE 8. CONTRACT TIME

F. Liquidated Damages and Liquidated Indirect Costs

6) Consequential Damages: This mutual waiver is applicable, without limitation, to all consequential damages due to either party’s termination. Nothing contained in this Section shall be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents. Notwithstanding anything whatsoever contained in this Agreement to the contrary, the Parties expressly agree that no Party to this Agreement shall be liable to any other Party or Parties to this Agreement for any special, consequential or exemplary damages of any kind whatsoever, whether arising in contract, warranty, tort (including but not limited to negligence), strict liability, or otherwise, including without limitation losses of use, profits, business reputation and financing.

ARTICLE 9. PROGRESS PAYMENTS

A. Payments

5) b. The Contractor’s attention is directed to County Ordinance 94-40 and County Code Section 2-8.1.4 , County Code Section 2-8.1.1.1.1 and County Code Section 2-8.1.1.1.2 , providing for prompt payments to small businesses by County agencies and the Public Health Trust; creating dispute resolution procedures for payment of County and Public Health Trust obligations; and requiring the prime Contractor to issue prompt payments, and have the same dispute resolution procedures as the County, for all small business subcontractors. Failure of the Contractor to issue prompt payment to small businesses, or to adhere to its dispute resolution procedures, may be cause for suspension, termination, and debarment, in accordance with the terms of the County contract or Public Health Trust contract and debarment procedures of the County.

14) In accordance with Miami-Dade County Implementing Order 3-9, Accounts Receivable Adjustments, if money is owed by the Contractor to the County, whether under this Contract or for any other purpose, the County reserves the right to retain such amount from payment due by County to the Contractor under this Contract. Such retained amount shall be applied to the amount owed by the Contractor to the County. The Contractor shall have no further claim to such retained amounts which shall be deemed full accord and satisfaction of the amount due by the County to the Contractor for the applicable payment due herein.

Revised 10/10/16

Page 230: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

MIAMI-DADE COUNTY, FLORIDA

RESPONSIBLE WAGES AND BENEFITSSECTION 2-11.16 OF THE CODE OF MIAMI-DADE COUNTY

SUPPLEMENTAL GENERAL CONDITIONS

WAGES AND BENEFITS SCHEDULE

Construction Type: HEAVY

Heavy Construction projects are those projects that are not properly classified aseither "Building", or "Highway".

NOTICE TO EMPLOYEES

FAIR WAGE AFFIDAVIT

PAYROLL FORM(For Contractors, Optional Use)

2018

Page 231: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

INDEXRESPONSIBLE WAGES AND BENEFITS

CONSTRUCTION TYPE: HEAVY

A. SUPPLEMENTAL GENERAL CONDITIONS

MINIMUM WAGES AND POSTING OF INFORMATION ................................................ 1-3

LIABILITY FOR UNPAID WAGES; PENALTIES; WITHHOLDING....................................... 3

PAYROLLS; BASIC RECORDS; REPORTING .......................................................... 3-4

SUBCONTRACTS ................................................................................................... 4

COMPLAINTS AND HEARINGS; CONTRACT TERMINATION AND DEBARMENT .............. 4-6

APPRENTICES AND TRAINEES ............................................................................. 6-7

B. WAGES AND BENEFITS SCHEDULES

BRICKLAYERS ....................................................................................................... 1

CARPENTERS .................................................................................................... 2-4

ELECTRICAL WORKERS ..................................................................................... 5-6

ELECTRICAL WORKERS (ELECTRIC SIGNS) ............................................................. 7

IRONWORKERS .................................................................................................... 8

LABORERS ..................................................................................................... 9-10

MILLWRIGHTS, MACHINERY ERECTORS AND DIVERS ............................................. 11

OPERATING ENGINEERS ................................................................................ 12-13

PAINTERS/WALL COVERINGS INSTALLATION ....................................................14-15

PILEDRIVERS, BRIDGE CARPENTERS AND DIVERS ............................................ 16-17

PIPEFITTERS (AIR CONDITIONING, REFRIGERATION AND HEATING) ..................... 18-20

ROOFERS ………………………………………………………………………….21-22

SHEET METAL WORKERS ................................................................................... 23

WELDERS ........................................................................................................ 24

C. NOTICE TO EMPLOYEES

D. FAIR WAGE AFFIDAVIT

Page 232: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

INDEXRESPONSIBLE WAGES AND BENEFITS

CONSTRUCTION TYPE: HEAVY

E. PAYROLL FORM

Page 233: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

- 1 -

SUPPLEMENTAL GENERAL CONDITIONS TO BIDDERS

Bidders are advised that the provisions of §2-11.16 et seq., Code of Miami-DadeCounty, Responsible Wages on County Construction Contracts, will apply to anycontract awarded pursuant to this bid. By submitting a bid under these provisions, abidder agrees to comply with these provisions of the Code and to acknowledgeawareness of the penalties for non-compliance. A copy of the Code may be obtainedfrom the department issuing the specifications for this bid or online athttp://www.municode.com/resources/gateway.asp?pid=10620&sid=9.

This Supplemental General Condition is organized with the following sections:

1. Minimum Wages and Posting of Information 2. Liability for Unpaid Wages, Liquidated Damages and Withholding 3. Payrolls Records, Reporting and Inspection of Records 4. Subcontracts 5. Complaints, Hearings and Contracts Termination and Debarment 6. Apprentices and Trainees

1. MINIMUM WAGES AND POSTING OF INFORMATION

A. Minimum Wages

All employees working on the project must be paid the hourly rate and benefits listed inthe Wages and Benefits Schedule. Payment to workers shall be made in the form ofcheck, money order or direct deposit. Cash payments are not allowed. The rates paidshall be not less than those contained in the Wage and Benefits Schedule regardlessof any contractual relationship that may exist between the contractor and the workershired to perform under the contract. For any classification of workers, the hourly ratepaid must equal the sum of the base rate and the fringe benefit rates listed for thatclassification in the Wage and Benefits Schedule. Paying below the base rate is notacceptable, even if the value of the fringe benefits exceed the value of the requiredcontribution. Paying the base wage rate or above and making payments to legitimatefringe benefits providers on behalf of workers is acceptable.

Wages and benefits listed in the Wages and Benefits Schedule, previously revisedevery calendar quarter, will be reviewed and increased, if appropriate, once a year, onJanuary 1st. The rates for wages and benefits to be paid for work performed under thiscontract and during each subsequent calendar year will be the rate in effect onJanuary 1st of the year in which the work is performed.

B. Fringe Benefits

The contractor, or any subcontractor under the contractor, may pay the base rate to

Page 234: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

- 2 -

the employee plus pay contributions to employee benefit plans; or, pay the base rateplus the benefit rate in the Wages and Benefits Schedule in the form of check, moneyorder or direct deposit, but not cash. If the value of the fringe benefits is less than thehourly amount required in the wage schedule the difference must be paid to theemployee. Payments made to health insurance companies for hospitalization andmedical costs, to dental insurance companies for dental costs, retirement plans, andlife insurance companies for life insurance are fringe benefits.

C. More than One Classification

Workers must be paid the appropriate base rate and fringe benefits on the Wages andBenefits Schedule for the classification of work actually being performed withoutregard to skill. Workers performing work in more than one classification may be paidat the rate listed for each classification for the time they worked; however, theemployer's payrolls must accurately show the time spent in each classification in whichwork is performed. This does not apply to workers performing tasks that are incidentalto the trade they are working in, such as handling materials they will be installing orcleaning up the worksite after they complete their work.

D. Davis-Bacon

For any class of worker that is NOT listed in the Wages and Benefits Schedule, theminimum wage rate is the "basic hourly rate of pay" (as defined in 29 C.F.R. § 5.24)and of the fringe benefits payments for hospitalization, medical, pension and lifeinsurance for such class under the United States Secretary of Labor's applicableDavis-Bacon Wage Schedule in effect for Miami-Dade County. If you do not find awage classification in the Wages and Benefits Schedule that describes the workactually being done, you must contact the Small Business Development before using aDavis-Bacon wage rate to pay workers. Questions concerning the comparability ofworker classifications or the applicability of Davis-Bacon classifications will bedetermined by the County.

E. Complaints by Workers

Any complaints of underpayment by the workers should be filed with:

Internal Services Department Miami-Dade Aviation DepartmentSmall Business Development Division Minority Affairs Division111 NW 1ST Street, 19TH Floor Miami, FL 33128 or P O Box 025504, Miami, FL 33102-5504Telephone: (305) 375-3111 FAX: (305) 375-3160 Telephone: (305) 876-7764Email: [email protected] Email: [email protected]

Neither the contractor, nor any subcontractor on the project, may terminate anemployee performing work on the contract because of such employee's filing acomplaint regarding underpayment of required wage rates.

F. Posting of Wages

Page 235: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

- 3 -

The contractor and all subcontractors must permanently post the Wages and BenefitsSchedule, together with a notice of the fines that may be assessed to the contractor orsubcontractor, for failure to pay the required wage rates, at the site where the contractwork is being performed in a prominent and accessible place where it can be easilyseen by the workers. Failure to post the Wage and Benefits Schedule will be the basisof a violation.

2. LIABILITY FOR UNPAID WAGES; PENALTIES; WITHHOLDING

A. Compliance by Bidders.

In the event of underpayment of the required wage rates, the contractor shall be liableto the underpaid employee for the amount of such underpayment. In addition, thecontractor shall pay a penalty in accordance with the requirements of the Code andsection 2B of below. Bidders must pay all back wages and penalties on previouscontracts before being awarded a new contract.

B. Penalties

In addition to any under payment due to employees, contractors may be fined apenalty in an amount equal to 20% of the first underpayment; 40% of the amount ofthe second underpayment; for the third and successive underpayments, a penalty inan amount equal to 60% of the underpayment. A fourth violation will constitute adefault of the contract and may be cause for a suspension or termination. If therequired payments are not made within the specified period of time, the non-complyingcontractor and principal owners thereof shall be prohibited from bidding on orparticipating in County contracts for a period of three (3) years.

C. Withholding Contractor Payments

The County may stop payment of monies to the contractor necessary to pay anywages that are required and any penalties owed by the contractor or subcontractor.The withheld monies shall be given to the employee only in accordance with theprovisions of Section 5, "Complaints and Hearings; Contract Termination andDebarment".

3. PAYROLL; BASIC RECORDS; REPORTING

A. Payroll Records

The contractor, and all subcontractors, must keep accurate written records, signedunder oath as true and correct, showing payment of the required wages. Theserecords must include the name, social security number of each worker, his or heraddress, correct classification, per hour rates of wages paid (including rates ofcontributions or costs anticipated for legitimate fringe benefits), and daily and weeklynumber of hours worked on this project. In addition, the contractor must submit a list of

Page 236: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

- 4 -

all subcontractors and the payrolls of each subcontractor that include the name, socialsecurity number, address and phone number, per hour rate for wages paid (includingcosts of legitimate fringe benefits), and the daily and weekly number of hours workedon this project. Contractors employing apprentices or trainees under approvedprograms shall keep records of the registration or apprenticeship programs, thecertification of trainee programs, the registration of the apprentices and trainees, andwage rates as required by the applicable programs, in accordance with the provisionsof Section 6 “Apprentices and Trainees”.

B. Form

The contractor shall submit all payrolls with each request for payment. Informationsubmitted on U.S. Department of Labor form WH-347 or on a form acceptable to theCounty as its equivalent, and which is signed under oath, will satisfy theserequirements.

C. Inspection of Records

The contractor or subcontractor must make these records available for inspection andcopying by an authorized representative of the County, and shall allow suchrepresentatives to interview employees during working hours on the job. If thecontractor or subcontractor fails to submit the reports or make the records on whichthey are based available, the County may, after written notice to the contractor, causethe stoppage of payments. Also, failure to submit the reports upon request or makethe records available may be reason for debarment. The prime contractor isresponsible for the submission of the information required and for the maintenance ofrecords and provisions of access to same by all subcontractors.

4. SUBCONTRACTS

The contractor must insert into any subcontracts the clauses set forth in paragraphs 1through 6 of this Supplemental General Conditions and also a clause reminding theirsubcontractors to include these paragraphs in any lower tier subcontract. The primecontractor will be responsible for compliance by all subcontractors and their lower tiersubcontractors with the clauses set forth in paragraphs 1 through 6 of thisSupplemental General Conditions. In the event of non-payment or underpayment ofthe required wages, the prime contractor shall be liable to the underpaid employees ofthe subcontractor for the amount of each underpayment.

5. COMPLAINTS AND HEARINGS; CONTRACT TERMINATION ANDDEBARMENT

A. Complaints

Upon receipt of a written complaint or identification of a violation pertaining to anemployee wage underpayment of the required overall hourly rates, the County will

Page 237: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

- 5 -

notify the contractor or subcontractor employing said workers of thecomplaint/violation. The notice shall include a brief description of the saidcomplaint/violation, the dollar amount that the contractor or subcontractor is liable forin back wages and fines, the required corrective action(s) to be taken and the due datefor payment of back wages and fines or to request a compliance meeting. Failure tocomply or request a compliance meeting within the due date specified (30 days, seeImplementing Order 3-24) shall constitute a waiver of the contractor's orsubcontractor's right to a compliance meeting, and that such waiver shall constitute anadmission of the complaint/violation.

The County may withhold from the contractor so much accrued payments as may beconsidered necessary by the Contracting Officer to pay employees of the contractor orsubcontractor under them for the performance of the contract work, the differencebetween the combined overall hourly wage rate and benefits required to be paid by thecontractor to the employee on the work and the amounts received by such employeeand to satisfy any fines outstanding where violations have been found. In the event offailure of such negotiations, the prime contractor may request the appointment of ahearing officer.

B. Hearings

Upon timely receipt of a request for an administrative hearing before a hearing officerto appeal a determination of non-compliance, the County Mayor shall appoint ahearing officer and fix a time for an administrative hearing thereon. A notice of hearing(together with a copy of SBD's determination of non-compliance) shall be served uponthe contractor (or subcontractor). Upon completion of the hearing, the hearing officershall submit proposed written findings and recommendations together with a transcriptof the hearing to the County Mayor within a reasonable time. The County Mayor ordesignee will review the findings and recommendations of the hearing officer, anddecide to accept or reject the recommendations of the Administrative Hearing Officereither with or without modifications.

C. Penalties

If the County Mayor or designee determines that the contractor or subcontractorsubstantially or repeatedly failed to comply, the non-complying contractor orsubcontractor and the principal owners thereof shall be prohibited from bidding orotherwise participating in County contracts for the construction, alteration and/orrepair, including painting or decorating, of public buildings or public works for a periodof three years. The County Mayor or designee may order the withheld amount equalto any underpayment remitted to the employee. In addition, the County Mayor ordesignee may order payment of a penalty to the County. If the required payment isnot made within a reasonable period of time, the County Mayor or designee may orderdebarment as described above.

A breach of the clauses contained in this Supplemental General Condition shall be

Page 238: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

- 6 -

deemed a breach of this contract and may be grounds for termination of the contract,and for debarment.

6. APPRENTICES AND TRAINEES

A. Apprentices

Apprentices will be permitted to work at less than the rate listed in the Wages andBenefits Schedule for the work they perform when they are employed pursuant to andindividually registered in a legitimate apprenticeship program registered with the U. S.Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by theBureau, or if a person is employed in his or her first 90 days probationary employmentwho is not individually registered in the program, but who has been certified by theBureau of Apprenticeship and Training or a state apprenticeship agency (whereappropriate) to be eligible for probationary employment as an apprentice.

The number of apprentices shall not be greater than the ratio listed in the Wages andBenefits Schedule. Any worker listed as an apprentice on a payroll at an apprenticewage rate, who is not registered or otherwise employed as stated above, must be paidnot less than the wage on the Wages and Benefits Schedule for the classification ofwork actually performed.

B. Apprentice Ratio

If the number of apprentices working on the project, is greater than the ratio permitted,the apprentices must be paid the journeyman wage rate on the Wages and BenefitsSchedule for the work actually performed. Where a contractor is performingconstruction on a project in a locality other than that in which its program is registered,the ratios and wage rates (expressed in the percentages of the journeyman's hourlyrate) specified in the contractor's or subcontractors registered program shall beobserved. Every apprentice must be paid at least the rate specified in the registeredprogram for the apprentice's level of progress, expressed as a percentage of thejourneyman hourly rate specified in the applicable schedule.

C. Apprentice Fringe Benefits

Apprentices shall be paid fringe benefits in accordance with the provisions of theapprenticeship program. If the apprenticeship program does not specify fringebenefits, apprentices must be paid the full amount of fringe benefits listed on the wagedetermination for the applicable apprentice classification; fringe benefits shall be paidin accordance with that determination. In the event the Bureau of Apprenticeship andTraining, or a state apprenticeship agency recognized by the Bureau, withdrawsapproval of an apprenticeship program, the contractor will no longer be permitted toutilize apprentices at less than the applicable predetermined rate for the work

Page 239: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

- 7 -

performed until an acceptable program is provided.

D. Trainees

The rules for trainees are similar to those of apprentices. Except as provided in 29C.F.R. § 5.16, trainees cannot work for less than the predetermined rate listed in theWages and Benefits Schedule unless they are registered in a program certified by theU. S. Department of Labor, Employment and Training Administration. The ratio oftrainees to journeymen on the job site must not be greater than permitted under theplan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved programfor the trainee's level of progress, expressed as a percentage of the journeymen hourlyrate specified in the applicable wage determination. Trainees must be paid fringebenefits in accordance with the Trainee Program. If the Trainee Program does notspecify fringe benefits, trainees shall be paid the full amount of fringe benefits listed onthe wage determination unless the administrator of the wage and hour divisiondetermines that the rate is an apprenticeship program associated with thecorresponding journeyman wage rate on the wage determination, which provides forless than the full fringe benefits for apprentices.

E. Summary of Apprentices and Trainees

Any worker who is not registered in a training plan approved by the Employment andTraining Administration must be paid not less than the wage rate on the Wages andBenefits Schedule for the work actually performed without regard to skill. In addition, ifthe number of apprentices and trainees are in excess of the ratio permitted under theregistered program, then the wages that must be paid are those listed on the Wagesand Benefits Schedule for the work actually performed by the apprentices or trainees.If the Employment and Training Administration cancels approval of an apprenticeshipor training program, the contractor will no longer be permitted to pay the trainees orapprenticeship rate.

Page 240: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 1 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

BRICKLAYERS

Bricklayer 21.00$ 3.50$ 2.36$ 26.86$Tile Finisher 15.75 3.50 2.36 21.61Material Support & Clean Up Personnel 10.00 3.50 2.36 15.86

Working Foreman (6 or more workers) $1.00 over Bricklayer or Tile FinisherDeputy Foremen (12 or more workers) $0.50 over the Bricklayer or Tile FinisherGeneral Foreman (16 or more workers) 10% over Foreman Rate

Industrial Rates: 15% over Bricklayer or Tile Finisher RatesRefractory Rates: 15% over the Bricklayer or Tile Finisher RatesIndustrial and Refractory Rates are used on Plant projects

Per Hour Premiums:$0.50 work performed on erected steel scaffolds on a building 15 stories or less.$0.75 work performed on erected steel scaffolds on a building over 15 stories.$0.75 work performed on hazardous inclines.$0.75 work performed on utility caissons, tunnels and piers.$0.75 work performed 15 feet or more below grade without a permanent structure around.Swing Pay: $0.50 for any work between 1-5 floors. $1.00 for any work above the 5th floor.

Apprentices:

1st 6 month period 12.60$ 3.50$ 2.36$ 18.46$ 2nd 6 month period 14.70 3.50 2.36 20.56 3rd 6 month period 16.80 3.50 2.36 22.66 4th 6 month period 17.85 3.50 2.36 23.71 5th 6 month period 18.90 3.50 2.36 24.76 6th 6 month period 19.95 3.50 2.36 25.81

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

APPRENTICE RATIO: One (1) Apprentices to (3) Bricklayers, Tile Finishers.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Scope of work under this trade includes all work performed in the trade of brick, stone, masonry, artificial masonry, cementmasonry, marble masonry, plastering, marble, mosaic, terrazzo work, tile layer's work, cement or concrete block laying andpointing, caulking, grouting and cleaning of the material used in this work, together with any and all materials, natural orartificial, rough or cultured; whether quarried, manufactured or any substitute or replacement thereof regardless of the methodor manner of installation; precast erectors, pool specialist and roof deck applicators. Also includes the caulking of windowframes encased in masonry on brick, stone or cement structure including all grinding and cutting out on such work. All corkinstallation and substitute thereof, where cementitious or other plastic materials are used, when such cork is installed in floors,wall, partitions, roofs and ceiling, including cutting of closures to fill out corners.

2018

Stack work and slip form shall receive $0.25 for the first scaffold above ground up to and including 100 ft.; $0.50 from 101 ft. to200 ft.; $0.75 for 201ft and above.

Page 241: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 2 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

CARPENTERS

Carpenters 23.15$ 4.15$ 4.35$ 31.65$Foreman (5 or more workers) 25.00 4.15 4.35 33.50Foreman (12 or more workers) 25.93 4.15 4.35 34.43General Foreman ( 2 or more Foreman) 26.85 4.15 4.35 35.35

Apprentices:

1st 6 month period 14.35$ 4.15$ 4.35$ 22.85$ 2nd 6 month period 15.51 4.15 4.35 24.01 3rd 6 month period 16.67 4.15 4.35 25.17 4th 6 month period 17.83 4.15 4.35 26.33 5th 6 month period 18.98 4.15 4.35 27.48 6th 6 month period 20.14 4.15 4.35 28.64 7th 6 month period 21.30 4.15 4.35 29.80 8th 6 month period 22.46 4.15 4.35 30.96

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

Acoustic Ceilings

Doors

Floor Covering

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

The unloading, distribution and installation of all materials and component parts of all types of acoustic ceilings and plenums,regardless of their material composition or method of manner of their installation, attachment or connection, including, but notlimited to the following items: all hangers, carrying channels, cross furring, stiffeners, braces, all bars regardless of materials ormethods of attachment, all integrated gypsum wall board ceiling heat panels, fill, all main tees, cross tees, splines, splays, walland ceiling angles or moldings, all backing board and all finish ceiling materials regardless of method of installation exceptingacoustic plaster.

The unloading, distribution and installation of all prefinished wooden doors, hollow metal doors, overhead or mechanical doors,whether steel, aluminum or plastic and all supporting systems. Install all hollow metal jambs and hardware on doors whetherthey be interior or exterior.

Carpeting including all measuring, lay-outs, remaking, cutting, fitting, sewing, binding, sizing, laying, stretching, repairing andinstallation, either by hand or power machine. The installation of resilient flooring to include the laying of all cork, linoleum,asphalt, mastic, plastic, rubber tile, whether nailed or laid in with Lino paste, glue, mastic or substitute materials. All woodflooring, whether nailed or laid in mastic. All necessary preparatory work including the scraping, filling of holes, nailing, lay ofpaper or other underlayments. The sanding or refinishing of all wood floors either by hand or power machine.

Page 242: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 3 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

CARPENTERS, Continued

Forms

Furniture

Lathing

Material Procedures

The loading, unloading, handling, dismantling, distribution, erection, stockpiling, refurbishing, and installation of all modular andsystems office furniture and all components parts, new and refurbished.

The prefabricating, erecting, construction, furring, making and erecting of brackets, clips and hangers, wood, wire and metallath to which plaster-type materials are applied; corner beads, arches erected for the purpose of holding plaster or cement.

The fabrication and re-fabrication of all forms and dismantling of forms when they are to be reused. This includes removablecorrugated metal forming systems and all other patented forming systems. When power rigging is used in the setting ordismantling of forms, and the necessary false work, all handling, rigging and signaling. The setting, leveling and aligning of alltemplates for anchor bolts for structural members, machinery, and the placing, leveling, bracing, burning and welding for allbolts. The installation of embedded materials where attached to forms and/or embedded materials for machinery. Framing inconnection with the setting of bulkhead; fabrication of screeds and stakes for floors and form for articles. The handling oflumber, fabricated forms and form hardware installed by carpenters. The building and moving of all scaffolding for runways andstaging. The cutting or framing of openings for piles, conduit, ducts, when they pass through floors, partitions or forms. Allrigging, setting, aligning and hand signaling when setting up pre-cast units.

The rigging, erecting, staying and fastening in any manner of all pre-cast aggregate panels of all types. All carrying bars, purlinsand furring, regardless of size; light iron and metal furring of all descriptions for the receipt of metal lath, rock lath and all lightiron when studs are to receive metal lath or rock lath for the application of plaster; and all other light iron furring erected toreceive lath and plaster. The nailing, typing and fastening of all wire and metallic lath such as wire cloth, wire mesh, expandedmetal lath, hyrib and flat expanded metal lath and wire of all descriptions as well as the placing of all hangers to supportsuspended ceilings or any of the above types of light iron and metal furring which receive lath and plaster; the placing of alltypes of floor lath, such as hyrib lath, paperback steeltex floor lath, Penn metal rib, etc. The tying, nailing, clipping or fastening,mechanical or otherwise, of all types of lath regardless of size, such as wood lath, plasterboard, button board, flaxilinum board,bishopric, celetex, gypsum lath, foam and Styrofoam, rock lath or any and all other types of material erected to receive or holdplaster. The erection of all metal plastering accessories such as metal corner beads and other plastering accessories which arecovered and/or serve as a ground of screed for plaster.

The unloading, handling and erection and power rigging in connection with laminated wood arches, trusses and decks. Allpower rigging and signaling of Carpenters’ materials. The operation and maintenance of small air compressors generators,electric or gasoline power motors for the operation of woodworking machinery. The unloading, handling and distribution ofmaterials erected and installed. by carpenters. All prefabricated, manufactured and finished materials regardless of packing, shallbe unloaded distributed and installed by the Carpenters. This shall include, but not be limited to all forms, templates, bolt,cabinets and all materials normally installed by Carpenters. Underpinning, lagging, bracing, propping and shoring, raising andmoving of all building structures of parts thereof by the use of jack, power rigging or other methods shall be the work. Thisincludes the unloading and setting of modular units and all work related thereto. The assembly and erection of pole and pre-engineered buildings.

Page 243: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 4 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

CARPENTERS, Continued

Railing

Scaffolding

Sink Tops and Cabinets

Weather and Spray Protection

Windows, Walls and Partitions

The installation of rockwool, cork, fiberglass, tectum, Styrofoam and other insulation material used form sound ofweatherproofing, the renewal for caulking and replacing of staff bead, brick mold and all Oakum, caulking, substitutes and allother caulking in connection there with, and the installation of chalkboards, cork and tack boards.

The erection of exterior metal studs and the installation windows metal or wood and those attached to metal studs.

The unloading, distribution and installation of all sink tops, cabinets, hoods base and wall units.

The fabrication, erection and removal of frames, enclosures of buildings or scaffoldings, the draping of tarps, of tarps, visqueenor similar coverings when secured by wire, nailing, bolting or clamps. The handling and setting up of all temporary enclosures.

The installation of all construction of temporary guardrails, barricades and /or safety devices. The unloading, handling,distribution, installation and backing necessary for all aluminum, vinyl, plastic or wood handrails and guardrails.

The installation of all construction of temporary guardrails, barricades and /or safety devices. The unloading, handling,distribution, installation and backing necessary for all aluminum, vinyl, plastic or wood handrails and guardrails.

The installation, erection and/or application of all material component parts of wall and partitions regardless of all materialscomposition or method or manner of their installation, attachment of connection, including but not limited to the followingitems: All floor and ceiling runners, studs, stiffeners, cross bracings, Te-Blocking, resilient channels, furring channels, doors andwindows including frames, casing, molding, base, accessory trim items, gypsum drywall materials, the making and installing ofall backing for fixtures and welding of studs or other fasteners to receive materials being applied; laminated gypsum systemsbacking board, finish board, fireproofing of beams and columns, fireproofing of chase, sound and thermal installation materials,fixture attachments including all layout work, preparation of all openings for lighting, air vents or other purposes, all toiletpartitions and insulated translucent wall and ceiling systems, and all other necessary or related work.

Page 244: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 5 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

ELECTRICAL WORKERS

Electrician - Wiremen 32.61$ 5.85$ 4.89$ 43.35$Electrician - Cable Splicer 33.11 5.85 4.97 43.93Welder 33.11 5.85 4.97 43.93Foremen (2) 35.87 5.85 5.38 47.10General Foremen (22 or more Electricians) 39.13 5.85 5.87 50.85

Apprentices:

1st year 16.15$ 4.47$ 0.48$ 21.10$ 2nd year 17.07 4.47 2.56 24.10 3rd year 18.91 4.47 2.84 26.22 4th year 20.69 4.47 3.10 28.26 5th year 24.46 4.47 3.67 32.60

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

Add $1.00 per hour to the per hour wage rate for electricians working in hazardous locations, above or below groundin high places such as silos, hangers, beacon lights, or other similar structures where a free fall of 30 feet or more ispossible.

(2) On any job where 3-9 electricians are employed, one shall be designated foreman. One (1) additional electricianshall be designated foreman if there are 10-14 electricians, and one (1) additional for 15-21 electricians.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Scope of work under this trade includes but is not be limited to: installation, inspection, operation, maintenance, service, repair,testing or retrofit of all energized and de-energized electrical power and communications conductors, electrical materials,electrical devices and electrical power distribution equipment, or a part of there which generates, transmits, transforms or utilizeelectrical energy in any form AC or DC voltages for heat, light or power used in the construction, alteration, temporary power,maintenance, service and repair of public and private premises including building, floating buildings, structures, bridges, street,highway and tunnel work including all signaling, shafts, dams or levees, river and harbor work, airports, mobile homes,recreational vehicles, yards, lots, parking lots, carnivals, tradeshows, events and industrial substations, The installations ofelectrical conductors and electrical distribution equipment that connect to the supply of electricity, installations used by anelectric utility that are not an integral part of a generating plant, substation or control center and all electrical raceways ofwhatever form for electrical and communications conductors and fiber optics.

Page 245: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 6 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

ELECTRICAL WORKERS, Continued

APPRENTICE RATIO: Two (2) Apprentice to (1-3) Wiremen, Cable Splicers or Welders.

As related to an electrical system in its entirety, the chasing, channeling, opening and closing of places above andbelow ground, placement, installation or temporary installation, erection, inspection, operation, welding,maintenance, service, repair, testing or connection of any electrical conductors, electrical lighting fixtures, appliances,instrumentation apparatus, raceway systems, conduit systems , pipe systems, underground systems, cable traysystems, grounding, bonding systems, lightening protection systems, power-generating green technology systems orother systems of renewable energy including but not limited to photovoltaic, solar, wind turbine, hydro-generation,geothermal or tidal systems, electric vehicle technology, electrical power conductors and communications conductorsfor energy management systems, electrical power conductors and communications conductors for buildingautomation systems, railroad, signalman, maintainer and railroad communication, nuclear, or the erection, alteration,repair, modification, splicing, termination of electric transmission lines on private property, structured cablingsystems for transmission of voice, data, video, notification, warning systems, smoke and fire alarm systems, otherlife safe safety and security systems and appurtenances.

The installation of electrical lighting, heating and power equipment, fiber optics, and the installation and connectingof all electronic equipment, including computing machines and devices, monitoring of radiation hazards where suchmonitoring work is not preempted or performed by an electrical utility, the installation of all temporary power andlight wiring, high-voltage cable splicing and terminations, breaker testing and the commission and decommission ofelectrical control systems. Clean, service, repair, replace, operate and adjust high and low voltage switchgear;transformers, conductors, connectors, breakers, fuses and buses. Operations, maintenance and repair of highvoltage electrical power connections, circuit protection devices and associated switchgear.

Page 246: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 7 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

ELECTRICAL WORKERS (ELECTRIC SIGN)

Electrician - Wiremen 32.61$ 5.85$ 4.89$ 43.35$ Foremen (2) 35.87 5.85 5.38 47.10

Apprentices:

1st year 16.15$ 4.47$ 0.48$ 21.10$ 2nd year 17.07 4.47 2.56 24.10 3rd year 18.91 4.47 2.84 26.22 4th year 20.69 4.47 3.10 28.26 5th year 24.46 4.47 3.67 32.60

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

APPRENTICE RATIO: Two (2) Apprentices to one to three (1- 3) Electricians.

Add $2.00 per hour to the per hour wage rate for Electrician working in high places, seventy-five feet (75') above theground floor except safety-guarded swing stage, walkways, or 2 man remote baskets.

(2) On any job where ten (10) Electricians are employed, one shall be designated foreman.

Scope of work under this trade includes but is not be limited to: the installation, alteration, dismantling or removingof all illuminated signs, non illuminated signs or displays, whether luminous tube, light emitting diodes, receptacle,plastic, reflector type, plaques and panels. The installation of all interior neo tubing and light emitting diodes forlighting or decorating all secondary conduit work, flashers, timers or other auxiliary equipment, also the steelstructures for the support of signs or displays. In the event of billboards or displays not served from an existingbuilding or group of buildings and which in itself is an individual entity, having its own service and meter, all suchservice conduit meter and secondary conduit. Also covered is the service, maintenance and patrolling of all electricalequipment on signs, displays, and tube lighting after they have been erected and in operation.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Page 247: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 8 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

IRONWORKERS

Ironworkers 24.89$ 5.50$ 4.00$ 34.39$Foreman (2) 27.38 5.50 4.00 36.88General Foremen (2) 29.87 5.50 4.00 39.37

Apprentices:

1st 6 months - 800 Hours 12.45$ 5.50$ -$ 17.95$ 2nd 6 months - 800 Hours 13.69 5.50 - 19.19 3rd 6 months - 800 Hours 14.93 5.50 - 20.43 4th 6 months - 800 Hours 16.18 5.50 - 21.68 5th 6 months - 800 Hours 17.42 5.50 - 22.92 6th 6 months - 800 Hours 18.67 5.50 - 24.17 7th 6 months - 800 Hours 19.91 5.50 - 25.41 8th 6 months - 800 Hours 21.16 5.50 - 26.66

Per Hour Premiums:Diving Pay add $40.00 rental plus $5.00 to the Ironworker's wage rate.

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

APPRENTICE RATIO: One (1) Apprentice to four (4) Ironworkers.

Scope of work includes but is not limited to: erection and installation of all bridges, structural, ornamental,reinforcing, and reinforcing ironwork; which includes but is not limited to the following: reinforcing steel (rebar), posttensioning (cables), structural steel and iron, miscellaneous steel and iron, stairs – joist – decking, curtains andwindow walls, storefronts – windows, metal doors (manual and electric), glass doors (manual and electric) glassslider doors, screens – fences, tilt walls – precast – stone, space frames – skylights, pre-engineered metal buildings,cladding covers (all types) column covers (all types), towers – cranes – hoists, standing seam metal roofs, handrails– rails (all types), rigging – welding, conveyors – erectors and maintenance, glazing – caulking – sealants andlouvers- fixed.

(2) Required when 2 or more Ironworkers are employed by one employer. When a crew exceeds 12 or more,another foreman is required. A General Foreman is required if three or more Ironworker Foreman are employed on ajob.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Page 248: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 9 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

LABORERS

Laborer 15.25$ 3.50$ 1.97$ 20.72$

Apprentices:

1st 6 month period 12.20$ 3.50$ 1.97$ 17.67$ 2nd 6 month period 12.96 3.50 1.97 18.43 3rd 6 month period 13.72 3.50 1.97 19.19 4th 6 month period 14.48 3.50 1.97 19.95

Per Hour Premiums:Laborer Foremen (4 or more laborers) - $1.00 per hour on top of the highest paid laborersGeneral Foreman (15 or more laborers) - $ 1.50 per hour on top of the highest paid laborers

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

Scaffolds - erection, planking and removal.

$2.50 Sidewalk and Curb Form Builders and Setters, Plaster and Concrete Finish and Repair, Water Sewer and StormDrain Pipelayers, Asbestos Removal, Hazardous Waste and Lead Removal, Remediation and Handling.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

This classification cannot be used for unskilled employees performing work in other trades OR for employees inother trades that handle their own materials and/or must clean up after their work is performed. Employeesmust be paid in accordance with the work they perform without regard to skill.

Scope of work includes tending masons, plasterers, carpenters and other building and construction crafts. Tendingshall consist of preparation of materials and the handling and conveying of materials. Unloading, handling anddistributing of all materials, fixtures, furnishings and appliances from point of delivery to point of installation.Cleaning and clearing of all debris. Ageing and curing of concrete, mortar and other materials.

$0.50 Mason and Plasterer Tenders, Concrete Placement-Patchmen and Finish Tenders, Scaffold Builders, Strippersand Wreckers, Electric and Air Hammers, Concrete Grinders, Saws, Coring Machines, Nozzle and Hopper and Mixers,Cutting Torch, Hydro Blasting, Chain Saw.

Page 249: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 10 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

LABORERS, Continued

APPRENTICE RATIO: One (1) Apprentice to three (3) Laborers.

Concrete, Bituminous Concrete and Aggregates - Mixing, handling, conveying, pouring, vibrating, gunniting and otherwiseplacing concrete or aggregates, whether done by hand or other process. Wrecking, stripping, dismantling and handling concreteforms and falsework. Placing of concrete or aggregates whether poured, pumped, gunnited, or placed by any other process. Allvibrating, grinding, spreading, flowing, puddling, leveling and strike off of concrete aggregates by floating rodding or screeding,by hand or mechanical means prior to finishing. The filling and patching of voids, crevices etc. to correct defects in concrete.

Streets, Ways and Bridges - Work in the excavation, preparation, concreting, ramming, curbing, flagging and surfacing ofstreets, ways, courts, underpasses, overpasses, bridges, approaches, and slope walls and the grading and landscaping thereof.Cleaning, grading, fence or guard rail, installation and/or removal for streets, highways, roadways, apron, runways, sidewalks,parking areas, airports, approaches and other similar installations. Preparation, construction and maintenance of roadbeds andsub grade for all paving, including excavation, dumping and spreading of sub grade material, ramming or otherwise compacting,setting, leveling, and securing or bracing of metal or other road forms and expansion joints, Cutting of concrete for expansionjoints. Setting of curb forms and the mixing, pouring, cutting, flowing and strike-off of concrete used there for. The setting,leveling and grouting of all pre-cast concrete or stone curbs sections. Installation of all joints, removal of forms and cleaning,stacking, loading, oiling and handling. Grading and landscaping in connection with paving work.

This classification cannot be used for unskilled employees performing work in other trades OR foremployees in other trades that handle their own materials and/or must clean up after their work isperformed. Employees must be paid in accordance with the work they perform without regard to skill.

Trenches, Manholes, Handling and Distribution of Pipe, etc. - Cutting of streets and ways for laying pipes,, cables or conduits forall purposes; digging of trenches, manholes, etc.; handling and conveying all materials; concreting, backfilling, grading, andresurfacing and all other labor connected therewith.

Construction Cleaners, Janitors, Fire Watchers, Hole Watchers, Material Handlers, Graders and Excavators, Escorts andEquipment Monitors, Decontamination Workers, Flaggers and Landscapers, Guardrail and Fence Erectors.

Sewers, Drains, Culverts and Multiplate - Unloading, sorting, stockpiling, wrapping, coating, treating, handling, distribution andlowering or raising of all pipe and multiplate. All digging, driving of sheet piling, lagging, bracing, shoring and cribbing, breakingof concrete back-filling, tamping, re-surfacing and paving of all ditches in preparation for the laying of pipe. Pipelaying, levelingand making of the joint of any pipe used for main or side sewers and storm sewers, and all pipe for drainage.

Excavations and Foundations, Site Preparation and Clearance, Transportation and Transmissions Lines - Excavation for buildingand all other construction, digging of trenches, piers, foundations and holes, digging, lagging, sheeting, cribbing, bracing andpropping of foundations, holes, caissons, cofferdams, dams, dikes, and irrigation trenches, canals and all handling filling andplacing of sand bags connected therewith. All drilling, blasting and scaling on the site or along the right of way, as well as allaccess roads, reservoirs, including areas adjacent or pertinent to the construction site, installation of temporary lines.Preparation and compacting of roadbeds for highway construction and the preparation of trenches, footings, etc. for crosscountry transmission or underground lines or cables. On site preparation and right-of-way clearance, for construction of anystructures or the installation of traffic and transportation facilities such as highways, pipelines, electrical transmission lines, damsites and reservoir areas, access roads, etc.

Underpinning, Lagging, Bracing, Propping and Shoring; Drilling and Blasting; Signal Men; General Excavation and Grading andLandscaping of all sites for all purposes; and Wrecking.

Page 250: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 11 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

MILLWRIGHTS, MACHINERY ERECTORS & DIVERS

Millwright, Machinery Erectors 30.70$ 4.30$ 9.78$ 44.78$

Per Hour Premiums:$2.00 Foreman (Required if 2 or more Millwrights on job; no Foreman shall supervise more than 10 Millwrights )$3.00 General Foreman (Required if more than one Foreman is required and can serve as a Crew Foreman.)

Apprentices:

1st Year 19.96$ 4.30$ 9.78$ 34.04$ 2nd Year 23.03 4.30 9.78 37.11 3rd Year 26.10 4.30 9.78 40.18 4th Year 29.17 4.30 9.78 43.25

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Scope of work includes but is not limited to: installation, assembly, and, when necessary, dismantling machinery infactories, power plants, and construction sites.

Page 251: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 12 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

OPERATING ENGINEERS

Group I 32.58$ 4.30$ 4.50$ 41.38$All Cranes Over 15 Tons CapacityDrill Rig, Truck Mounted, Watson ClassGrader, FinishHoists, 2 & 3 Drum OnlyMechanic I

Group I-A 33.58$ 4.30$ 4.50$ 42.38$All Cranes 160 Ton Capacity & Over

Group II 28.00$ 4.30$ 4.50$ 36.80$Concrete Placing BoomsConcrete Pump, Truck MountedDraglineDrill Rig, Truck Mounted, (Sterling Class)Grader, Sub-Grade

Group III 24.50$ 4.30$ 4.50$ 33.30$Backhoe-Loader CombinationDozerFront-End LoadersGradallMechanic IIPavement BreakersSkid Steer/BobcatStraddle Buggy/Travel LiftTrack Hoe/ExcavatorTrenching MachineWelder

Group IV 24.00$ 4.30$ 4.50$ 32.80$Asphalt Paving MachineBatching PlantBoring MachineConcrete Pump, Trailer MountedForkliftHoists (Electric, Hydraulic, Air) Personnel, Material, TuggerInside Elevators, Temporary OnlyMilling MachineSpreading/Finishing Machine

Page 252: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 13 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

OPERATING ENGINEERS, Continued

Group V 22.35$ 4.30$ 4.50$ 31.15$Compressor, Above 250 CFMDriver, Miscellaneous TrucksMechanical BroomOff-Road TrucksPumps/Dewatering Systems (4"+)RollerScraperTractorsUtility Operator Less than Six (6) pieces of Miscellaneous EquipmentWelding Machines, three (3) or More

Group VIOiler/Driver/Flagman 23.00$ 4.30$ 4.50$ 31.80$Oiler, Crawler CraneMechanic's Helper

Vactor Truck 14.21$ -$ -$ 14.21$

Apprentices:

1st 6 months 13.43$ 4.30$ 4.50$ 22.23$ 2nd 6 months 14.78 4.30 4.50 23.58 3rd 6 months 16.12 4.30 4.50 24.92 4th 6 months 17.47 4.30 4.50 26.27 5th 6 months 18.28 4.30 4.50 27.08 6th 6 months 20.15 4.30 4.50 28.95 7th 6 months 21.50 4.30 4.50 30.30 8th 6 months 22.84 4.30 4.50 31.64

APPRENTICE RATIO: Three (3) Apprentices to one (1) Operator. Apprentices must be under the supervision of a Operator.

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Page 253: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 14 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

PAINTERS/WALL COVERING INSTALLATIONS

Painter - Commercial 16.21$ 4.60$ 4.21$ 25.02$Painter - Industrial 20.21 4.60 4.28 29.09Painter - Bridge 28.91 4.90 7.40 41.21Painter (Highway/Parking Lot Striper) 12.13 - - 12.13Operator (Spray Nozzleman) 11.16 - - 11.16Operator (Striping Machine) 15.07 - - 15.07

Apprentices:

1st 6 months 10.54$ 4.60$ 1.00$ 16.14$ 2nd 6 months 11.35 4.60 1.00 16.95 3rd 6 months 12.16 4.60 1.00 17.76 4th 6 months 12.97 4.60 1.00 18.57 5th 6 months 13.78 4.60 1.00 19.38 6th 6 months 14.59 4.60 1.00 20.19 7th and 8th 6 months 15.40 4.60 1.00 21.00

Per Hour Premiums:$1.00 Swing-Stage$2.00 Thermal-Spay/Metalizing$1.00 Charge person working up to 5 employees$1.50 Charge person working 6 or more employees$1.00 General Foreman above highest paid charge person

(1) Per hour health benefit includes hospitalization, medical, life, vision and dental insurance.

$ .50 Apprentices - steel, swing/stage, tanks, lead/asbestos abatement, power facilities, catalyzed epoxies,urethanes, HIPAC coatings

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Scope of work under this trade includes but is not limited to: preparation, application and removal of all types ofcoatings and coating systems in relation to all painting, decorating, protective coatings, coating and staining ofconcrete floors and toppings, waterproofing, masonry restoration, fireproofing, fire retarding, metal polishing,refinishing, sealing, lining, fiber glassing, E-Glass fiberglass, carbon fiber, encapsulating, insulating, metalizing, flamespray, the application of Exterior Insulating Finishing Systems;

Each and all such applications, and similar or substitute applications, on all surfaces, interior and exterior, to include,but not to be limited to: residences; buildings; structures; industrial, power, chemical and manufacturing plants;bridges; tanks; vats; pipes; stacks; light and high tension poles; parking, traffic and air strip lines; trucks; automobileand railroad cars; ships; aircraft; and all machinery and equipment;

Page 254: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 15 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

PAINTERS/WALL COVERING INSTALLATIONS, Continued

WALL COVERING INSTALLATION

APPRENTICE RATIO: One (1) Apprentice to three (3) Painters or Wall Covering Installers.

Any and all material used in preparation, application or removal of any paint, coatings or applications, including, butnot limited to: the handling and use of thinners, dryers, sealers, binders, pigments, primers, extenders, air and vaporbarriers, emulsions, waxes, stains, mastics, plastics, enamels, acrylics, epoxies, epoxy injection and T-Lock welding,alkalis, sheet rubber, foams, seamless and tile-like coatings, etc.;

All material applied to walls or ceilings with adhesive, staples, tacks, by stretching or adhered by any other method,including all papers, vinyl, flexible woods, fabrics, borders, metals upholstered wall systems, the fabric coveredpanels made of plastic/wood or pre-finished products of micro fiberglass, etc., acrovin and various plastic wallcoverings such as wainscot, caps, corner moldings and accessories;

All preparation for and removal of any and all materials for finishes, such as deep cleaning, patching, all levels offinishing, taping/finishing skim coating, pointing, caulking, high pressure water, chemical and abrasive blasting,environmental blasting, wet/dry vacuum work, chemical stripping, scraping, air tooling, bleaching, steam cleaning,asbestos and lead abatement/removal; mold remediation and vapor barrier systems;

Any and all preparation of walls and ceilings such as scraping or any methodology for removal of existing materials,including patching, leveling, skim coating and priming.

The inspection of all coatings and/or coating systems during their applications.

Page 255: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 16 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

PILEDRIVERS, BRIDGE CARPENTERS & DIVERS

Piledrivers and Bridge Carpenters 25.20$ 4.15$ 6.35$ 35.70$Foreman (10 or less workers) 28.70 4.15 6.35 39.20

Divers (Wet days up to 59' or Dry days) 29.65$ 4.15$ 6.35$ 40.15$Diver Tender 29.65 4.15 6.35 40.15Foremen (10 or less ) - $2.00 per hour over the Divers rateForeman (11 or more workers) - $ 4.00 per hour over the Diver rate

Penetration: $1.00 per foot per day in excess of 20' after entering an enclosed structure that has no direct path to the surface.

Apprentices:

1st year 15.12$ 4.15$ 6.35$ 25.62$ 2nd year 17.64 4.15 6.35 28.14 3rd year 20.16 4.15 6.35 30.66 4th year 22.68 4.15 6.35 33.18

Per Hour Premiums:$0.50 Certified Welders

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

Foreman Wet Days - The foreman must receive the foremen rate with a premium pay of $2.00 per hour/ per foot per day for (50'-100').Over 100' will be negotiated between the diver and the employer.

For Effluent Diving (working in hazardous waters such as waste water treatment plant/tanks, sewer pipes or storm water out fall pipes) thediver and tender must receive 1.5 times the diver and tender base rate and on wet days the diver and tender must also receive a premiumpay of $1.00 per foot per day for (60' - 100') and over 100' will be negotiated between the diver and the employer.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Scope of work includes but is not limited to: all work historically related to piledrivers, welders, drillers, burners, riggers, divers,bridge, deck and wharf builders, signaling, and highway construction. Such work includes, but is not limited to, the followingkinds, classes, or descriptions of work: fabricating, erecting, dismantling, loading, unloading, moving, spotting, and handlingof all piledriving equipment on the jobsite;

Diver Wet Days - The diver and tender must receive the diver rate with a premium pay of $1.00 per hour/ per foot per day for (60'-100').Over 100' will be negotiated between the diver and the employer.

Page 256: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 17 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

PILEDRIVERS, BRIDGE CARPENTERS & DIVERS, Continued

APPRENTICE RATIO: One (1) Apprentice to three (3) Piledrivers or Bridge Carpenters.

The splicing, heading, placing of stringers for frame work, fabrication and placing of wailing, spring and fender lines of anymaterial described above;

The fabrication and placing of all decking and guards on all docks, wharfs, and piers on the jobsite.

Pilings used in retaining walls, reservoirs, ditches, canals, spillways, cuts, or in any place where retaining walls are used made ofany kind of material, whether temporary or permanent; weights for piers, caissons, and test piles;

Diving: shall be defined as any work performed beneath the water surface, which require individual external life support systemsfor safe and efficient performance. All underwater construction and reconstruction and the salvage of, and removing of,underwater structures; underwater inspection and repair of hulls, docks, bridges and dams, underwater pipelines, sewages andwater systems, underwater suction and discharge lines such as those used at chemical plants, pull mills, and desalinizationplants; inspecting, surveying , removing, rescuing, and recovering of all objects below water surfaces; all underwater worknecessary on offshore oil platforms permanent or temporary, including all offshore floating drill rights and offshore jack upplatforms; all underwater work on pipelines and hookups including oil, gas, water sewage systems; the laying of under waterpower and telephone cables; offshore marine mining and dredging operations using divers in any phase of tier work; allpetroleum, fisheries, oceanographic, research and experimental work, nuclear reactors where the use of divers is necessary; allunderwater demolition and blasting work requiring divers.

The driving, vibrating, jetting, sinking, or screwing of all materials described above, whether by steam, pneumatic, hydraulic,electric, diesel, gravity, or vibratory hammer power; All other work in connection with drilling of any holes, shafts or caissons,for foundation work, spotting, aligning, monitoring, plumbing, and leveling of all drilling equipment whether the drilling isvertical, diagonal, on land or water, and is performed by equipment mounted on trucks, cranes, platforms or barges, or anyother kind of mounted or self-contained water or land unit; and the handling, loading, unloading, changing, setting up,repairing, welding, or maintenance of the drilling equipment on the job site.

Jobsite moving and spotting of barges used in connection with piledriving work; anchoring, bolting, boom-tending, bracing,building, burning, capping, caulking, cutting, chipping of all types of piles, dismantling, drilling, erecting, fabricating, fitting,handling, lagging, loading, moving, plumbing, rafting, securing, signaling, spotting, welding, wrapping, and tying back,unloading and removing, all materials of any kind, make, shape or composition, whether prestressed or post stressed concrete,pipe, corrugated shell where power rigging is used, sand piles, sheet piles, auger cast type piling, wood, plastic, fiberglass, steelor any metal or synthetic which is used or installed in, or for, the building, construction, alteration, maintenance, or repair ofwharfs, bridges, docks, piers, bulkheads, trestles, cofferdams, tunnels, seawalls, seawall caps, boardwalks, deck, and temporaryflotation devices;

Foundation work, including all piling, whether cast-in-place, poured-in-place, driven, jetted, augered, pre-augered or placed, andall caisson, drilled shaft and vibro-flotation foundations;

Page 257: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 18 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

PIPEFITTERS, AIR CONDITIONING & REFRIGERATION

R-4 UNLIMITED RESIDENTIAL AND LIGHT COMMERCIAL UP TO 10 TONSPipefitter, Air Conditioning & Refrigeration 19.24$ 7.10$ 1.00$ 27.34$

Pipefitter, Air Conditioning & Refrigeration 22.24$ 7.10$ 4.67$ 34.01$

R-2 COMMERCIAL LIMITED, PIPING LIMITED, ALL AC REFRIGERATION, PIPING UP TO 100 TONSPipefitter, Air Conditioning & Refrigeration 27.48$ 7.35$ 5.27$ 40.10$

R-1 COMMERCIAL UNLIMITED, ALL PIPING SYSTEMS OVER 100 TONSPipefitter, Air Conditioning & Refrigeration 34.48$ 7.35$ 5.62$ 47.45$

Foreman (2) 39.73$ 7.35$ 5.62$ 52.70$General Foreman 43.23$ 7.35$ 5.62$ 56.20$

Apprentices:

1st year 14.45$ -$ 0.35$ 14.80$ 2nd year 15.85 5.70 0.35 21.90 3rd year 19.24 5.70 0.35 25.29 4th year 20.99 5.70 3.29 29.98 5th year 26.24 6.15 3.45 35.84

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

R-3 COMMERCIAL AC, REFRIGERATION, ICE MACHINES, SELF CONTAINED AND SPLIT SYSTEMS UP TO50 TONS

All piping, handling and setting of equipment in connection with central distributing filtration treatment stations, boosting stations, watertreatment, waste and sewage disposal plants, central chlorination and chemical treatment work and all underground supply lines to coolingwells, suction basins, filter basins, settling tanks, aeration basins or tanks and lift stations. (This applies to public work when installed orserviced and would apply to private work after its completion and or under pubic operation.)

(2) Foreman required for 5 or more workers; also required on all jobs 150 tons or over. A foreman may supervise upto 9 Pipefitter, Air Conditioning & Refrigeration Workers.

(3) General Foreman required when 3 foreman are required.

The installation and service of all circulating water lines when used for the distribution of heat and heat transfer equipment on ornamentalpools, commercial and residential pools and spas, display fountains and aquariums.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Scope of work under this trade includes but is not be limited to: All piping, setting and hanging of all units and fixtures for air conditioning,cooling, heating, roof cooling, refrigeration, ice making, humidifying, dehumidifying, dehydrating, by any method, and the charging andtesting, servicing of all work after completion.

Page 258: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 19 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

PIPEFITTERS, AIR CONDITIONING & REFRIGERATION, Continued

Installation of drain lines from equipment installed by Pipefitters where drain lines drop to a safe waste, floor drain, roof or any open fixtureand where drain lines are not directly connected to a sanitary systems

Laying out, cutting, bending and fabricating of all pipe work of every description by whatever mode or method, when used in connectionwith the pipefitting industry.

The installation and service of vacuum systems when used in connection with manufacturing plants, maintenance facilities, airport terminals,post offices, etc.

All piping for railing work and racks of every description, whether screwed or welded when assigned by the Contractor.

All power plant piping of every description, as it applies to the pipefitting industry.

The unloading, handling and setting of all sterilizers, laundry and cleaning equipment will be done by composite crew. Steam and oil lineswill be done by this trade classification.

Recovery condensate systems in their entirety.The setting, erecting and piping of all cooling units, pumps, reclaiming systems and appurtenances in connection with transformer andpiping to switches of every description.The installation and service of vacuum cleaning equipment and piping when used in connection with manufacturing plants, maintenancefacilities, airport terminals, post offices, etc.

The installation and service of oxygen systems when used in connection with manufacturing, commercial & industrial application.

All sheet lead lining for tanks or vats for all purpose, when in the category of industrial work.

The setting and hanging of all units or fixtures for ice making when unit must be assembled before operation. (Shipping bolts, grids andother parts are to be removed or put in place.)

All solar systems, piping and collectors of every description when used in connection with the pipefitting industry.

All meters for measuring a volume of any substance, when used in connection with the pipefitting industry.

The setting and erecting of all underfeed stokers, fuel burners and piping, including gas, oil, power fuel, hot and cold air piping and allaccessories and parts of burners and stokers, etc., when used in connection with the pipefitting industry.

All internal and external piping on boilers, heaters, tanks and evaporators, water legs, water backs and water grates, boiler compoundequipment, etc., when in connection with the pipefitting industry.The setting and erecting of all boiler feeders, water heaters, filters, water softeners, purifiers, condensate equipment, pumps, condensers,coolers and all piping for same when used in connection with the pipefitting industry.

The installation and service of hydraulic or pneumatic door openers when in connection with industrial, manufacturing and commercialapplications. Airports included.

The setting, erecting and piping of instruments, measuring devices, thermostatic controls, gauge boards and other controls used inconnection with power, heating refrigeration, air conditioning, manufacturing, mining and industrial work.

The setting and erection of all oil heaters, oil coolers, storage and distribution tanks, transfer pumps and mixing devices and piping thereto,when used in connection with the pipefitting industry.

The handling, assembling and erecting of all economizers, super heaters, regardless of mode or method of making joints, hangers anderection of same, when used in connection with the pipefitting industry.

Make-up water supply from main to equipment installed by Pipefitters.

All gas piping from the main to the meter. All distribution lines

The assembling, erecting, handling and setting of tanks used in connection with the pipefitting industry

The setting, erecting and piping for all smoke consuming and smoke washing and regulating devises, when used in connection with thepipefitting industry.

Page 259: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 20 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

PIPEFITTERS, AIR CONDITIONING & REFRIGERATION, Continued

APPRENTICE RATIO: One (1) Apprentice to one (1) Pipefitter, Air Conditioning & Refrigeration Worker.

The installation and service of all piping systems and equipment with grease pressure lubricating and hydraulic lifts in connection withindustrial manufacturing, commercial and maintenance facilities applications (excluding schools). Service station installations optionalpertaining to grease pressure and hydraulic lift installations until assigned.

Equipment used on building and construction work in conjunction with the work of the trade, as a time and labor saving device, shall beoperated by qualified Employees under this trade classification.

All Work done in the pipefitter industry to comply with any environmental rules or regulations as set forth by federal, state, or localgovernments.

The installation and service of all air piping and related equipment in connection with manufacturing plants, industrial, airports, post offices,etc.

The installation and service of all fuel oil, gasoline and cleaning solvent piping and related equipment in connection with manufacturingplants, industrial, airports, post offices. Maintenance facilities and service stations optional until assigned.

All process piping and equipment for refining, manufacturing, and industrial purposes.

All acetylene and arc welding, brazing, lead burning, soldered and wiped joints, caulked joints, expanded joints, rolled joints or any othermode or method of making joints used in connection with the pipefitting industry.

All piping for artificial gases, natural gases, holders and equipment for same, chemicals, minerals and by products and refining of same,when used in connection with the pipefitting industry.

The operation, maintenance, repairing, servicing, test and balance, and dismantling of all work installed by this trade classification.

All work related to the removal and replacement of CFC Refrigerants as mandated by the federal, state and local laws.

The installation and service of all oxygen and acetylene piping systems and related equipment in connection with manufacturing plants orremote distribution systems and industrial applications. Maintenance facilities and service stations optional until assigned.

The setting, erecting and piping of all cooling towers and evaporative condensers.

The installation of all related piping, fuel storage tanks and exhaust piping for emergency generators, manufacturing plants, airports, postoffices and industrial applications.

All pneumatic transit tube work and all piping for carrying systems by vacuum.

The handling and using of all tools and equipment that may be necessary for the erection and installation of all work and materials used inconnection with the pipefitting industry.

The laying out and cutting of all holes, chases and channels, the setting and erection of bolts, inserts, stands, brackets, supports, sleeves,thimbles, hangers, conduit and boxes, used in connection with the pipefitting industry. Hangers, supports, brackets requiring off sitefabrication may be purchased from miscellaneous metal or structural steel fabricators.

The testing and balancing of all piping systems or component parts thereof and solar systems, shall be done by this trade classification.

The unloading and handling from curbstone delivery, all equipment (including cooling towers) materials, the erection, installation of alltubing and piping, the setting and hanging of all units and fixtures which are included and necessary to make and complete an airconditioning, refrigeration, heating, piping installation, and solar installation, including the charging, testing, air and water balancing,servicing and maintenance of same and warranty of same.

Temporary mechanical equipment and air conditioning systems shall be installed and serviced by this trade classification.

The operation of pumps, air compressors and welding machines when used in conjunction with work covered by the pipefitters, shall bedone by this trade classification.

All ash collecting and conveyor piping systems, including all air washing and dust collecting piping and equipment, accessories andappurtenances and regulating devices, etc., when used in connection with the pipefitting industry.

All soot blowers and soot collecting piping systems, when used in, connection with the pipefitting industry.

Page 260: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 21 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

ROOFERS

Roofers 20.14$ 5.87$ 2.03$ 28.04$Foreman 22.14 5.87 2.03 30.04Helper 1st year 10.21 5.87 2.03 18.11Helper 2nd year 12.19 5.87 2.03 20.09Helper 3rd year 14.18 5.87 2.03 22.08

(1) Per hour health benefit includes hospitalization, medical, life, vision and dental insurance.

All forms of elastomeric and/or plastic (elasto-plastic) roofing systems, both sheet and liquid applied, whether singly or multi-ply.These shall include but not be limited to: PVC (polyvinyl chloride systems), Butyl Rubber, EPDM (ethylene propylene diene monomer),PIB (polyisobutylene), CPE (chlorosulfonated polyethylene), ECB (ethylene-copolymer-bitumen and anthracite dusts.) Also know asmodified or plasticized asphalt. MI insulations applied with the above systems, whether laid dry, mechanically fastened, or attachedwith adhesives. All types of aggregates, blocks, bricks or stones used to ballast these elasto-plastic systems. All types of aggregates,blocks or stones used as a ballast for Inverted Roofing Membrane Assembly. (IRMA) roofs or roofs of similar construction whereinsulation is laid over the roofing membrane. All sealing and caulking of seams and joints on these elasto-plastic systems to ensurewater tightness. All liquid-type elasto-plastic preparations for roofing, damp or waterproofing when applied with a squeegee, trowel,roller or spray equipment, whether applied inside or outside of a building.

All sheet-type elasto-plastic systems, whether single or multi-ply for waterproofing either inside or multi-ply for waterproofing eitherinside or outside of a building. All priming of surfaces to be roofed, damp or waterproofed, whether done by roller, mop, swap, three-knot brush, or spray systems. All types of pre-formed panels used in waterproofing (Volclay, etc.) All applications of protection boardto prevent, damage to the damp proofing or waterproofing membrane by other crafts or during backfilling operations. All handling ofroofing, damp and waterproofing materials. All hoisting of roofing, damp and waterproofing materials. All types of spray- in placefoams, such as urethane or polyurethane, and the coatings that are applied over them.

Scope of work under this trade includes but is not be limited to: Slate and tile roofers shall do all work on the following: All slatewhere used for roofing of any size, shape or color, including fiat or promenade slate, with necessary metal flashing to makewatertight. All file where used for roofing of any size, shape or color, and in any manner laid including flat or promenade tile, withnecessary metal flashing to make watertight. All asbestos shingles where used for roofing of any size, shape or color, and in anymanner, laid with necessary metal flashing to make watertight. All cementing in, or around said slate or tile roof. All laying of felt orpaper beneath the above mentioned work. All dressing, punching and cutting of all roof slate or tile. All operation of slate cuttingpunching machinery. All substitute material taking the place of slate or tile, as asbestos, slate or tile, cement or composition tile,excepting shingles of wood or metal file. All removal of slate or file roofing as defined above where the same is to be re-laid.

Composition roofers shall do all work on the following: All forms of plastic, slate, slag and gravel roofing. All kinds of asphalt andcomposition roofing. All rock asphalt and composition roofing. All rock asphalt mastic when used for damp and waterproofing. Allprepared paper roofing. All compressed paper, chemically prepared paper, and burlap when used for roofing or damp andwaterproofing purposes, with or without coating. All damp resisting preparations when applied with a mop, three-knot brush, roller,swab or spray system in or outside or building. All damp course, sheeting or coating on all foundation work. All tarred floors. Alllaying of tile or brick, when laid in pitch tar, asphalt mastic, marmolite, or any form bitumen. All forms of insulation used as a part ofor in connection with roofing, waterproofing or damp proofing.

Page 261: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 22 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

ROOFERS, Continued

APPRENTICE RATIO: One (1) Apprentice to One (1) Roofer.

All types of restaurant, coatings, mastics and toppings when used for roof maintenance and repairs.

All tear-off and/or removal (of any type of roofing), all spudding, sweeping, vacuuming and/or cleanup of any and all areas of anytype where a roof is to be re-laid.

Page 262: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 23 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

SHEET METAL WORKERS

CommercialSheet Metal Workers 24.76$ 5.60$ 6.63$ 36.99$Foremen (4 - 10 workers) 27.24 5.60 6.63 39.47General Foremen (2 or more Foremen) 28.47 5.60 6.63 40.70

IndustrialSheet Metal Workers 31.89$ 5.60$ 6.63$ 44.12$Foremen (4 -10 workers) 36.67 5.60 6.63 48.90General Foremen (2 or more Foremen) 38.27 5.60 6.63 50.50

Industrial Rate are used for Garbage Disposal Plants and Water & Sewer Treatment Plants.

Apprentices:

1st 6 months 15.95$ 5.60$ 3.32$ 24.87$ 2nd 6 months 17.54 5.60 3.65 26.79 3rd 6 months 19.13 5.60 3.98 28.71 4th 6 months 20.73 5.60 4.31 30.64 5th 6 months 22.32 5.60 4.64 32.56 6th 6 months 23.92 5.60 4.97 34.49 7th 6 months 25.51 5.60 5.30 36.41 8th 6 months 27.11 5.60 5.64 38.35

(1) Per hour health benefit includes hospitalization, medical, life vision and dental insurance.

APPRENTICE RATIO: three (3) Apprentices to three (3) Sheet metal Workers.

Scope of work includes but is not limited to: (a) manufacture, fabrication, assembling, handling, erection,installations, dismantling, conditioning, adjustment, alteration, repairing, and servicing of all ferrous or nonferrousmetal work and all other materials used in lieu thereof and of all HVAC systems, air veyor systems, exhaust systemsand air handling systems regardless of material used including the setting of all equipment and all reinforcements inconnection therewith; (b) all lagging over insulation and all duct lining; (c) testing and balancing of all air-handlingequipment and duct work; (d) the preparation of all shop and field sketches whether manually drawn or computerassisted used in fabrication and erection, including those taken from original architectural and engineering drawingsor sketches; and, (e) installation of proprietary and non proprietary metal roofing.

NOTE: Apprentices will be permitted to work at these rates when they are employed pursuant to and individually registered in alegitimate apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau ofApprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau. In Florida this agency is the FloridaDepartment of Education, Division of Career and Adult Education, Apprenticeship Section -http://www.fldoe.org/workforce/apprenticeship. Please see page 6 of the Supplemental General Conditions for more information.

Page 263: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

Page 24 of 24

MIAMI-DADE COUNTY

§2-11.16 CODE OF MIAMI-DADE COUNTY

RESPONSIBLE WAGES AND BENEFITS SCHEDULE

"HEAVY CONSTRUCTION"

TRADE/WORK LEVEL PER HOUR PER HOUR PER HOUR COMBINED

CLASSIFICATION WAGE RATE HEALTH PENSION DOLLAR

BENEFIT (1) BENEFIT VALUE

2018

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

For any class of laborers or mechanics which is not listed in the wage determinationand which is to be employed under the contract, the required wage rate shall be the

combined overall dollar value on an hourly basis of the "basic hourly rate of pay"(as defined in 29 C.F.R. Section 5.24) and of the fringe benefits payments forhospitalization, medical, pension and life insurance for such class under the

United States Secretary of Labor's applicable Davis -Bacon wagedetermination in effect for Miami Dade County.

Questions concerning the comparability of worker classifications or the applicabilityof Davis-Bacon classification shall be determined by the County.

Please Contact:

Internal Services DepartmentSmall Business Development Division

The Stephen P. Clark Center111 N.W. 1st Street - 19th Floor

Miami, Florida 33128-1906Phone Number: (305) 375-3111Fax Number: (305) 375-3160

Page 264: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

NOTICECounty Code §2-11.16

NOTICE TO ALL EMPLOYEES WORKING ONCOUNTY CONSTRUCTION PROJECTS

RESPONSIBLE WAGES AND BENEFITS

MINIMUM WAGEYou must be paid not less than the required base hourly rate and benefits listed in theWages and Benefits Schedule for every hour worked. You may not be paid below the baserate even if the value of the fringe benefits provided to you exceeds the value of the health andpension required in the schedule. Additionally, you must be paid not less than the combineddollar value (Base Rate + Health + Pension Benefit) listed in the wage and benefits scheduleposted with this notice for the type of work you are performing.

OVERTIMEYou must be paid time and one-half the basic rate of pay for all hours worked in excess of 40hours in a week.

APPRENTICES & TRAINEESApprentices/trainees rates apply only to apprentices and trainees properly registeredunder an approved Federal or State apprenticeship or training program.

SANCTIONSSanctions for a first-time offender are 20% of the amount of underpayment payable tothe County. The sanctions increase to 40% for the second underpayment and 60% forthe third underpayment. Contractors found to have underpaid a fourth time may besubject to suspension or termination in accordance with the contract terms anddebarment in accordance with the debarment procedures of the County.

COMPLAINTS Written complaints of underpayment should be filed with:

Internal Services Department Miami-Dade Aviation DepartmentSmall Business Development Division Minority Affairs Division111 NW 1ST Street, 19TH Floor Miami, FL 33128 or P O Box 025504, Miami, FL 33102-5504Telephone: (305) 375-3111 FAX: (305) 375-3160 Telephone: (305) 876-7764Email: [email protected] Email: [email protected]

Page 265: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

FAIR WAGE AFFIDAVIT

Before me, the undersigned authority appeared _______________________________(PRINT NAME)

the ___________________________ of _____________________________________, (PRINT TITLE) (PRINT NAME OF BIDDER OR PROPOSER)

who attests that ________________________________________shall pay workers on(PRINT NAME OF BIDDER OR PROPOSER)

the project minimum wage rates in accordance with Responsible Wages and Benefits,

Section 2-11.16 of the Code of Miami-Dade County and the Labor Provisions of the

contract documents.

State of FLORIDA

County of Miami-Dade

Sworn to (or affirmed) and subscribed before me this ____ day of _____________,201___.

Personally known or produced identification.

______________________________________(Signature of Notary Public - State of Florida) (Print, Type, or Stamp CommissionedName of Notary Public)

Type of identification produced:

Page 266: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

U.S. Department of LaborEmployment Standards AdministrationWage and Hour Division

PAYROLL(For Contractor's Optional Use; See Instructions, Form WH-347 Inst.)

Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number.

NAME OF CONTRACTOR !!!! OR SUBCONTRACTOR !!!! ADDRESS OMB No.: 1215-0149Expires: 03/31/2003

PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO.

(1) (2) (3) (4) DAY AND DATE (5) (6) (7) (9)(8)

DEDUCTIONS

O

O

O

O

O

O

O

O

FORM WH-347, Revised Nov. 1998 - FORMERLY SOL 184 - PURCHASE THIS FORM DIRECTLY FROM THE SUPT. OF DOCUMENTS

We estimate that it will take an average of 56 minutes to complete this collection of information, including time for reviewing instructions searching existing data sources, gathering andmaintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection ofinformation, including suggestions for reducing this burden, send them to the Administrator, Wage and Hour Division, ESA, U. S. Department of Labor, Room S3502, 200 ConstitutionAvenue, N. W., Washington, D. C. 20210.

NAME, ADDRESS, ANDSOCIAL SECURITY NUMBER

OF EMPLOYEE NO

. OF

WIT

HH

OLD

iNG

EX

EM

PT

ION

S

WORKCLASSIFICATION O

T. O

R S

T.

HOURS WORKED EACH DAYTOTALHOURS

RATEOF PAY

GROSSAMOUNTEARNED FICA

WITH-HOLDING

TAX OTHERTOTAL

DEDUCTIONS

NETWAGES

PAIDFOR WEEK

S /

S /

S /

S /

S /

S /

S /

S /

Page 267: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

REMARKS:

NAME AND TITLE SIGNATURE

THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR ORSUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE31 OF THE UNITED STATES CODE.

* U.S. G.P.O.:1997 519.861

Date

all persons employed on said project have been paid the full weekly wages earned, that no rebates havebeen or will be made either directly or indirectly to or on behalf of said

from the full(Contractor or Subcontractor)

weekly wages earned by any person and that no deductions have been made either directly or indirectlyfrom the full wages earned by any person, other than permissible deductions as defined in Regulations, Part3 (29 CFR Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948,63 Start. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. 276c), and described below:

(2) That any payrolls otherwise under this contract required to be submitted for the above period arecorrect and complete; that the wage rates for laborers or mechanics contained therein are not less than theapplicable wage rates contained in any wage determination Incorporated into the contract; that theclassifications set forth therein for each laborer or mechanic conform with the work he performed.

(3) That any apprentices employed in the above period are duly registered in a bona fideapprenticeship program registered with a State apprenticeship agency recognized by the Bureau ofApprenticeship and Training, United States Department of Labor, of if no such recognized agency exists in aState, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor.

(4) That:(a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS

! − in addition to the basic hourly wage rates paid to each laborer or mechanic listed inthe above referenced payroll, payments of fringe benefits as listed in the contracthave been or will be made to appropriate programs for the benefit of suchemployees, except as noted in Section 4(c) below.

(b) WHERE FRINGE BENEFITS ARE PAID IN CASH

! − Each laborer or mechanic listed in the above referenced payroll has been paid,as indicated on the payroll, an amount not less than the sum of the applicablebasic hourly wage rate plus the amount of the required fringe benefits as listedin the contract, except as noted in Section 4(c) below.

(c) EXCEPTIONS

EXCEPTION (CRAFT) EXPLANATION

I, , (Name of Signatory Party) (Title)

do hereby state:

(1) That I pay or supervise the payment of the persons employed by

on the (Contractor or Subcontractor)

; that during the payroll period commencing on the (Building or Work)

day of , , and ending the day of , ,

Page 268: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01010 - 1 PCTS No. 13315

SECTION 01010

SUMMARY OF WORK

PART 1 GENERAL

1.01 LOCATION OF WORK

A. The work of this Contract is located at:

30211 SW 147th Ave.

Homestead, FL 33033

1.02 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and construct the Sewage Pump

Station 692 Upgrades project in its entirety as shown on the Drawings and as specified herein.

The Work includes upgrades to demolition of existing equipment, as shown on the drawings,

replace equipment that has reached its useful life. The Work generally includes but is not

limited to replacement of booster and wetwell pumps, piping, valves, appurtenances, building

roof, doors, windows, louvers, HVAC, plumbing, field instruments, site work and by pass

pumping. The Work also includes removal of an existing indoor generator, converting the

existing generator room into an electrical room and adding a new outdoor generator with

integral fuel storage tank.

B. Obtain all local permits required for the performance of the Work.

C. Obtain all Federal, State and local permits, building permits, County permits or Florida

Department of Environmental Protection permits that may be required for the transporting and

disposal of liquid and solid wastes resulting from the performance of the Work. Ensure that the

disposal facilities proposed to be used have all certifications and permits required by Federal,

State and local regulatory agencies to receive and dispose of wastes resulting from the

performance of the Work.

D. The Work includes, but is not necessarily limited to, the following:

1. Site Work

a. Erosion Control

b. Site Restoration including Sodding, Paving and other Restorations

c. Miscellaneous Paving, Grading and Drainage

d. Piping Modifications

e. Yard Electrical and Instrumentation

2. Pump Station Upgrades

a. Replace Roof with Modified Bitumen Roofing System

b. Replace Windows, Doors, Louvers and Frames

c. Clean, Patch and Paint Existing Stucco

d. Repair and Re-Coat Wetwell

e. Remove Existing Ozonator System

f. Remove Existing Generator

g. Outdoor Generator with Integral Fuel Tank and Fuel Piping

h. Concrete Stairs and Platform

Page 269: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01010 - 2 PCTS No. 13315

i. Guardrails

j. Roof Access Ladder

k. HVAC and Ventilation Equipment

l. Toilet Room, Plumbing Fixtures and Plumbing Improvements

m. Structural Repairs

n. Aluminum Platforms

o. Valve Vault Modifications

p. Wetwell and Booster Pumps, Piping Valves and Appurtenances

q. Temporary By-Pass Pumping System, as required to perform work

r. Hydraulic Accumulator System

s. Variable Frequency Drives

t. Electrical Equipment and Instrumentation

u. General Requirements, Project Control and As-Built Drawings

3. Some of the work under this project is being performed in a Class I, Division 1 area. The

contractor is responsible to develop a health and safety plan in compliance with OSHA for

all the work and environment the work is being performed.

1.03 WORK BY OTHERS

A. During the course of the project one or more contractors and the Owner may be in the area to

conduct other work. The Contractor shall not interfere and shall coordinate his work with the

work of others. Refer to Article 7 of the General Conditions for additional requirements.

1.04 CONTRACTOR'S USE OF PREMISES

A. Coordinate use of premises with Owner.

B. Contractor shall assume full responsibility for security of all his/her and his/her subcontractor’s

materials and equipment stored on the site.

C. If directed by the Owner or Engineer, move any stored items which interfere with operations of

Owner or other contractors.

D. Obtain and pay for use of additional storage or work areas if needed to perform the Work.

E. Execute Certificate of Substantial Completion prior to Owner's occupancy.

1. After Owner occupancy, Contractor shall allow:

a. Access for Owner's personnel.

b. Operation of pump station, HVAC, plumbing and electrical systems.

2. After occupancy, Owner will provide:

a. Contractor access to finish punch list items.

b. Operation of pump station, HVAC, plumbing and electrical systems.

1.05 OWNER-FURNISHED PRODUCTS

A. The Owner will furnish and pay for the following items:

1. Wastewater Booster Pumps: Section 11210

Page 270: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01010 - 3 PCTS No. 13315

2. Ball Valves and Hydraulic Accumulator System: Section 15103

B. Owner's Responsibilities

1. Arrange for and deliver necessary shop drawings, product data and samples to Contractor.

2. Arrange and pay for delivery of item to site. Coordinate delivery with Contractor.

3. Deliver supplier's bill of materials to Contractor.

4. Inspect delivery jointly with Contractor.

5. Submit claims for transportation damages.

6. Arrange for replacement of damaged, defective, or missing items.

7. Arrange for manufacturer's warranties, bonds, service and inspections as required.

C. Contractor's Responsibilities

1. Coordinate delivery date for each pre-purchased item with Owner.

2. Review shop drawings, product data and samples. Notify Engineer of any discrepancies or

problems anticipated with use of pre-purchased item.

3. Receive and unload items at site.

4. Inspect items jointly with Owner and record any shortages, damaged or defective items.

5. Assume responsibility for items, including insurance, upon acceptance of items at site.

6. Handle items at site, including uncrating and storage. Protect items from exposure to

elements and damage.

7. Assemble, install, connect and finish products and provide warranty for Contractor

furnished materials and workmanship as specified.

8. Repair or replace items damaged as a result of Contractor's work.

END OF SECTION

Page 271: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01010 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 272: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01014 - 1 PCTS No. 13315

SECTION 01014

CONSTRUCTION SEQUENCE

PART 1 GENERAL

1.01 SITE CONDITIONS

A. Several areas of construction under this Contract shall be coordinated with the Owner and

accomplished in a logical order to maintain the system flow and to allow construction to be

completed within the time allowed by Contract Documents. Coordinate the activities with the

other contractors, if any, to allow orderly and timely completion of all the work.

B. When access through construction areas must be disrupted, provide alternate acceptable access

for the Owner or other contractors.

C. Coordinate the activities in the interface or common areas with these other contractors and the

Owner.

D. Various interconnections will depend on the closure of various valves. These valves are old and

may not seal properly. Coordinate with the Owner prior to attempting any such closure and

provide any corrective measure of temporary facilities necessary to attain the shut-off needed to

perform the work at no additional cost to the Owner and without interrupting system operation.

E. When the work requires an existing facility to be taken out of operation, temporarily or

permanently, notify the Engineer and Owner 1 week in advance.

F. Where water is required in large quantity for preoperational testing or other use, purchase it

from the Owner. Pay all fees and water usage charges.

G. During Start-Up Testing, make available the manpower, equipment and manufacturer's

representatives required to make any necessary adjustments and training.

H. The Contractor is responsible for developing a sequence of construction to maintain continuous

operation of the pump station. A minimum of two booster pumps and one wetwell pump shall

remain in operation at all times except for a short disruption for replacement of valves. Pump

station disruptions shall be coordinated with the Owner and shall be limited to 8 hour durations

and low flow periods.

1.02 CONSTRUCTION CONSTRAINTS

A. The following is a list of constraints to consider in developing the overall plan of construction.

This list is not intended to release the Contractor from the responsibility to coordinate the work

in any manner which will ensure project completion within the time allowed. The following

areas are not necessarily listed in their required sequence of construction. A suggested sequence

within each area, where necessary, is included.

B. Pump Station

1. The monorail system does not have sufficient capacity for removal of the valves or pump

components and is not to be used.

Page 273: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01014 - 2 PCTS No. 13315

2. Wetwell pumps 2 and 3 need to be removed from service to facilitate removal and

replacement of equipment in booster pump trains 1 and 2 through the larger of the existing

floor openings.

3. In order to maintain operation of two booster pumps and one wetwell pump, booster pumps

1 and 2 and wetwell pumps 3 and 4 should be removed and replaced first in the

construction sequence. New pumps shall be fully testing and operational prior to removal

and replacement of the remaining pumps.

C. Electrical Room

1. Complete construction of the new generator prior to removing the existing generator.

2. See Drawing E-5 for additional recommended construction sequence information.

3. Preoperational Testing

a. Upon construction completion of the electrical facilities, conduct preoperational

testing as required by the Contract Documents.

4. Start-Up Testing

a. Upon satisfactory preoperational testing of the electrical facilities and availability of

adequate load to test these facilities, test facilities under normal operating conditions.

Note 1: The new Generator shall be tested, accepted, and operationally complete with its auto-transfer

capability prior to removing the existing generator.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 274: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 1 PCTS No. 13315

SECTION 01025 MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.01 SCOPE

A. This Section includes specification for the measurement and payment of the various elements of the Work; with provisions applicable to lump sum prices, unit prices, and allowances, if applicable.

B. In the case of conflict between this Section and the measurement methods specified in the individual technical Sections, the measurement methods in the technical specifications shall govern.

C. The Contractor shall receive no payment for any portion of the work until it is installed. The only exception to this is payment for stored materials on site if the Contract provides for the payment of stored materials. Partial payment may be requested for items partially installed.

D. No direct or separate payment will be made for providing miscellaneous temporary or accessory works, services, field offices, meetings, layout surveys, job signs, sanitary requirements, testing, safety devices, record drawings, water supplies, power, removal of waste, watchmen, storage, staging, and stockpiling, pre-construction video, permits, and all other requirements of the General Conditions and DIVISION 1 - GENERAL REQUIREMENTS. Compensation for all such services, equipment and materials shall be included in the prices stipulated for the lump sum and unit pay items listed herein.

E. Erosion and sedimentation control is not a separate pay item but is considered to be an integral part of the work under the Contract, and on Contract bid prices include the cost of erosion and sedimentation control necessitated by the work related to that bid item. Refer to Specification Section 02270 for Erosion and Sedimentation Control requirements.

F. Restoration is not a separate pay item but is considered to be an integral part of the work under the Contract, and on Contract bid prices include the cost of restoration necessitated by the work related to that bid item. Restoration is defined as follows: Any existing structures and property including, but not limited to, stabilized roads, utility services, drainage piping and ditches, catch basins, head walls, yard culverts, walls, fences, shrubs, trees, lawns, driveways, curb and gutter, sidewalks, walkways, and irrigation systems which are altered, removed, or damaged during construction shall be restored to the same or better condition than existed prior to construction. Cleanup is an integral part of restorations.

G. Excavation will be unclassified and shall include material of every description and of whatever substance encountered. The cost for excavation shall be merged into the lump sum unit bid prices. No distinction will be made between rock, boulder and earth excavation and no separate payment will be allowed.

1.02 RELATED WORK

A. Schedule of Values is included in Section 01370.

B. Applications for Payment are included in Section 01026.

Page 275: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 2 PCTS No. 13315

C. Item 3: Demolition, Removal and Disposal

1. All costs incurred for demolition, removal and legal disposal of existing materials andequipment, including transportation to a Department facility for salvageable equipment;will be paid for at the aggregate sum bid price. The price bid shall be full compensation forcomplete installation and include all appurtenant and miscellaneous items and work.

D. Item 4: Ball Valves and Accessories

1. All costs incurred for receiving, inspecting, handling, storing, testing and installingDepartment furnished ball valves and accessories, for all acceptance testing will be paid forat the aggregate sum bid price. The price shall be full compensation for completeinstallation and include all appurtenant and miscellaneous items and work.

E. Item 5: 42-Inch and 48-Inch Plug Valves and Accessories

1. All costs incurred for receiving, inspecting, handling, storing, testing and installingDepartment furnished 42-inch and 48-inch plug valves and accessories; for all acceptancetesting will be paid for at the aggregate sum bid price. The price shall be full compensationfor complete installation and include all appurtenant and miscellaneous items and work.

F. Item 6: Structural and Architectural Modifications, Roofing, Doors, Louvers and Roofing

1. All costs for constructing reinforced masonry walls, reinforced concrete, stucco, landings,railings, stairs, thermal and moisture protection, doors, louvers and roofing and all other

1.

C. General Conditions

1.03 PAY ITEMS

A. Item 1: General Requirements

General Requirements, or Home/Field Office Overhead, which include costs associated with anddelineated in the general and supplemental conditions of the Contract, and Division 1 of the Specificationsplus the General and Administrative (G&A or Home Office Overhead) costs which are costs not associatedwith a specific project, but account for the contractors business operating expenses including estimatingand preconstruction services, accounting, marketing, etc., which are reasonably allocated to this specificproject’s base duration. This costs divided by the project’s base duration will be used to determine theindirect costs associated with a compensable project delay (General Terms and Conditions, Article 8 -Contract Time, Section F - Liquidated Damages and Liquidated Direct Costs).

B. Item 2: Site Work and Department Furnished Equipment

1. Performing preparatory work and operations including mobilization, excluding the cost ofmaterials included in the pay items following. Items included but shall not be limited to:preparation, submission and correction of all shop drawings for long lead time materialsordering equipment and materials in a timely fashion; operations necessary for movementof personnel, equipment, supplies to the project site and for safety equipment and first aidsupplies, sanitary and other facilities; permitting and reparation/ submission/ acceptance;the cost of bonds, required insurance and preconstruction expense. Performing site workincluding cleaning, grubbing, site preparation, earthwork, excavation, sheeting,dewatering, backfilling, compaction, grading, erosion control and other general site work.The cost of permits will be paid under a separate dedicated allowance.

Page 276: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 3 PCTS No. 13315

appurtenant and miscellaneous items and work will be paid for at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

G. Item 7: Plumbing and Accessories

1. All costs for furnishing and installing plumbing upgrades and toilet room fixtures and accessories and miscellaneous items and work will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

H. Item 8: HVAC Upgrades

1. All costs for furnishing and installing all HVAC upgrades and miscellaneous items and work will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

I. Item 9: Miscellaneous Metals

1. All costs for furnishing and installing miscellaneous metals and related work will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

J. Item 10: Painting and Coating

1. All costs for furnishing, installing and testing paint and coatings including coating of the wetwell and all required surface preparation and cleaning including removing sludge from the wetwell will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

K. Item 11: Restoration, Paving and Sodding

1. All costs for furnishing and installing sod, paving and performing restoration will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

L. Item 12: Specialties and Miscellaneous Work

1. All costs for furnishing and installing specialties and miscellaneous work will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

M. Item 13: 24-Inch Plug Valves

1. All costs for selling and delivering of interior 24-inch plug valves will be paid at a unit price. The price bid shall be full compensation for valve and include all appurtenant and miscellaneous items and work.

N. Item 14: 24-Inch Plug Valves

Page 277: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 4 PCTS No. 13315

1. All costs for installing of interior 24-inch plug valves will be paid for at a unit price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

O. Item 15: 20-Inch Plug Valves

1. All costs for selling and delivering of interior 20-inch plug valves will be paid at a unit price. The price bid shall be full compensation for valve and include all appurtenant and miscellaneous items and work.

P. Item 16: 20-Inch Plug Valves

1. All costs for installation of interior 20-inch plug valves will be paid at a unit price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

Q. Item 17: 14-Inch Plug Valves

1. All costs for selling and delivering of interior 14-inch plug valves will be paid at a unit price. The price bid shall be full compensation for valve and include all appurtenant and miscellaneous items and work.

R. Item 18: 14-Inch Plug Valves

1. All costs for installing of interior 14-inch plug valves will be paid at a unit price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

S. Item 19: 12-Inch Plug Valves

1. All costs for selling and delivering of interior 12-inch plug valves will be paid at a unit price. The price bid shall be full compensation for valve and include all appurtenant and miscellaneous items and work.

T. Item 20: 12-Inch Plug Valves

1. All costs for installing of interior 12-inch plug valves will be paid at a unit price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

U. Item 21: 12-Inch Check Valves

1. All costs for selling and delivering of check valves will be paid at a unit price. The price bid shall be full compensation for complete for valve and include all appurtenant and miscellaneous items and work.

V. Item 22: 12-Inch Check Valves

1. All costs for installing check valves will be paid at a unit price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

Page 278: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 5 PCTS No. 13315

W. Item 23: Wetwell Pumps and Motors

1. All costs for selling and delivering of wetwell pumps and 100 hp motors (Vertical Non-Clog Wastewater Pump) at locations shown in the plans or as directed by the Engineer in the field will be paid at the aggregate sum bid price. The price bid shall be full compensation for wetwell pumps and include all appurtenant and miscellaneous items and work.

X. Item 24: Wetwell Pumps and Motors

1. All costs for installing wetwell pumps and 100 hp motors(Vertical Non-Clog Wastewater Pump) at locations shown in the plans or as directed by the Engineer in the field, including motors, accessories and providing start up testing, will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

Y. Item 25: Booster Pumps, Motors and Accessories

1. All costs incurred for receiving, inspecting, handling, storing, testing and installing Department furnished booster pumps, motors and accessories; for all acceptance testing will be paid for at the aggregate sum bid price. The price shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

Z. Item 26: Interior Piping, Fittings and Appurtenances

1. All costs for selling and delivering of interior piping, fittings and appurtenances will be paid at the aggregate sum bid price. The price bid shall be full compensation for interior piping and include all appurtenant and miscellaneous items and work.

AA. Item 27: Interior Piping, Fittings and Appurtenances

1. All costs for installing and testing interior piping, fittings and appurtenances will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

BB. Item 28: Exterior Piping, Fittings and Appurtenances

1. All costs for selling and delivering interior piping, fittings and appurtenances will be paid at the aggregate sum bid price. The price bid shall be full compensation for exterior piping and include all appurtenant and miscellaneous items and work.

CC. Item 29: Exterior Piping, Fittings and Appurtenances

1. All costs for installing and testing interior piping, fittings and appurtenances will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

DD. Item 30: Hydraulic Accumulator

1. All costs for receiving, inspecting, handling, storing, testing and installing a magnetic hydraulic accumulator, fault and appurtenances will be paid at the aggregate sum bid price.

Page 279: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 6 PCTS No. 13315

The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

EE. Item 31: Control System Integrator and PLC Auxiliary Panel

1. All costs for furnishing the services of a single control system integrator (CSI), furnishing and installing a PLC auxiliary control panel manufactured by the CSI will be paid at the aggregate sum bid price. The price bid shall be full compensation for complete installation and include all appurtenant and miscellaneous items and work.

FF. Item 32: 100 hp Motor Starter

1. All costs for selling and delivering 100 hp motor starters will be paid for at a unit price. The price bid shall be full compensation for motor starters units and all other appurtenant and miscellaneous items and work.

GG. Item 33: 100 hp Motor Starter

1. All costs for installing 100 hp motor starters units will be paid for at a unit price. The price bid shall be full compensation for a complete installation, ready for service, and all other appurtenant and miscellaneous items and work.

HH. Item 34: 300 hp Variable Frequency Drive (VFD)

1. All costs for selling and delivering 300 hp VFD units will be paid for at a unit price. The price bid shall be full compensation for each VFD units and all other appurtenant and miscellaneous items and work.

II. Item 35: 300 hp Variable Frequency Drive (VFD)

1. All costs for installing 300 hp VFD units will be paid for at a unit price. The price bid shall be full compensation for each complete installation, ready for service, and all other appurtenant and miscellaneous items and work.

JJ. Item 36: Electrical Panel Boards, Switchgear, MCCs

1. All costs for selling and delivering of electrical panel boards, switchgear, MCCs and all other electrical and control equipment and materials not part of another Bid Item will be paid at the aggregate sum bid price. The price bid shall be full compensation for each piece of equipment, and all other appurtenant and miscellaneous items and work.

KK. Item 37: Electrical Panel Boards, Switchgear, MCCs

1. All costs for installing electrical panel boards, switchgear, MCCs and all other electrical and control equipment and materials not part of another Bid Item will be paid at the aggregate sum bid price. The price bid shall be full compensation for each complete installation, ready for service, and all other appurtenant and miscellaneous items and work.

LL. Item 38: Yard Piping, Valves, Fittings and Appurtenances

1. All costs for selling, delivering, installing and testing yard piping, valves and appurtenances as required to provide for the by-pass of the pump station will be paid at the

Page 280: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 7 PCTS No. 13315

aggregate sum bid price. The price bid shall be full compensation for each complete installation, ready for service, and all other appurtenant and miscellaneous items and work.

MM. Item 39: Generator and Fuel Piping

1. All costs for selling and delivering generator and fuel piping and appurtenances will be paid at the aggregate sum bid price. The price bid shall be full compensation for each complete installation, ready for service, and all other appurtenant and miscellaneous items and work.

NN. Item 40: Generator and Fuel Piping

1. All costs for installing and testing generator and fuel piping and appurtenances will be paid at the aggregate sum bid price. The price bid shall be full compensation for a complete installation, ready for service, and all other appurtenant and miscellaneous items and work.

OO. Item 41: Existing 48-Inch PCCP Pipe

1. All costs for replacing the existing 48-inch PCCP pipe with Department furnished 48-inch ductile iron pipe shall be paid at a unit price. The price bid shall be full compensation for a complete installation, ready for service and include all receiving, handling, storage, testing and miscellaneous items and work.

PP. Item 42: Dedicated Allowance for Type C Concrete Repairs

1. Payment for surface concrete repair type C as specified shall include furnishing the products, tools, equipment, services, and labor to apply surface concrete repair type C, for the quantity measured (square feet) at the price entered for the respective and shall be full compensation for all Work required for or incidental to the satisfactory completion of the project. Any portion of this fund remaining after all authorized payments have been made will be withheld form contract payments and remain with the Department.

QQ. Item 43: Dedicated Allowance for Type E Concrete Repairs

1. Payment for surface concrete repair type E as specified shall include furnishing the products, tools, equipment, services, and labor to apply surface concrete repair type E, for the quantity measured (square feet) at the price entered for the respective and shall be full compensation for all Work required for or incidental to the satisfactory completion of the project. Any portion of this fund remaining after all authorized payments have been made will be withheld form contract payments and remain with the Department.

RR. Item 44: Dedicated Allowance for Type F Concrete Repairs

1. Payment for surface concrete repair type F as specified shall include furnishing the products, tools, equipment, services, and labor to apply surface concrete repair type F, for the quantity measured (square feet) at the price entered for the respective and shall be full compensation for all Work required for or incidental to the satisfactory completion of the project. Any portion of this fund remaining after all authorized payments have been made will be withheld form contract payments and remain with the Department.

SS. Item 46: Dedicated Allowance for Pipe Repairs and Lining

Page 281: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 8 PCTS No. 13315

1. Payment for pipe repair or lining required based on inspection of the existing facilities during construction.

2. Payment to the Contractor under the Dedicated Allowance will only be made for work ordered in writing by the Engineer. Any portion of this account remaining after all authorized payments have been made will be withheld from contract payments and remain with the Department.

TT. Item 47: Dedicated Allowance for Permit Fees

1. Allowance to include the costs of all required permits, impact fees, inspections and shall be 3% of Item 45. Any portion of this fund remaining after all authorized payments have been made will be withheld form contract payments and remain with the Department

UU. Item 48: Contingency Allowance for Unforseen Conditions

1. This account is for labor, materials, equipment and services necessary for modification or extra work required to complete the Project because of unforeseen conditions, unforeseen conflicts between existing elements of the work and the proposed work; for changes required to resolve unforeseen conditions, revised regulations, product developments, operational changes, schedule requirements, emergencies and other miscellaneous costs and for adjustments to estimated quantities shown on the unit prices of the proposals to conform to actual quantities installed and associated time related to this work only if approved by the Engineer.

2. Payment to the Contractor under the Contingency Allowance will only be made for work ordered in writing by the Engineer. Any portion of this account remaining after all authorized payments have been made will be withheld from contract payments and remain with the Department.

1.04 LUMP SUM ITEMS

A. Lump Sum measurement will be for the entire item, unit of work, structure, or combination thereof, as specified and as indicated in the Bid Form. Measurement and payment for all bid items indicated as Lump Sums shall include the cost of all labor, materials and equipment necessary to furnish, install, clean, test, and place each bid item into operation; including permitting, general conditions, overhead and profit.

B. Progress payments will be based on the Schedule of Values prepared by the Contractor and approved by the Engineer and Owner before acceptance of the first Application for Payment.

C. In order for the Contractor to request progress payments against Lump Sum items, Contractor shall provide a disaggregation or breakdown in sufficient measurable detail that is acceptable to the Engineer.

D. Measurement

1. Measurement shall be based on the estimated percent complete of each item of the Schedule of Values, as determined by the Engineer.

Page 282: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 9 PCTS No. 13315

E. Payment

1. Payment will be made at the lump sum price proportional to the completion percentages approved by the Engineer.

1.05 UNIT PRICE ITEMS

A. Quantity and measurement estimates stated in the Bid Form are estimates for bidding purposes only. Actual payments shall be based on actual quantities installed, in-place, as measured and/or verified by the Engineer.

B. Unless otherwise provided in the General Conditions, the bid unit prices shall be in effect throughout the contract duration, regardless of variances between the estimated quantities and the actual installed quantities.

C. The Contractor shall make no claim, nor receive any compensation, for anticipated profits, loss of profit, damages, or any extra payment due to any difference between the amounts of work actually completed, or materials or equipment furnished, and the estimated quantities

D. Unless otherwise approved by the Owner, any unit quantities exceeded may not be invoiced until the estimated quantity is increased by contract change order.

E. Contractor shall assist Engineer by providing necessary equipment, workers, and survey personnel as required to measure quantities.

F. Measured quantities shall be rounded to the nearest whole integer, unless the value of the unit price exceeds $100, in which case measured quantities shall be rounded to the nearest half unit.

G. Measurement

1. Measurement for progress payment shall be made by, or approved by, the Engineer based on the estimated effective quantity installed. The effective quantity installed represents the actual units or quantities installed, adjusted for incomplete elements or components.

2. Unless otherwise provided for in the Bid Form unit price items are all-inclusive of all related work, direct and indirect, to provide a complete and functional item. For example, underground pipe installation would include trenching, shoring, dewatering, bedding, installation, backfill, testing, flushing, disinfection, and commissioning; including all labor, materials and equipment necessary to furnish, install, clean, test, and place into operation; including permitting, general conditions, overhead and profit.

3. The final measurement shall be based on actual quantities, jointly measured by Contractor and Engineer, complete, fully, tested and placed into service.

H. Payment

1. Progress payments shall be in accordance with the contract documents based on estimated effective quantities installed, paid at the bid unit price.

2. The final payment shall be based on actual quantities, fully installed, tested and placed into service, paid at the bid unit price.

Page 283: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01025 - 10 PCTS No. 13315

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 ALLOWANCE ITEMS

A. Measurement and Payment

1. The Contractor shall submit proposals in accordance the change clauses of the contract. This additional work may be performed by unit price, lump sum, or cost of the work, at the Department’s discretion. Eligible costs, including Contractor mark-ups for overhead and profit are allowable as specified in the General Conditions.

END OF SECTION

Page 284: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01026 - 1 PCTS No. 13315

SECTION 01026

APPLICATION FOR PAYMENT

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Submit Applications for Payment to the Engineer in accordance with the schedule established

by Conditions of the Contract and Agreement between Owner and Contractor.

B. The accepted Schedule of Values, Section 01370, shall be used as the basis for the Contractor's

Application for Payment.

1.02 RELATED WORK

A. Additional requirement specified in the General Conditions.

B. Field Engineering is included in Section 01050.

C. Schedule of Values are included in Section 01370.

D. Construction Photographs are included in Section 01380.

E. Contract Closeout is included in Section 01700.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, applications typed on forms provided by the Owner,

Application for Payment, with itemized data typed on 8-1/2-in by 11-in or 8-1/2-in by 14-in

white paper continuation sheets.

B. Provide itemized data on continuation sheet.

1. Format, schedules, line items and values: Those of the Schedule of Values accepted by the

Engineer.

C. Provide construction photographs in accordance with Section 01380.

1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT

A. Application Form

1. Fill in required information, including that for Change Orders executed prior to date of

submittal of application.

2. Fill in summary of dollar values to agree with respective totals indicated on continuation

sheets.

3. Execute certification with signature of a responsible officer of Contract firm.

Page 285: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01026 - 2 PCTS No. 13315

B. Continuation Sheets

1. Fill in total list of all scheduled component items of Work, with item number and

scheduled dollar value for each item.

2. Fill in dollar value in each column for each scheduled line item when work has been

performed or products stored.

a. Round off values to nearest dollar, or as specified for Schedule of Values.

3. List each Change Order executed prior to date of submission, at the end of the continuation

sheets.

a. List by Change Order Number and description, as for an original component item of

work.

4. To receive approval for payment on component material stored on site, submit copies of

the original paid invoices with the application for payment.

1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS

A. When the Owner or the Engineer requires substantiating data, submit suitable information, with

a cover letter identifying.

1. Project.

2. Application number and date.

3. Detailed list of enclosures.

4. For stored products:

a. Item number and identification as shown on application.

b. Description of specific material.

B. Submit one copy of data and cover letter for each copy of application.

C. As a prerequisite for payment, submit a "Surety Acknowledgement of Payment Request" letter

showing amount of progress payment which the Contractor is requesting.

D. Maintain an updated set of drawings to be used as record drawings in accordance with Section

01700. As a prerequisite for monthly progress payments, exhibit the updated record drawings

for review by the Owner and the Engineer.

1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT

A. Fill in Application form as specified for progress payments.

B. Use continuation sheet for presenting the final statement of accounting as specified in Section

01700.

C. Submit all Project Record Documents in accordance with Section 01700.

Page 286: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01026 - 3 PCTS No. 13315

1.07 SUBMITTAL PROCEDURE

A. Submit Applications for Payment to the Engineer at the times stipulated in the Agreement.

B. Number: Five copies of each Application.

C. When the Engineer finds Application properly completed and correct, he/she will transmit

certificate for payment to Owner, with copy to Contractor.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 287: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01026 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 288: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01038 - 1 PCTS No. 13315

SECTION 01038

REQUESTS FOR INFORMATION

PART 1 GENERAL

1.01 DESCRIPTION OF REQUIREMENTS

A. This Section specifies the general methods and requirements of Requests for Information (RFIs).

1.02 RELATED WORK

A. Additional requirements may be specified in the General Conditions.

B. Submittals are included in Section 01300

C. Project Record Documents are included in Section 01720.

1.03 REQUESTS FOR INFORMATION

A. When the Contractor believes that additional information or clarification of a contract

requirement is needed, it may initiate a Request for Information

B. RFIs may relate to Technical matters or Administrative matters. The RFI process shall be

limited to the clarification of technical and/or administrative matters. While the response to an

RFI might lead to a change in the contract scope, cost or time, RFIs are not a substitute to the

notification requirements stipulated in the General Conditions.

C. A response to an RFI may authorize minor changes to the contract consistent with the terms of

the contract related to the responsibilities and limitations of authority of the Engineer.

D. A response to an RFI is not an authorization to perform any additional work that would require

that change order or written amendment to the contract. If the Contractor believes the response

an RFI requires a change to the contract, Contractor shall promptly provide written notice to the

Owner and Engineer in accordance with the General Conditions.

E. RFIs are not a substitute for the Submittals process specified elsewhere.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 ORIGINATION

A. The Contractor shall originate RFIs using the form appended to this Section.

1. RFIs shall be numbered consecutively. In the event that an answered RFI results in a

follow-up inquiry, the follow-up shall maintain the same number as the original, appended

with a suffix.

2. Include Specification Section(s), Drawing(s), or detail(s) for which information is

requested.

Page 289: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01038 - 2 PCTS No. 13315

3. Attach drawings, sketches, photographs or other relevant information.

4. If the question concerns an interpretation of the Contract Documents, enter the Contractor's

interpretation.

5. Indicate the date by which the Contractor requests a reply.

6. Sign the upper portion of the form.

B. RFIs may not be submitted by subcontractors or suppliers. When a subcontractor or supplier

generates a request for information or clarification to the Contractor, Contractor shall

incorporate such requests into the required format, assign the next number, and sign.

C. Contractor shall maintain a log of all RFIs including the date originated, date delivered, and

date answered.

3.02 PROCESSING

A. Contractor shall submit all RFIs to the Engineer for processing.

B. Technical RFIs will generally be reviewed and answered by the respective discipline engineer

or architect.

C. Administrative RFIs will generally be reviewed and answered by the Engineer in consultation

with the Owner.

D. The Engineer will generally respond to RFIs within seven calendar days of receipt – depending

on the complexity of the inquiry.

3.03 RESPONSES

A. If the RFI contains sufficient clarity, the Engineer will insert a response in the lower portion of

the RFI form, sign and date the response; and, return the completed form to the Contractor.

B. If the RFI does not contain sufficient clarity, the Engineer may request additional information

from the Contractor.

C. Engineer will distribute copies to the Owner and project files.

D. Engineer will maintain a log of all RFIs including the date received and date returned to

Contractor.

3.04 RECORD INFORMATION

A. Contractor shall include all clarifications obtained through the RFI process into the record

information in accordance with Section 01720.

END OF SECTION

(Standard RFI Form Follows)

Page 290: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01038 - 3 PCTS No. 13315

Request for Information Project Name:

Owner’s Project No.: CDM Smith Project No.:

Contractor: RFI No.:

Date:

Subject:

Spec Section: Drawing: Detail:

QUESTION:

If the above question concerns an interpretation of the Contract Documents, the

Contractor's interpretation is:

Please Respond by This Date:

Submitted by Contractor: Date:

Received by (CDM Smith): Date:

RESPONSE:

By: Date:

Distribution: Contractor, Owner, File, Field, RFI Notebook

Page 291: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01038 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 292: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01045 - 1 PCTS No. 13315

SECTION 01045

CUTTING, CORING, AND PATCHING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section covers the cutting, coring, rough and finished patching of holes and openings

Holes and opening maybe in existing construction, or in parts of new construction. Procedures

for cutting and patching will be the same for either condition.

B. All cutting, coring, and rough patching shall be performed by the Contractor and shall be

performed by the trade associated with the application of the particular finish.

C. Provide all cutting, fitting and patching, including attendant excavation and backfill, required to

complete the work or to:

1. Make its several parts fit together properly.

2. Uncover portions of the work to provide for installation of ill-timed or improperly

scheduled work.

3. Remove and replace defective work.

4. Remove and replace work not conforming to requirements of Contract Documents.

5. Remove samples of installed work as specified for testing.

6. Provide penetrations of structural surfaces and materials for installation of piping,

ductwork, equipment and electrical conduit.

7. Provide penetrations of non-structural surfaces and materials for installation of piping,

ductwork, equipment and electrical conduit. The determination of what is a nonstructural

surface or material shall be made by the Engineer.

8. Remove, install, or relocate materials or equipment.

1.02 RELATED WORK

A. Summary of Work is included in Section 01010.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, a written request prior to executing any cutting or

alteration which is not shown or detailed on the contract documents which affects or requires:

1. Cutting structural members.

2. Holes drilled in beams or other structural members.

3. Work of the Owner or any separate contractor.

Page 293: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01045 - 2 PCTS No. 13315

4. Structural value or integrity of any element of the project.

5. Integrity or effectiveness of weather-exposed or m-oisture-resistant elements or systems.

6. Efficiency, operational life, maintenance or safety of operational elements.

7. Visual qualities of sight-exposed elements.

B. Request shall include:

1. Identification of the project.

2. Description of affected work.

3. The reason for cutting, alteration or excavation.

4. Effect on work of Owner or any separate contractor, or on structural or weatherproof

integrity of project.

5. Description of proposed work:

a. Method and extent of cutting, patching, alteration, or excavation.

b. Trades who will execute the work.

c. Products proposed to be used.

d. Extent of refinishing to be done.

6. Alternatives to cutting and patching.

7. If the work is considered out of scope, provide a cost proposal.

8. Confirmation of coordination with any separate contractor whose work will be affected.

9. Related shutdown requests if required to do the work.

10. Request for hot work permit if required to do the work.

C. Submit written notice to the Engineer designating the date and the time the work will be

uncovered.

D. When a written request is required, do not proceed with the work until a written notice to

proceed is received from the Engineer.

PART 2 PRODUCTS

2.01 MATERIALS

A. Comply with specifications and standards for each specific product involved. Where there is no

equivalent specification, the Contractor shall notify the Engineer who will provide a

specification for the materials to be used.

B. Materials for finish patching shall be equal to those of adjacent construction. Where existing

materials are no longer available, use materials with equivalent properties and that will provide

the same appearance. The materials are to be approved by the Engineer prior to their use.

Page 294: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01045 - 3 PCTS No. 13315

PART 3 EXECUTION

3.01 INSPECTION

A. Inspect existing conditions of project, including elements subject to damage or to movement

during cutting and patching.

B. After uncovering work, inspect conditions affecting installation of products, or performance of

work.

C. Report unsatisfactory or questionable conditions to the Engineer in writing; do not proceed with

work until the Engineer has provided further instructions.

3.02 PREPARATION

A. Provide adequate temporary support as necessary to assure structural value or integrity of

affected portion of work.

B. Protect surrounding materials and equipment prior to starting work.

C. Contain and control cooling liquids and slurry produced by the cutting and coring operations.

D. When the cutting or coring will result in the structure or equipment being exposed to provide

adequate weather protection.

E. Provide dewatering for excavation work in accordance with Section 02140.

3.03 PERFORMANCE

A. Execute cutting and demolition by methods which will prevent damage to other work and will

provide proper surfaces to receive installation of repairs.

B. Execute excavating and backfilling by methods which will prevent settlement or damage to

other work. When excavating in close proximity to piping, duct banks or other items subject to

damage, use hand excavation.

C. All equipment and workplace safety shall conform to OSHA standards and specifications

pertaining to plugs, noise and fume pollution, wiring and maintenance.

D. Where possible, employ original installer or fabricator to perform cutting and patching for:

1. Weather-exposed or moisture-resistant elements.

2. Sight-exposed finished surfaces.

E. Execute fitting and adjustment of products to provide a finished installation to comply with

specified products, functions, tolerances and finishes.

F. Restore work which has been cut or removed; install new products to provide completed work

in accordance with requirements of Contract Documents.

Page 295: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01045 - 4 PCTS No. 13315

G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes:

1. For continuous surfaces, refinish to nearest intersection.

2. For an assembly, refinish entire unit.

H. Remove rubble and excess patching materials from the premises.

3.04 CORING

A. All coring shall be performed in such a manner as to limit the extent of patching. Locate the

rebar before coring to minimize cut throughs

B. Coring shall be performed with an approved non-impact rotary tool with diamond core drills.

C. Size of holes shall be suitable for pipe, conduit, sleeves, equipment or mechanical seals to be

installed.

D. Fit work to minimize space to pipes, sleeves, ducts, conduit and other penetrations through

surfaces.

E. Fit to pipes and other penetrations in tanks to be water tight using seals or other methods

defined in the specifications.

F. All holes cut through concrete and masonry walls, slabs or arches shall be core drilled unless

otherwise approved. All work shall be performed by mechanics skilled in this type of work.

G. If holes are cored through floor slabs they shall be drilled from below where possible. If holes

are drilled from above, provide protection and containment below the area being drilled to catch

the plug and contain liquid and slurry.

3.05 CUTTING

A. All cutting shall be performed in such a manner as to limit the extent of patching.

B. Fit work to minimize space to pipes, sleeves, ducts, conduit and other penetrations through

surfaces.

C. Cutting shall be performed with a concrete saw and diamond saw blades of proper size.

D. Provide for control of slurry generated by sawing operation on both sides of wall and from

below if cutting a floor.

E. When cutting a reinforced concrete wall or floor, the cutting shall be done so as not to damage

the bond between the concrete and reinforcing steel left in structure. Cut shall be made so that

steel neither protrudes nor is recessed from face of the cut.

F. Adequate bracing of area to be cut shall be installed prior to start of cutting. Check area during

sawing operations for partial cracking and provide additional bracing as required to prevent a

partial release of cut area during sawing operations.

G. Provide equipment of adequate size to remove cut panel.

Page 296: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01045 - 5 PCTS No. 13315

H. Saw cut concrete and masonry prior to breaking out sections.

I. Install work at such time as to require the minimum amount of cutting and patching.

J. All cutting of structural members shall be done in a manner directed by the Engineer.

K. Cut opening only large enough to allow easy installation of the equipment, ducting, piping or

conduit.

L. When existing conduits or pipe sleeves are cut off at the floor line or wall line, they shall be

filled with grout or suitable patching material.

3.06 PROTECTION

A. Provide devices and methods to protect other portions of project from damage.

B. Provide protection from elements for that portion of the project which may be exposed by

cutting and patching work.

C. Maintain excavations free from water.

3.07 PATCHING

A. Rough patching shall be such as to bring the cut or cored area flush with existing construction

unless otherwise shown.

B. Finish patching shall match existing surfaces as approved.

C. Patching shall be of the same kind and quality of material as was removed.

D. The completed patching work shall restore the surface to its original appearance or better.

E. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed

to include the joint between the existing material and the patch.

F. Equipment damaged during cutting and patching shall be replaced or repaired by the equipment

manufacturer, at the Engineer's sole discretion and at the expense of the Contractor doing the

work.

G. Repaint any damage to factory applied paint finishes using touch-up paint furnished by the

equipment manufacturer. The entire damaged panel or section shall be repainted in accordance

with the field painting requirements specified in Section 09902 at the expense of the Contractor

doing the work.

H. Slurry or tailings resulting from coring or cutting operations shall be contained and vacuumed

or otherwise removed from the area following drilling or cut.

I. Equipment shall be protected against mechanical and water damage during cutting and

patching. Provide protective covers or use other means such as temporary relocation to protect

equipment that is at risk of damage from the cutting and patching

Page 297: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01045 - 6 PCTS No. 13315

J. Provide protection for existing equipment, utilities and critical areas against water or other

damage caused by drilling operation.

END OF SECTION

Page 298: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01046 - 1 PCTS No. 13315

SECTION 01046

CONTROL OF WORK

PART 1 GENERAL

1.01 PRIVATE LAND

A. Do not enter or occupy private land outside of easements, except by permission of the land

owner.

1.02 PIPE LOCATIONS

A. Locate pipelines substantially as indicated on the Drawings. The Engineer reserves the right to

make such modifications in locations as may be found desirable to avoid interference with

existing structures or for other reasons. Where fittings are noted on the Drawings, such notation

is for the Contractor's convenience and does not relieve him from laying and jointing different

or additional items where required.

1.03 OPEN EXCAVATIONS

A. Adequately safeguard all open excavations by providing temporary barricades, caution signs,

lights and other means to prevent accidents to persons and damage to property.

B. Take precautions to prevent injury to the public due to open trenches. Provide adequate light at

all trenches, excavated material, equipment, or other obstacles which could be dangerous to the

public at night.

1.04 TEST PITS

A. Excavate test pits to locate underground pipelines or structures in advance of the construction.

Backfill test pits immediately after their purpose has been satisfied and restore and maintain the

surface in a manner satisfactory to the Engineer.

1.05 MAINTENANCE OF TRAFFIC

A. Unless permission to close a street is received in writing from the proper authority, place all

excavated material so that vehicular and pedestrian traffic may be maintained at all times. If the

construction operations cause traffic hazards, repair the road surface, provide temporary ways,

erect wheel guards or fences, or take other measures for safety satisfactory to the Engineer.

B. Detours around construction will be subject to the approval of the Owner and the Engineer.

Where detours are permitted, provide all necessary barricades and signs as required to divert the

flow of traffic. Expedite construction operations while traffic is detoured. Periods when traffic

is being detoured will be strictly controlled by the Owner.

C. Take precautions to prevent injury to the public due to open trenches. Night watchmen may be

required where special hazards exist, or police protection provided for traffic while work is in

progress. Be fully responsible for damage or injuries whether or not police protection has been

provided.

Page 299: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01046 - 2 PCTS No. 13315

1.06 CARE AND PROTECTION OF PROPERTY

A. Be responsible for the preservation of all public and private property and use every precaution

necessary to prevent damage thereto. If any direct or indirect damage is done to public or

private property by or on account of any act, omission, neglect, or misconduct in the execution

of the work on the part of the Contractor, restore such property to a condition similar or equal to

that existing before the damage was done, or make good the damage in other manner acceptable

to the Engineer.

1.07 PROTECTION AND RELOCATION OF EXISTING STRUCTURES AND UTILITIES

A. Assume full responsibility for the protection of all buildings, structures, and utilities, public or

private, including poles, signs, services to buildings, utilities in the street, gas pipes, water

pipes, hydrants, sewers, drains and electric and telephone cables, whether or not they are shown

on the Drawings. Carefully support and protect all such structures and utilities from injury of

any kind. Immediately repair any damage resulting from the construction operations.

B. The Contractor shall bear full responsibility for obtaining all locations of underground

structures and utilities (including existing water services, drain lines and sewers). Maintain

services to buildings and pay costs or charges resulting from damage thereto.

1.08 WATER FOR CONSTRUCTION PURPOSES

A. Contractor shall be responsible for obtaining and paying for temporary water service for

construction purposes.

1.09 MAINTENANCE OF FLOW

A. Provide for the flow of sewers, drains and water courses interrupted during the progress of the

work, and immediately cart away and remove all offensive matter. Discuss the entire procedure

of maintaining existing flow with the Engineer well in advance of the interruption of any flow.

1.10 COOPERATION WITHIN THIS CONTRACT

A. All firms or persons authorized to perform any work under this Contract shall cooperate with

Contractor and Subcontractors or trades and assist in incorporating the work of other trades

where necessary or required.

B. Cutting and patching, drilling and fitting shall be carried out where required by the trade or

subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer.

1.11 CLEANUP AND DISPOSAL OF EXCESS MATERIAL

A. During the course of the work, keep the site of operations as clean and neat as possible. Dispose

of all residue resulting from the construction work and, at the conclusion of the work, remove

and haul away any surplus excavation, broken pavement, lumber, equipment, temporary

structures and any other refuse remaining from the construction operations and leave the entire

site of the work in a neat and orderly condition.

B. In order to prevent environmental pollution arising from the construction activities related to the

performance of this Contract, comply with all applicable Federal, State and local laws and

Page 300: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01046 - 3 PCTS No. 13315

regulations concerning waste material disposal, as well as the specific requirements stated in

this Section and in other related sections.

C. Disposal of excess excavated material in wetlands, stream corridors and plains is strictly

prohibited even if the permission of the property owner is obtained. Any violation of this

restriction by the Contractor or any person employed by him will be brought to the immediate

attention of the responsible regulatory agencies, with a request that appropriate action be taken

against the offending parties. The Contractor will be required to remove the fill and restore the

area impacted at no increase in the Contract Price.

END OF SECTION

Page 301: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01046 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 302: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01050 - 1 PCTS No. 13315

SECTION 01050

PROJECT CONTROLS (SURVEYING)

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Provide and pay for field engineering services required for project; including but not limited to:

1. Survey work required for project controls and layout.

2. Certified as-built surveys specified herein.

B. Retain the services of a registered land surveyor licensed in the state of the project location to:

1. Identify existing control points and property line corners indicated on the Drawings.

2. Verify and record all existing structure locations in the vicinity of, or adjacent to, the

proposed Work; and, the locations of all pro-posed structures and facilities.

3. Maintain an accurate record of locations of all new buried piping and existing buried

piping and other buried existing facilities (piping, conduits, and structures) encountered

and/or relocated during construction of the new Work.

4. A paper copy signed and sealed on each page, and an electronic copy of the As-Built

Survey reflecting all constructed improvements to date must be submitted to the Engineer

with each pay request. The As-Built Survey shall be reviewed by the Engineer as part of

the processing of the Application for Payment. If the Engineer does not approve the As-

Built Survey, the Engineer may reject and return the Application for Payment to the

Engineer for correction. The corrected As-Built Survey and the Application for Payment

shall be re-submitted to the Engineer for processing the Application for Payment.

1.02 RELATED WORK

A. Contract Closeout (Section 01700.

B. Record Drawings (Section 01720.

1.03 SUBMITTALS

A. Submit, to the Engineer, the name, address and state registration and license number of

proposed registered land surveyor.

B. On request of the Engineer, submit documentation to verify accuracy of field engineering work.

C. At the end of the project, and prior to final payment, submit certified drawing(s) (with the

Surveyor's title block) of the items listed below. All surveys shall be tied to the applicable Grid

System and shall indicate all pre-existing and new project benchmarks. Vertical Control shall

conform to the project elevation datum designated on the plans.

Page 303: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01050 - 2 PCTS No. 13315

1. Certified site survey at 1-in = 50-ft scale or larger, but not greater than 1-in = 20-ft scale,

on 24-in by 36-in sheet(s), indicating the building corners, sidewalks, paved areas and

location of all above ground structures within the project site or limits of construction.

2. Certified survey, drawn to the same scale as the Engineer's yard piping drawings, showing

the locations, lines and grades in plan and profile views of all below-grade lines (piping

and concrete-encased electrical ducts) exterior to buildings and other buried facilities (e.g.,

valves, tanks, etc). This requirement includes all utilities installed as a part of the scope of

this project, as well as existing lines encountered during the installation of the new Work.

3. For pipeline projects (e.g., sewer, force main, water transmission, storm drainage, etc.)

provide a certified survey drawn at the same scale as the Engineer's line drawings

indicating lines, grades, elevations and stationing at 100-ft increments, changes in

alignment or grade. Provide elevations of structure inverts, pipe invert(s) and rim

elevations on all flow structures.

4. Topographical surveys shall be scaled 1-in = 50-ft scale or larger, but not greater than 1-in

= 20-ft scale, on 24-in by 36-in sheet(s), with 2-foot contour intervals for 1 inch:50 feet

scale drawings and 1-foot contour intervals for 1 inch:20 feet scale drawings.

1.04 QUALIFICATIONS OF SURVEYOR

A. Registered land surveyor, licensed in the state of the project location.

1.05 SURVEY REFERENCE POINTS

A. Existing basic horizontal and vertical control points for the project are those designated on

Drawings.

B. Locate and protect control points prior to starting site work and preserve all permanent

reference points during construction.

1. Make no changes or relocations without prior written notice to and approval by the

Engineer.

2. Report to the Engineer when any reference point is lost or destroyed, or requires relocation

because of necessary changes in grades or locations.

3. Require the surveyor to correctly replace project control points which may be lost or

destroyed. Establish replacements based on original survey control.

1.06 PROJECT SURVEY REQUIREMENTS

A. Establish a minimum of two permanent bench marks on site, refe-renced to data established by

survey control points.

1. Record locations, with horizontal and vertical data, on the as-built Survey.

2. Permanent benchmarks shall be installed and spaced for convenient reference and use at

locations along the pipeline route and/or on the plant site.

Page 304: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01050 - 3 PCTS No. 13315

3. Benchmarks shall be installed to National Geodetic Survey standards and shall include

horizontal and vertical data, as well as the installation date.

B. Establish lines and levels; locate and lay out:

1. Site improvements.

a. Stakes for grading, fill and topsoil placement.

b. Utility slopes and invert elevations.

c. Sidewalks, pavement, fencing, storm drainage facilities, and other finish surface work.

2. Batter boards for structures.

3. Building foundation, column locations and floor levels.

4. Controlling lines and levels required for mechanical and electrical trades.

C. If lines, levels or layouts are lost or destroyed, or if required by the Owner or Engineer, verify

layouts by same methods.

D. Establish all lines and grades prior to construction of line work for all force mains, transmission

mains, storm drainage piping, gravity sewers and other new utility lines at 100-ft increments, at

defined breaks in grade, and at manholes.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 RECORDS

A. Maintain a complete, accurate log of all control and survey work as it progresses.

B. Update the project as-built survey on a monthly basis, based on the work performed during the

month. Submit one copy of up to date as-built documentation with Contractor's monthly

applications for payment.

C. Maintain an accurate record of new and existing piping, conduit and structure changes,

revisions, relocations, and modifications.

D. At the end of the project, submit the following:

1. Four signed and sealed prints of all required as-built survey information

2. Copy of all AutoCAD files of documents specified in Article 1.03.C, above on a CD or

DVD.

END OF SECTION

Page 305: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01050 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 306: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01110 - 1 PCTS No. 13315

SECTION 01110

ENVIRONMENTAL PROTECTION PROCEDURES

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials and equipment and perform all work required for the prevention of

environmental pollution in conformance with applicable laws and regulations, during and as the

result of construction operations under this Contract. For the purpose of this Section,

environmental pollution is defined as the presence of chemical, physical, or biological elements

or agents which adversely affect human health or welfare; unfavorably alter ecological balances

of importance to human life; affect other species of importance to man; or degrade the utility of

the environment for aesthetic and/or recreational purposes.

B. The control of environmental pollution requires consideration of air, water and land, and

involves management of noise and solid waste, as well as other pollutants.

C. Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of

the work. Provide erosion control measures such as diversion channels, sedimentation or

filtration systems, berms, staked hay bales, seeding, mulching or other special surface

treatments as are required to prevent silting and muddying of streams, rivers, impoundments,

lakes, etc. All erosion control measures shall be in place in an area prior to construction activity

in that area.

D. This Section is intended to ensure that construction is achieved with a minimum of disturbance

to the existing ecological balance between a water resource and its surroundings. These are

general guidelines. It is the Contractor's responsibility to determine the specific construction

techniques to meet these guidelines.

E. All phases of sedimentation and erosion control shall comply with and be subject to the

approval of the Florida Department of Environmental Protection. Prepare sedimentation and

erosion control drawings meeting the requirements for approval by that agency. Upon approval,

furnish two copies of the approved Drawing to the Engineer.

1.02 APPLICABLE REGULATIONS

A. Comply with all applicable Federal, State and local laws and regulations concerning

environmental pollution control and abatement.

1.03 NOTIFICATIONS

A. The Engineer will notify the Contractor in writing of any non-compliance with the foregoing

provisions or of any environmentally objectionable acts and corrective action to be taken. State

or local agencies responsible for verification of certain aspects of the environmental protection

requirements shall notify the Contractor in writing, through the Engineer, of any non-

compliance with State or local requirements. After receipt of such notice from the Engineer or

from the regulatory agency through the Engineer, immediately take corrective action. Such

notice, when delivered to the Contractor or his authorized representative at the site of the work,

shall be deemed sufficient for the purpose. If the Contractor fails or refuses to comply promptly,

the Owner may issue an order stopping all or part of the work until satisfactory corrective action

Page 307: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01110 - 2 PCTS No. 13315

has been taken. No part of the time lost due to any such stop orders shall be made the subject of

a claim for extension of time or for excess costs or damages by the Contractor unless it is later

determined that the Contractor was in compliance.

1.04 IMPLEMENTATION

A. Prior to commencement of the work, meet with the Engineer to develop mutual understandings

relative to compliance with these provisions and administration of the environmental pollution

control program.

B. Remove temporary environmental control features, when approved by the Engineer and

incorporate permanent control features into the project at the earliest practicable time.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 EROSION CONTROL

A. Provide positive means of erosion control such as shallow ditches around construction to carry

off surface water. Erosion control measures, such as siltation basins, hay check dams, mulching,

jute netting and other equivalent techniques, shall be used as appropriate. Flow of surface water

into excavated areas shall be prevented. Ditches around construction area shall also be used to

carry away water resulting from dewatering of excavated areas. At the completion of the work,

ditches shall be backfilled and the ground surface restored to original condition.

3.02 PROTECTION OF STREAMS AND SURFACE WATERS

A. Take all precautions to prevent, or reduce to a minimum, any damage to any stream or surface

water from pollution by debris, sediment or other material, or from the manipulation of

equipment and/or materials in or near such streams. Water that has been used for washing or

processing, that contains oils or sediments that will reduce the quality of the water in the stream,

shall not be directly returned to the stream. Divert such waters through a settling basin or filter

before being directed into streams or surface waters.

B. Do not discharge water from dewatering operations directly into any live or intermittent stream,

channel, wetlands, surface water or any storm sewer. Water from dewatering operations shall be

treated by filtration, settling basins, or other approved method to reduce the amount of sediment

contained in the water to allowable levels.

C. Take all preventative measures to avoid spillage of petroleum products and other pollutants. In

the event of any spillage, prompt remedial action shall be taken in accordance with a

contingency action plan approved by the Engineer. Submit two copies of approved contingency

plans to the Engineer.

D. Water being flushed from structures or pipelines after disinfection, with a Cl2 residue of 2 mg/l

or greater shall be treated with a dechlorination solution, in a method approved by the Engineer,

prior to discharge.

Page 308: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01110 - 3 PCTS No. 13315

3.03 PROTECTION OF LAND RESOURCES

A. Restore land resources within the project boundaries and outside the limits of permanent work

to a condition, after completion of construction that will appear to be natural and not detract

from the appearance of the project. Confine all construction activities to areas shown on the

Drawings.

B. Outside of areas requiring earthwork for the construction of the new facilities, do not deface,

injure, or destroy trees or shrubs, nor remove or cut them without prior approval. No ropes,

cables, or guys shall be fastened to or attached to any existing nearby trees for anchorage unless

specifically authorized by the Engineer. Where such special emergency use is permitted, first

wrap the trunk with a sufficient thickness of burlap or rags over which softwood cleats shall be

tied before any rope, cable, or wire is placed. The Contractor shall in any event be responsible

for any damage resulting from such use.

C. Before beginning operations near them, protect trees that may possibly be defaced, bruised,

injured, or otherwise damaged by the construction equipment, dumping or other operations, by

placing boards, planks, or poles around them. Monuments and markers shall be protected

similarly.

D. Any trees or other landscape features scarred or damaged by the Contractor's equipment or

operations shall be restored as nearly as possible to their original condition. The Engineer will

decide the method of restoration to be used and whether damaged trees shall be treated and

healed or removed and disposed of.

1. All scars made on trees by equipment, construction operations, or by the removal of limbs

larger than 1-in in diameter shall be coated as soon as possible with an approved tree

wound dressing. All trimming or pruning shall be performed in an approved manner by

experienced workmen with saws or pruning shears. Tree trimming with axes will not be

permitted.

2. Climbing ropes shall be used where necessary for safety. Trees that are to remain, either

within or outside established clearing limits, that are subsequently damaged by the

Contractor and are beyond saving in the opinion of the Engineer, shall be immediately

removed and replaced.

E. The locations of the Contractor's storage and other construction buildings required temporarily

in the performance of the work, shall be cleared portions of the job site or areas to be cleared as

shown on the Drawings and approved by the Engineer and shall not be within wetlands or

floodplains. The preservation of the landscape shall be an imperative consideration in the

selection of all sites and in the construction of buildings. Drawings showing storage facilities

shall be submitted for approval of the Engineer.

F. If the Contractor proposes to construct temporary roads or embankments and excavations for

plant and/or work areas, he shall submit the following for approval at least ten days prior to

scheduled start of such temporary work.

1. A layout of all temporary roads, excavations, embankments and drainage to be constructed

within the work area.

2. Details of temporary road construction.

Page 309: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01110 - 4 PCTS No. 13315

3. Drawings and cross sections of proposed embankments and their foundations, including a

description of proposed materials.

4. A landscaping drawing showing the proposed restoration of the area. Indicate the proposed

removal of any trees and shrubs outside the limits of existing clearing area. Indicate

locations of guard posts or barriers required to control vehicular traffic and protect trees

and shrubs to be maintained undamaged. The Drawing shall provide for the obliteration of

construction scars as such and shall provide for a natural appearing final condition of the

area. Modification of the Contractor's approved drawings shall be made only with the

written approval of the Engineer. No unauthorized road construction, excavation or

embankment construction including disposal areas will be permitted.

G. Remove all signs of temporary construction facilities such as haul roads, work areas, structures,

foundations of temporary structures, stockpiles of excess of waste materials, or any other

vestiges of construction as directed by the Engineer. I-t is anticipated that excavation, filling and

plowing of roadways will be required to restore the area to near natural conditions which will

permit the growth of vegetation thereon. The disturbed areas shall be prepared and seeded as

described in Section 02930, or as approved by the Engineer.

H. All debris and excess material will be disposed of outside wetland or floodplain areas in an

environmentally sound manner.

3.04 PROTECTION OF AIR QUALITY

A. Burning - The use of burning at the project site for the disposal of refuse and debris will not be

permitted.

B. Dust Control - Maintain all excavations, embankment, stockpiles, access roads, plant sites,

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

permitted to control dust. The use of petroleum products is prohibited. The use of chlorides may

be permitted with approval from the Engineer.

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 shall have sufficient competent

equipment on the job to accomplish this. Dust control shall be performed as the work proceeds

and whenever a dust nuisance or hazard occurs, as determined by the Engineer.

3.05 NOISE CONTROL

A. Make every effort to minimize noises caused by the construction operations. Equipment shall be

equipped with silencers or mufflers designed to operate with the least possible noise in

compliance with Federal and State regulations.

Page 310: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01110 - 5 PCTS No. 13315

3.06 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION

A. 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

Page 311: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01110 - 6 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 312: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01170 - 1 PCTS No. 13315

SECTION 01170

SPECIAL PROVISIONS

PART 1 GENERAL

1.01 INSTALLATION OF EQUIPMENT

A. Special care shall be taken to ensure proper alignment of all equipment with particular reference

to the pumps and electric drives. The units shall be carefully aligned on their foundations by

qualified millwrights after their sole plates have been shimmed to true alignment at the anchor

bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the

foundation alignments have been approved by the Engineer, the bedplates or wing feet of the

equipment shall be securely bolted in place. The alignment of equipment shall be further

checked after securing to the foundations, and after conformation of all alignments, the sole

plates shall be finally grouted in place. The Contractor shall be responsible for the exact

alignment of equipment with associated piping and under no circumstances, will "pipe

springing" be allowed.

B. All wedges, shims, filling pieces, keys, packing, grout, or other materials necessary to properly

align, level and secure apparatus in place shall be furnished by the Contractor. All parts

intended to be plumb or level must be proven exactly so. Perform all grinding necessary to

bring parts to proper bearing after erection.

1.02 SLEEVES AND OPENINGS

A. Provide all openings, channels, chases, etc., in new construction and furnish and install anchor

bolts and other items to be embedded in concrete, as required to complete the work under this

Contract. Perform all cutting, coring and rough and finish patching required in existing

construction for the work of all trades as provided in Section 01045

B. Subcontractors shall furnish all sleeves, inserts, hangers, anchor bolts, etc., required for the

execution of their work. It shall be their responsibility before the work of the Contractor is

begun to furnish him with the above items and with templates, drawings or written information

covering chases, openings, etc, which they require and to follow up the work of the Contractor

as it progresses, making sure that their drawings and written instructions are carried out. Failing

to do this, they shall be responsible for the cost of any corrective measures which may be

required to provide necessary openings, etc. If the Contractor fails to carry out the directions

given him, covering details and locations of openings, etc., he shall be responsible for any

cutting and refinishing required to make the necessary corrections. In no case, shall beams,

lintels or other structural members be cut without the approval of the Engineer.

1.03 GREASE, OIL AND FUEL

A. All grease, oil and fuel required for testing of equipment shall be furnished with the respective

equipment. The Owner 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 under Divisions 11, 13, 15 and 16.

Page 313: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01170 - 2 PCTS No. 13315

1.04 TOOLS

A. Any special tools (including grease guns or other lubricating devices) which may be necessary

for the adjustment, operation and maintenance of any equipment shall be furnished with the

respective equipment.

B. Tools shall be furnished in heavy steel tool boxes complete with lock and duplicate keys.

1.05 POWER SUPPLY

A. Unless otherwise specified, all motors 1/2 Hp and larger shall be designed for a power supply of

460 Volts, 3 Phase, 60 Hz, and all motors 1/3 Hp and smaller shall be designed for a power

supply of 120 Volts, single phase, 60 Hz.

1.06 ARCHITECTURAL COATINGS

A. Maintain coordination among all Sections (windows, window walls, louvers, doors and frames,

etc) requiring PVF, PVC or anodic coatings. All coatings shall match to the satisfaction of the

Engineer with regard to color and texture. Items rejected by the Engineer shall promptly be

removed from the job site.

1.07 PIPE MARKING

A. Pipe marking is included in Division 9 under Painting, but it shall be the Contractor's

responsibility to assist, as required by the Engineer, in identifying pipe contents, direction of

flow and all else required for proper marking of pipe.

1.08 VALVE IDENTIFICATION

A. The Contractor shall prepare a valve schedule for all valves required for the work showing a

number, the location, type, function, and normal operating position, for each valve. The

schedule shall be submitted, in accordance with Section 01300, to the Engineer for approval not

less than 120 days prior to start-up.

B. The Contractor shall furnish tags for all valves required for the work. Valve tags shall be 2-in

diameter, 19 gauge, brass or plastic, with brass hooks suitable for attaching the tag to the valve

operator. Tags shall be stamped or etched with the valve number and the information on the

valve schedule coded in a system provided by the Owner. Submit two samples of the type of tag

proposed and the manufacturer's standard color chart and letter styles to the Engineer for

approval.

C. The Contractor shall install valve tags on all valves required for the Work.

1.09 NOISE LIMITATIONS

A. All equipment to be furnished under this Contract, unless specified otherwise in the technical

specifications, shall be designed to ensure that the sound pressure level does not exceed 85

decibels over a frequency range of 37.8 to 9600 cycles per second at a distance of 3-ft from any

portion of the equipment, under any load condition, when tested using standard equipment and

methods. Noise levels shall include the noise from the motor. Mufflers or external baffles shall

Page 314: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01170 - 3 PCTS No. 13315

not be acceptable for the purpose of reducing noise. Data on noise levels shall be included with

the shop drawing submittal.

1.10 SPARE PARTS

A. Where spare parts are specified in the technical sections, furnish all spare parts recommended

by the manufacturer or system supplier for one year of service. In addition, furnish all spare

parts itemized in each Section.

B. Collect and store all spare parts in an area to be designated by the Engineer. Furnish the

Engineer with 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 delivery cost.

C. Spare parts shall be packed in cartons, properly labeled with indelible markings with complete

descriptive information including manufacturer, part number, part name and equipment for

which the part is to be used and shall be properly treated for one year of storage.

1.11 HURRICANE PREPAREDNESS PLAN

A. Within 30 days of the date of Notice to Proceed, submit a Hurricane Preparedness Plan to the

Engineer and the Owner for approval. The Plan shall describe in detail the necessary measures

which the Contractor will perform, at no additional costs to the Owner, in case of a hurricane

warning. Revise Plan as required by the Engineer and Owner.

1.12 WEATHER PROTECTION

A. In the event of inclement weather, the Contractor and subcontractors shall protect the Work and

materials from damage or injury from the weather. If, in the opinion of the Engineer, any

portion of the Work or materials has been damaged by reason of failure on the part of the

Contractor or subcontractors to so protect the Work, such Work and materials shall be removed

and replaced with new materials and Work to the satisfaction of the Engineer.

END OF SECTION

Page 315: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01170 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 316: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01200 - 1 PCTS No. 13315

SECTION 01200

PROJECT MEETINGS

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. The Engineer shall schedule and administer pre-construction meeting, periodic progress

meetings and specially called meetings throughout progress of the work.

1. Prepare agenda for meetings.

2. Make physical arrangements for meetings.

3. Preside at meetings.

4. Record the minutes; include significant proceedings and decisions.

5. Reproduce and distribute copies of minutes within 15 working days after each meeting.

a. To participants in the meeting.

b. To parties affected by decisions made at the meeting.

B. Representatives of Contractors, subcontractors and suppliers attending meetings shall be

qualified and authorized to act on behalf of the entity each represents.

C. Attend meetings to ascertain that work is expedited consistent with Contract Documents and

construction schedules.

1.02 RELATED REQUIREMENTS

A. Shop Drawings, Working Drawings and Samples are included in Section 01300.

B. Project Record Documents are included in Section 01720.

1.03 PRE-CONSTRUCTION MEETING

A. Schedule a preconstruction meeting no later than 15 days after date of Notice to Proceed.

B. Location: A central site, convenient for all parties, designated by the Owner.

C. Attendance

1. Owner's Representative.

2. Engineer and his/her professional consultants.

3. Resident Project Representative.

4. Contractor's Superintendent.

5. Major Subcontractors.

Page 317: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01200 - 2 PCTS No. 13315

6. Major suppliers.

7. Utilities

8. Others as appropriate.

D. Suggested Agenda

1. Distribution and discussion of:

a. List of major subcontractors and suppliers.

b. Projected Construction Schedules.

2. Critical work sequencing.

3. Major equipment deliveries and priorities.

4. Project Coordination.

a. Designation of responsible personnel.

5. Procedures and processing of:

a. Field decisions.

b. Proposal requests.

c. Submittals.

d. Change Orders.

e. Applications for Payment.

6. Adequacy of distribution of Contract Documents.

7. Procedures for maintaining Record Documents.

8. Use of premises:

a. Office, work and storage areas.

b. Owner's requirements.

9. Construction facilities, controls and construction aids.

10. Temporary utilities.

11. Housekeeping procedures.

1.04 PROGRESS MEETINGS

A. Schedule regular periodic meetings. The progress meetings will be held every 30 days with the

first meeting 30 days after the pre-construction meeting or 30 days after the date of Notice to

Proceed.

B. Hold called meetings as required by progress of the work.

C. Location of the meetings: Project field office of Contractor or Engineer.

Page 318: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01200 - 3 PCTS No. 13315

D. Attendance

1. Engineer and his/her professional consultants as needed.

2. Subcontractors as appropriate to the agenda.

3. Suppliers as appropriate to the agenda.

4. Others as appropriate.

E. Suggested Agenda

1. Review, approval of minutes of previous meeting.

2. Review of work progress since previous meeting.

3. Field observations, problems and conflicts.

4. Problems which impede Construction Schedule.

5. Review of off-site fabrication, delivery schedules.

6. Corrective measures and procedures to regain projected schedule.

7. Revisions to Construction Schedule.

8. Progress, schedule, during succeeding work period.

9. Coordination of schedules.

10. Review submittal schedules; expedite as required.

11. Maintenance of quality standards.

12. Pending changes and substitutions.

13. Review proposed changes for:

a. Effect on Construction Schedule and on completion date.

b. Effect on other contracts of the project.

14. Other business.

15. Construction schedule.

16. Critical/long lead items.

F. Attend progress meetings and is to study previous meeting minutes and current agenda items, in

order to be prepared to discuss pertinent topics such as deliveries of materials and equipment,

progress of the work, etc.

G. Provide a current submittal log at each progress meeting in accordance with Section 01300.

Page 319: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01200 - 4 PCTS No. 13315

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 320: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 1 PCTS No. 13315

SECTION 01300

SUBMITTALS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section includes the requirements for compiling, processing and transmitting submittals

required for execution of the project.

B. Submittals are categorized into two types: Action Submittals and Informational Submittals, as

follows:

1. Action Submittal: Written and graphic information submitted by the Contractor that

requires the Engineer's approval. The following are examples of action submittals:

a. Shop drawings (including working drawings, valve schedule in accordance with

Section 01170, and product data)

b. Samples

c. Operation & maintenance manuals

d. Site Usage Plan (Contractor's staging - including trailer siting and material laydown

area)

e. Schedule of values

f. Payment application format

2. Informational Submittal: Information submitted by the Contractor that does not require the

Engineer's approval. The following are examples of informational submittals:

a. Shop Drawing Schedule

b. Construction Schedule

c. Statements of Qualifications

d. Health and Safety Plans

e. Construction Photography and Videography

f. Work Plans

g. Maintenance of Traffic Plans

h. Outage Requests

i. Proposed Testing Procedures

j. Test Records and Reports

k. Vendor Training Outlines/Plans

l. Test and Start-Up Reports

m. Certifications

n. Record Drawings

o. Record Shop Drawings

p. Submittals required by laws, regulations and governing agencies

q. Submittals required by funding agencies

r. Other requirements found within the technical specifications

s. Warranties and Bonds

t. As-Built Surveys

u. Contract Close-out Documents

1.02 RELATED WORK

A. Additional requirements may be specified in the General Conditions for the Contract.

Page 321: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 2 PCTS No. 13315

B. Additional submittal requirements may be specified in the respective technical Specification

Sections.

C. Contract closeout submittals are included in Section 01700.

D. Applications for Payment are included in Section 01152.

E. Project Controls (Surveying) 01050

F. Requests for Information are included in Section 01038

1.03 CONTRACTOR'S RESPONSIBILITIES

A. All submittals shall be clearly identified as follows:

1. Date of Submission.

2. Project Number.

3. Project Name.

4. Contractor Identification.

a. Contractor.

b. Supplier.

c. Manufacturer.

d. Manufacturer or supplier representative.

5. Identification of the Product.

6. Reference to Contract Drawing.

7. Reference to specification section number, page and paragraph(s).

8. Reference to applicable standards, such as ASTM or Federal Standards numbers.

9. Indication of Contractor's approval.

10. Contractor's Certification statement.

11. Identification of deviations from the Contract Documents, if any.

12. Reference to previous submittal (for resubmittals).

13. Made in America (when required by the Contract).

B. Submittals shall be clear and legible, and of sufficient size for legibility and clarity of the

presented data.

C. Submittal Log. Maintain a log of all submittals. The submittal log shall be kept accurate and up

to date. This log should include the following items (as applicable):

1. Description.

Page 322: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 3 PCTS No. 13315

2. Submittal Number.

3. Date transmitted to the Engineer.

4. Date returned to Contractor (from Engineer).

5. Status of Submittal (Approved/Not Approved/etc.).

6. Date of Resubmittal to Engineer and Return from Engineer (if applicable and repeat as

necessary).

7. Date material released for fabrication.

8. Projected (or actual) delivery date .

D. Numbering System. Utilize the following submittal identification numbering system:

1. The first character shall be a D, S, M or I which represents Shop Drawing (including

working drawings and product data), Sample, Manual (Operating & Maintenance) or

Informational, respectively.

2. The next five digits shall be the applicable Section Number.

3. The next three digits shall be the sequential number of each separate item or drawing

submitted under each Specification Section, in the chronological order submitted, starting

at 001.

4. The last character shall be a letter, A to Z, indicating the submission (or resubmission) of

the same submittal, i.e., "A" = 1st submission, "B" = 2nd submission, "C" = 3rd

submission, etc. A typical submittal number would be as follows:

a. D-03300-008-B.

b. D = Shop Drawing03300 = Section for Concrete.

c. 008 = the eighth different submittal under this Section.

d. B = the second submission (first resubmission) of that particular shop drawing.

E. Variances

1. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals

from the requirements of the Contract Documents.

2. Notify the Engineer in writing, at the time of re-submittal (resubmission), of all deviations

from previous submissions of that particular shop drawing, except those deviations which

are the specific result of prior comments from the Engineer.

F. Action Submittals

1. Shop Drawings, Working Drawings, Product Data and Samples.

a. Shop Drawings.

1) Shop drawings as defined in the General Conditions, and as specified in

individual Sections may include, but are not necessarily limited to, custom

prepared data such as fabrication and erection/installation (working) drawings,

scheduled information, setting diagrams, actual shop work manufacturing

Page 323: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 4 PCTS No. 13315

instructions, custom templates, valve schedules, wiring diagrams, coordination

drawings, equipment inspection and test reports, and performance curves and

certifications, as applicable to the work.

2) Contractor shall verify all field measurements, field construction criteria,

materials, dimensions, catalog numbers and similar data, and coordinate each

item with other related shop drawings and the Contract requirements.

3) All details on shop drawings shall clearly show the relation of the various parts to

the main members and lines of the structure and where correct fabrication of the

work depends upon field measurements, such measurements shall be made and

noted on the drawings before being submitted.

4) All shop drawings submitted by subcontractors and vendors shall be reviewed by

the Contractor. Contractor shall confirm, materials, dimensions, catalog numbers,

technical data and performance criteria; and shall coordinate with other related

shop drawings and the Contract requirements. In addition, Contractor shall

confirm existing field conditions and dimensions and assure that the submittal is

coordinated and compatible with existing conditions. Submittals directly from

subcontractors or vendors will not be accepted by the Engineer.

5) The Contractor shall be responsible the accuracy of the subcontractor's or

vendor's submittal; and, for their submission in a timely manner to support the

requirements of the Contractor's construction schedule. Shop drawings found to

be inaccurate or otherwise in error shall be returned to the subcontractor or

vendor to correct, before submission to the Engineer. All shop Drawings shall be

approved by the Contractor.

6) Delays to construction due to the untimely submission of submittals will

constitute inexcusable delays, for which Contactor shall not be eligible for

additional cost nor additional contract time. Inexcusable delays consist of any

delay within the Contactor's control.

7) Submittals for equipment specified under Divisions 11, 13, 14, 15 and 16 shall

include a listing of installations where identical or similar equipment

manufactured by that manufacturer has been installed and in operation for a

period of at least five years.

b. Working Drawings

1) Detailed installation drawings (sewers, equipment, piping, electrical conduits and

controls, HVAC work, and plumbing, etc.) shall be prepared and submitted for

review and approval by the Engineer prior to installing such work. Installation

drawings shall be to-scale and shall be fully dimensioned.

2) Piping working drawings shall show the laying dimensions of all pipes, fittings,

valves, as well as the equipment to which it is being connected. In addition, all

pipe supports shall be shown.

3) Equipment working drawings shall show all equipment dimensions, anchor bolts,

support pads, piping connections and electrical connections. In addition, show

clearances required around such equipment for maintenance of the equipment.

4) Electrical working drawings shall show conduits, junction boxes, disconnects,

control devices, lighting fixtures, support details, control panels, lighting and

power panels, and Motor Control Centers. Coordinate all locations with the

Contract Documents and the Contractor's other working drawings.

c. Product Data

1) Product data, as specified in individual Specification Sections, include, but are

not limited to, the manufacturer's standard prepared data for manufactured

products (catalog data), such as the product specifications, installation

instructions, availability of colors and patterns, rough-in diagrams and templates,

Page 324: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 5 PCTS No. 13315

product photographs (or diagrams), wiring diagrams, performance curves, quality

control inspection and reports, certifications of compliance (as specified or

otherwise required), mill reports, product operating and maintenance instructions,

recommended spare parts and product warranties, as applicable.

d. Samples

1) Furnish, samples required by the Contract Documents for the Engineer's

approval. Samples shall be delivered to the Engineer as specified or directed.

Unless specified otherwise, provide at least two samples of each required item.

Materials or equipment for which samples are required shall not be used in the

work unless and until approved by the Engineer.

2) Samples specified in individual Specification Sections, include, but are not

limited to: physical examples of the work (such as sections of manufactured or

fabricated work), small cuts or containers of materials, complete units of

repetitively-used products, color/texture/pattern swatches and range sets,

specimens for coordination of visual effect, graphic symbols, and other specified

units of work.

3) Approval of a sample shall be only for the characteristics or use named in such

approval and shall not be construed to change or modify and Contract

Requirements.

4) Approved samples not destroyed in testing shall be sent to the Engineer or stored

at the site of the work. Approved samples of the hardware in good condition will

be marked for identification and may be used in the work. Materials and

equipment incorporated in work shall match the approved samples. Samples

which fail testing or are not approved will be returned to the Contractor at his

expense, if so requested at time of submission.

e. Professional Engineer (P.E.) Certification Form

1) If specifically required in any of the technical Specification Sections, submit a

Professional Engineer (P.E.) Certification for each item required, using the form

appended to this Section.

2. Contractor's Certification

a. Each shop drawing, working drawings, product data, and sample shall have affixed to

it the following Certification Statement:

1) "Certification Statement: by this submittal, I hereby represent that I have

determined and verified all field measurements, field construction criteria,

materials, dimensions, catalog numbers and similar data and I have checked and

coordinated each item with other applicable approved shop drawings and all

Contract requirements."

b. Shop drawings, working drawings, and product data sheets 11-in x 17-in and smaller

shall be bound together in an orderly fashion and bear the above Certification

Statement on the cover sheet. The transmittal cover sheet for each identified shop

drawing shall fully describe the packaged data and include a listing of all items within

the package.

3. The review and approval of shop drawings, working drawings, product data, or samples by

the Engineer shall not relieve the Contractor from the responsibility for the fulfillment of

the terms of the Contract. All risks of error and omission are assumed by the Contractor

and the Engineer will have no responsibility therefor.

4. Project work, materials, fabrication, and installation shall conform to approved shop

drawings (including working drawings and product data) and applicable samples.

Page 325: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 6 PCTS No. 13315

5. No portion of the work requiring a shop drawing (including working drawings and product

data) or sample shall be started, nor shall any materials be fabricated or installed before

approval of such item. Procurement, fabrication, delivery or installation or products or

materials that do not conform to approved shop drawings shall be at the Contractor's risk.

Furthermore, such products or materials delivered or installed without approved shop

drawings, or in non-conformance with the approved shop drawings will not be eligible for

progress payment until such time as the product or material is approved or brought into

compliance with approved shop drawings. Neither the Owner nor Engineer will be liable

for any expense or delay due to corrections or remedies required to accomplish conformity.

6. Operation and Maintenance Data

a. Operation and maintenance data shall be submitted in assembled manuals as specified.

Such manuals shall include detailed instructions for Owner personnel on safe

operation procedures, controls, start-up, shut-down, emergency procedures, storage,

protection, lubrication, testing, trouble-shooting, adjustments, repair procedures, and

other maintenance requirements.

7. Schedule of Values

1) On projects consisting of lump sums (in whole or in part) submit a proposed

schedule of values providing a breakdown of lump sum items in to reasonably

small components – generally disaggregated by building, area, and/or discipline.

The purpose of the schedule of values is for processing partial payment

applications. If requested by the Engineer, provide sufficient substantiation for all

or some items as necessary to determine the proposed schedule of values is a

reasonable representation of the true cost breakdown of the Work. The schedule

of values shall not be unbalanced to achieve early payment or over-payment in

excess of the value of work or any other mis-distribution of the costs. If, in the

opinion of the Engineer, the schedule of values is unbalanced, Contractor shall

reallocate components to achieve a balanced schedule acceptable to Engineer.

8. Payment Application Format

1) If an application form is included in the Contract Documents, use that form

unless otherwise approved by the Engineer and Owner. If an application form is

not included in the Contract Documents, Contractor may propose a form for

approval.

9. Site Usage

a. Submit a proposed site staging plan, including but not limited to the location of office

trailers, storage trailers and material laydown. Such plan shall be a graphic

presentation (drawing) of the proposed locations; and, shall include on-site traffic

modifications, and temporary utilities, as may be applicable.

G. Informational Submittals

1. Shop Drawing Schedule

a. Prepare and submit a schedule indicating when shop drawings are required to be

submitted to support the as-planned construction schedule. The submittal schedule

shall allow sufficient time for preparation and submittal, review and approval, and

fabrication and delivery to support the construction schedule.

Page 326: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 7 PCTS No. 13315

2. Construction Schedule

a. Prepare and submit construction schedules and monthly status reports as specified.

3. Statements of Qualifications

a. Provide evidence of qualification, certification, or registration, as required in the

Contract Documents, to verify qualifications of licensed land surveyor, professional

engineer, materials testing laboratory, specialty subcontractor, technical specialist,

consultant, specialty installer, and other professionals.

b. Health and Safety Plans

1) When specified, prepare and submit a general company Health and Safety Plan

(HSP), modified or supplemented to include job-specific considerations.

4. Construction Photography and Videography

a. Provide periodic construction photographs and videography as specified – including

but not limited to preconstruction photographs and/or video, monthly progress photos

and/or video and post-construction photographs and/or video.

5. Work Plans

a. Prepare and submit copies of all work plans needed to demonstrate to the Owner that

Contractor has adequately thought-out the means and methods of construction and

their interface with existing facilities.

6. Maintenance of Traffic Plans

a. Prepare maintenance of traffic plans where and when required by the Contract

Documents and by local ordinances or regulations. If Contractor is not already

knowledgeable about local ordinances and regulations regarding maintenance of

traffic requirements, become familiar with such requirements and include all costs for

preparation and submittal of traffic management plans and all associated costs for

permits and fees to implement the traffic management plan, in the bid amount. In

addition, unless a supplemental payment provision is provided in the bid form, include

the cost of police attendance, when required.

7. Outage Requests

a. Provide sufficient notification of any outages required (electrical, flow processes, etc.)

as may be required to tie-in new work into existing facilities. Unless specified

otherwise elsewhere, a minimum of seven calendar days’ notice shall be provided.

8. Proposed Testing Procedures

a. Prepare and submit testing procedures it proposes to use to perform testing required

by the various technical specifications.

9. Test Records and Reports

a. Provide copies of all test records and reports as specified in the various technical

specifications.

10. Vendor Training Outlines/Plans

a. At least two weeks before scheduled training of Owner's personnel, provide lesson

plans for vendor training in accordance with the specification for O&M manuals.

Page 327: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 8 PCTS No. 13315

11. Test and Start-up Reports

a. Manufacture shall perform all pre-start-up installation inspection, calibrations,

alignments, and performance testing as specified in the respective Specification

Section. Provide copies of all such test and start-up reports.

12. Certifications

a. Provide various certifications as required by the technical specifications. Such

certifications shall be signed by an officer (of the firm) or other individual authorized

to sign documents on behalf of that entity.

b. Certifications may include, but are not limited to:

1) Welding certifications and welders qualifications

2) Certifications of Installation, Testing and Training for all equipment

3) Material Testing reports furnished by an independent testing firm

4) Certifications from manufacturer(s) for specified factory testing

5) Certifications required to indicate compliance with any sustainability or LEEDS

accreditation requirements indicated in the Contract Documents

13. Record Drawings

a. No later than Substantial Completion, submit a record of all changes during

construction not already incorporated into drawings – in accordance with specification

on Project Record Documents.

14. Record Shop Drawings

a. Before final payment is made, furnish one set of record shop drawings to the

Engineer. These record shop drawings shall be in conformance with the approved

documents and should show any field conditions which may affect their accuracy.

b. Submittals required by laws, regulations and governing agencies

1) Prepare and submit all documentation required by state or local law, regulation or

government agency directly to the applicable agency. This includes, but is not

limited to, notifications, reports, certifications, certified payroll (for projects

subject to wage requirements) and other documentation required to satisfy all

requirements. Provide to Engineer one copy of each submittal made in

accordance with this paragraph.

c. Submittals required by funding agencies

1) Prepare and submit all documentation required by funding agencies. This

includes, but is not limited to segregated pay applications and change orders

when required to properly allocate funds to different funding sources; and

certified payrolls for projects subject to wage requirements. Provide one copy of

each submittal made in accordance with this paragraph to the Engineer.

15. Other requirements of the technical Specification Sections

a. Comply with all other requirements of the technical specifications.

16. Warranties and Bonds

a. Assemble a booklet or binder of all warranties and bonds as specified in the various

technical specifications and in accordance with the specification on Warranties and

Bonds; and provide two originals to the Engineer.

Page 328: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 9 PCTS No. 13315

17. As-Built Surveys

a. Engage the services of a licensed land surveyor in accordance with the Project

Controls (Surveying) specification. Prior to Final Completion, provide an as-built

survey of the constructed facility, as specified.

18. Contract Close-Out Documents

a. Submit Contract documentation as indicated in the specification for Contract Close-

out.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 SUBMITTAL SCHEDULE

A. Provide an initial submittal schedule at the pre-construction meeting for review by Owner and

Engineer. Incorporate comments from Owner or Engineer into a revised submittal schedule.

B. Maintain the submittal schedule and provide sufficient copies for review by Owner and

Engineer. An up-to-date submittal schedule shall be provided at each project progress meeting.

3.02 TRANSMITTALS

A. Prepare separate transmittal sheets for each submittal. Each transmittal sheet shall include at

least the following: the Contractor's name and address, Owner's name, project name, project

number, submittal number, description of submittal and number of copies submitted.

B. Submittals shall be transmitted or delivered directly to the office of the Engineer, as indicated in

the Contact Documents or as otherwise directed by the Engineer.

C. Provide copies of transmittals forms or cover letters (without attachments) directly to the

Resident Project Representative.

3.03 PROCEDURES

A. Action Submittals

1. Contractor's Responsibilities

a. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in

advance of performing the related work or other applicable activities, or within the

time specified in the individual work of other related Sections, so that the installation

will not be delayed by processing times including disapproval and resubmittal (if

required). Coordinate with other submittals, testing, purchasing, fabrication, delivery

and similar sequenced activities. Extensions to the Contract Time will not be approved

for the Contractor's failure to transmit submittals sufficiently in advance of the Work.

b. The submittals of all shop drawings (including working drawings and product data)

shall be sufficiently in advance of construction requirements to allow for possible

need of re-submittals, including the specified review time for the Engineer.

c. No less than 30 calendar days will be required for Engineer's review time for shop

drawings and O&M manuals involving only one engineering discipline. No less than

45 calendar days will be required for Engineer's review time for shop drawings and

Page 329: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 10 PCTS No. 13315

O&M manuals that require review by more than one engineering discipline.

Resubmittals will be subject to the same review time.

d. Submittals of operation and maintenance data shall be provided within 30 days of

approval of the related shop drawing(s).

e. Before submission to the Engineer, review shop drawings as follows:

1) make corrections and add field measurements, as required

2) use any color for its notations except red (reserved for the Engineer's notations)

and black (to be able to distinguish notations on black and white documents)

3) identify and describe each and every deviation or variation from Contract

documents or from previous submissions, except those specifically resulting from

a comment from the Engineer on a previous submission

4) include the required Contractor's Certification statement

5) provide field measurements (as needed)

6) coordinate with other submittals

7) indicate relationships to other features of the Work

8) highlight information applicable to the Work and/or delete information not

applicable to the Work

f. Submit the following number of copies:

1) Shop drawings (including working drawings and product data) – Submit no

fewer than six, and no more than nine; five of which will be retained by the

Engineer.

2) Samples – three

3) Site Usage Plan – three copies

4) Schedule of values – four copies

5) Payment application format – four copies

g. If Contractor considers any correction indicated on the shop drawings to constitute a

change to the Contract Documents, provide written notice thereof to the Engineer

immediately; and do not release for manufacture before such notice has been received

by the Engineer.

h. When the shop drawings have been completed to the satisfaction of the Engineer,

carry out the construction in accordance therewith; and make no further changes

therein except upon written instructions from the Engineer.

2. Engineer’s Responsibilities

a. Engineer will not review shop drawings (including working drawings and product

data) that do not include the Contractor's approval stamp and required certification

statement. Such submittals will be returned to the Contractor, without action, for

correction.

b. Partial shop drawings (including working drawings and product data) will not be

reviewed. If, in the opinion of the Engineer, a submittal is incomplete, that submittal

will be returned to the Contractor for completion. Such submittals may be returned

with comments from Engineer indicating the deficiencies requiring correction.

c. If shop drawings (including working drawings and product data) meet the submittal

requirements, Engineer will forward copies to appropriate reviewer(s). Otherwise,

noncompliant submittals will be returned to the Contractor without action - with the

Engineer retaining one copy.

d. Submittals which are transmitted in accordance with the specified requirements will

be reviewed by the Engineer within the time specified herein. The time for review will

commence upon receipt of submittal by Engineer.

Page 330: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 11 PCTS No. 13315

3. Review of Shop Drawings (Including Working Drawings and Product Data) and Samples

a. The review of shop drawings, working drawings, data and samples will be for general

conformance with the design concept and Contract Documents. They shall not be

construed:

1) as permitting any departure from the Contract requirements

2) as relieving the Contractor of responsibility for any errors, including details,

dimensions, and materials

3) as approving departures from details furnished by the Engineer, except as

otherwise provided herein

b. The Contractor remains responsible for details and accuracy, for coordinating the

work with all other associated work and trades, for selecting fabrication processes, for

techniques of assembly, and for performing work in a safe manner.

c. If the shop drawings (including working drawings and product data) or samples as

submitted describe variations and indicate a deviation from the Contract requirements

that, in the opinion of the Engineer are in the interest of the Owner and are so minor as

not to involve a change in Contract Price or Contract Time, the Engineer may return

the reviewed drawings without noting an exception.

d. Only the Engineer will utilize the color "RED" in marking submittals.

e. Shop drawings will be returned to the Contractor with one of the following codes.

1) "APPROVED" - This code is assigned when there are no notations or comments

on the submittal. When returned under this code the Contractor may release the

equipment and/or material for manufacture.

2) "APPROVED AS NOTED" - This code is assigned when a confirmation of the

notations and comments IS NOT required by the Contractor. The Contractor may

release the equipment or material for manufacture; however, all notations and

comments must be incorporated into the final product.

3) "APPROVED AS NOTED/CONFIRM" - This combination of codes is assigned

when a confirmation of the notations and comments is required by the

Contractor. The Contractor may release the equipment or material for

manufacture; however, all notations and comments must be incorporated into the

final product. This confirmation shall specifically address each omission and

nonconforming item that was noted. Confirmation is to be received by the

Engineer within 15 calendar days of the date of the Engineer's transmittal

requiring the confirmation.

4) "APPROVED AS NOTED/RESUBMIT" - This combination of codes is assigned

when notations and comments are extensive enough to require a resubmittal of

the entire package. This resubmittal is to address all comments, omissions and

non-conforming items that were noted. Resubmittal is to be received by the

Engineer within 30 calendar days of the date of the Engineer's transmittal

requiring the resubmittal.

5) "NOT APPROVED" - This code is assigned when the submittal does not meet

the intent of the contract documents. The Contractor must resubmit the entire

package revised to bring the submittal into conformance. It may be necessary to

resubmit using a different manufacturer/vendor to meet the requirements of the

contract documents.

6) "COMMENTS ATTACHED" - This code is assigned where there are comments

attached to the returned submittal, which provide additional data to aid the

Contractor.

7) "RECEIPT ACKNOWLEDGED (Not subject to Engineer's Review or

Approval)" - This code is assigned to acknowledge receipt of a submittal that is

not subject to the Engineer's review and approval, and is being filed for

Page 331: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 12 PCTS No. 13315

informational purposes only. This code is generally used in acknowledging

receipt of means and methods of construction work plans, field conformance test

reports, and health and safety plans.

f. Repetitive Reviews: Shop drawings, O&M manuals and other submittals will be

reviewed no more than twice at the Owner's expense. All subsequent reviews will be

performed at the Contractor's expense. Reimburse the Owner for all costs invoiced by

Engineer for the third and subsequent reviews.

4. Electronic Transmission

a. Action Submittals may be transmitted by electronic means provided the following

conditions are met:

1) The above-specified transmittal form is included.

2) All other requirements specified above have been met including, but not limited

to, coordination by the Contractor, review and approval by the Contactor, and the

Contractor's Certification.

3) The submittal contains no pages or sheets large than 11 x 17 inches.

4) With the exception of the transmittal sheet, the entire submittal is included in a

single file.

5) The electronic files are PDF format (with printing enabled).

6) In addition, transmit three hard-copy (paper) originals to the Engineer.

7) The Engineer's review time will commence upon receipt of the hard copies of the

submittal.

8) For Submittals that require certification, corporate seal, or professional

embossment (i.e., P.E.s, Surveyors, etc.) transmit at least two hard-copy originals

to the Engineer. In addition, provide additional photocopied or scanned copies, as

specified above, showing the required certification, corporate seal, or

professional seal.

B. Informational Submittals

1. Contractor's Responsibilities

a. Number of copies: Submit three copies, unless otherwise indicated in individual

Specification sections

b. Refer to individual technical Specification Sections for specific submittal

requirements.

2. Engineer’s Responsibilities

a. The Engineer will review each informational submittal within 15 days. If the

informational submittal complies with the Contract requirements, Engineer will file

for the project record and transmit a copy to the Owner. Engineer may elect not to

respond to Contractor regarding informational submittals meeting the Contract

requirements.

b. If an informational submittal does not comply with the Contract requirements,

Engineer will respond accordingly to the Contractor within 15 days. Thereafter, the

Contractor shall perform the required corrective action, including retesting, if needed,

until the submittal, in the opinion of the Engineer, is in conformance with the Contract

Documents.

Page 332: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 13 PCTS No. 13315

3. Electronic Transmission

a. Informational submittals may be transmitted by electronic means providing all of the

following conditions are met:

1) The above-specified transmittal form is included.

2) The submittal contains no pages or sheets large than 11 x 17 inches.

3) With the exception of the transmittal sheet, the entire submittal is included in a

single file.

4) The electronic files are PDF format (with printing enabled).

5) For Submittals that require certification, corporate seal, or professional

embossment (i.e., P.E.s, Surveyors, etc.)) transmit two hard-copy originals to the

Engineer.

END OF SECTION

(form follows)

Page 333: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01300 - 14 PCTS No. 13315

P.E. CERTIFICATION FORM

The undersigned hereby certifies that he/she is a professional engineer registered in the State

of ______________________________ and that he/she has been employed by

______________________________________________________________________ to design

(Company Name)

_____________________________________________________________________________

(Insert P.E. Responsibilities)

In accordance with Specification Section __________________________________________ for the

____________________________________________________________________________.

(Name of Project)

The undersigned further certifies that he/she has performed the said design in conformance with all

applicable local, state and federal codes, rules and regulations; and, that his/her signature and P.E. stamp

have been affixed to all calculations and drawings used in, and resulting from, the design.

The undersigned hereby agrees to make all original design drawings and calculations available to the

_______________________________________________________________________________

(Insert Name of Owner)

or Owner's representative within seven days following written request therefor by the Owner.

___________________________________ ___________________________________

P.E. Name Company Name

___________________________________ ___________________________________

Signature Signature

___________________________________ ___________________________________

P.E. Registration Number Title

___________________________________

Address

___________________________________

Address

Page 334: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 1 PCTS No. 13315

SECTION 01310

CONSTRUCTION SCHEDULING

PART 1 GENERAL

1.01 PROGRAM DESCRIPTION

A. A Critical Path Method (CPM) construction schedule shall be used to control the Work and to

provide a basis for determining job progress. The construction schedule shall be prepared and

maintained by the Contractor. All work shall be done in accordance with the established CPM

schedule. The Contractor and all subcontractors shall cooperate fully in developing the

construction schedule and in executing the work in accordance with the CPM schedule.

B. The construction schedule shall consist of a computerized CPM network (diagram of activities)

presented in a time-scaled graphic (print-out) with reports, as specified herein.

C. For projects that involve multiple prime contractors (in lieu of a single general contractor), the

general subcontractor is usually the prime contractor and it shall prepare and maintain the

project schedule and be responsible to coordinate all other subs for scheduling into a cohesive

integrated plan.

1.02 QUALIFICATIONS

A. The Contractor shall have the capability of preparing and utilizing the specified CPM schedule,

or engage the services of a specialized scheduling professional to do so. Within seven days of

the award of contract, provide a résumé or qualifications statement for the individual within the

Contractor's organization, or the outside consultant, who is being proposed as the responsible

party for development and maintenance of the CPM schedule. The résumé or qualifications

statement shall demonstrate that the proposed responsible party has successfully developed and

maintained CPM schedules for at least three construction projects of the same size or greater

than this project. The proposed responsible party for the CPM schedule is subject to approval by

the Engineer and Owner. If the proposed responsible party for the CPM schedule is not

approved by the Engineer and/or Owner, Contractor shall resubmit a more-appropriate

candidate for approval.

1.03 SUBMITTALS

A. Contractor shall submit Interim, Preliminary, Baseline (also known as "as-planned") CPM

schedules, revisions, and Monthly Status Reports, all including graphics, reports, and narratives,

and an as-built schedule, as specified herein.

PART 2 PRODUCTS

2.01 SOFTWARE

A. Unless otherwise approved by the Engineer, the computer-based schedule shall be generated

using Oracle-Primavera Contractor, or P6 Professional Project Management Software.

B. [Provide [two] copies of the scheduling software program (with licenses) being used by the

Contractor, for use by the Engineer, during construction. Pay for annual license renewals for the

duration of the construction project. Provide and pay for technical support for the software

Page 335: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 2 PCTS No. 13315

provided to the Engineer and Owner. The licenses shall be registered in the names of the

Engineer and Owner. At the end of construction, the Software will be retained by the Engineer

and Owner. Provide and pay for up to forty hours of training for up to four people. The training

shall be provided within 100 miles of the Owner's main office.

2.02 NETWORK REQUIREMENTS

A. Each schedule submittal shall contain the following identifying information:

1. Project Title, Owner's Contract Number, and the Engineer's Project Number

2. Contractor's name

3. All Contract milestones, as specified

4. The project calendar(s) (including work week and holidays)

5. Type of submittal (e.g., Interim, Preliminary, Baseline or Monthly Status Report)

6. A summary contract milestones

7. Data date and run (print) date

B. The network of activities shall show the order and inter-dependence of activities; and, show the

sequence in which the work is to be accomplished, as planned by the Contractor. The basic

concept of a network analysis diagram shall be followed to show how each activity is dependent

on preceding activities (predecessors) and following activities (successors).

C. Detailed network activities shall include, but are not limited to:

1. mobilization activities;

2. procurement activities (submittals, review and approval, fabrication, and delivery);

3. permitting and regulatory activities;

4. right-of-way activities (including utility agreements that require others to relocate existing

utilities that affect the project);

5. construction activities (including demolition, rehabilitation, new construction and testing);

6. maintenance of existing facilities;

7. test and start-up activities (including testing, start-up, training, performance testing, and

commissioning);

8. contract milestones (fixed and floating);

9. specified sequences, outages and coordination activities; and

10. any other activities needed to properly identify the scope of work and contract

requirements.

Page 336: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 3 PCTS No. 13315

D. All activities shall be sufficiently identified and/or described so that the scope of work of each

activity is clear. All work tasks shall be broken down into appropriate scopes and durations to

facilitate monitoring progress. Unless otherwise approved by the Engineer, no activities shall

have durations of more than one month; except for off-site activities such as procurement and

delivery of materials and equipment - or administrative or management activities that span the

project duration that do not reflect earned progress.

E. Network activities shall be organized (grouped) by phases (or stages), physical areas, buildings,

elevations, or other portions of the project.

F. Separate network activities shall be provided for each significant identifiable function in each

trade area in each facility. Separate network activities shall be provided for subcontractors.

G. The number of network activities, sufficiency of description, and level of breakdown shall be

subject to the Engineer's review and approval to confirm conformance with the specified

requirements.

H. The format of the schedule network graphic shall be a time-scaled logic diagram - with a list of

network activities and the specified data fields presented adjacent to the graphic display.

I. The following general requirements also apply to the network diagram.

1. The Critical Path (the sequence of project network activities that add up to the longest

overall duration and thereby determines the shortest time possible to complete the project)

shall be identified - preferably in 'red'.

2. Unless otherwise approved by the Engineer the Contractor's work schedule shall be based

on 'normal work week' as defined in the Contract Documents – (typically 40 hours per

week, consisting of five 8-hour days).

3. The graphics shall indicate the calendar(s) on which activity durations are based (i.e., 5-day

workweek or 7 calendar day week). When multiple calendars or work weeks are used, the

graphics shall clearly indicate which calendars are used where.

4. The project calendar shall include exclusions for holidays observed by the Contractor and

those indicated in the Contract Documents.

J. Each network activity shall have the following information (fields) listed alongside the activity

on the graphic display.

1. Activity ID – a manually assigned designation (numeric or alphanumeric). The Contractor

should use a logical approach to assigning identification to network activities to facilitate

grouping (sorting) of activities.

2. Activity Description

3. Original Duration – including allowances for adverse weather interruptions – normal for

the project location. Normal weather shall mean seasonally average weather conditions, as

recorded by NOAA.

Page 337: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 4 PCTS No. 13315

4. Percent complete – the Contractor's estimated percent complete for each network activity

as of the data date for the respective report.

5. Remaining Duration - a calculated value based on Original Duration of each network

activity and the estimated percent of completion for each activity.

6. Early Start Date

7. Early Finish Date

8. Late Start Date

9. Latest Finish Date

10. Total Float

11. Manhours – an estimated value representing the Contractor's estimate of direct labor

manhours that will be required to execute each network activity.

12. Cost – an estimated value representing the Contractor's estimate of the accumulated cost of

all components of each network activity, including indirect costs and allocated profit and

overhead (general conditions, permits, insurance, etc.)

2.03 SUBMITTAL REQUIREMENTS

A. Each schedule submittal shall include the following elements:

1. Graphics – unless otherwise approved by the Engineer, the network graphics shall be

printed on 24-inch by 36-inch sheets; including a list of activities and the specified data

fields.

2. Narrative

a. The Narrative shall consist of a written report by the Contractor providing an

overview of the schedule – specific to each submittal.

b. The Narratives for developmental submittals, i.e., Interim and Preliminary, shall

describe the Contractor's approach to executing the project Work.

c. The Narrative for the Baseline Schedule shall:

1) explain key activities and assumptions on which the schedule is based;

2) describe the Critical Path;

3) discuss key deliveries that might adversely affect the project schedule; and,

4) explain the Contractor's approach to adverse weather interruptions – normal for

the project location. Normal weather shall mean seasonally average weather

conditions, as recorded by NOAA.

d. The Narratives provided with Monthly Status Reports (updates) shall also identify:

1) any changes the Contractor has made to the CPM logic (including any added,

modified or deleted activities,

2) any delays that have been encountered, and

3) remedial actions or recovery steps the Contractor will employ to arrest and/or

recover from such delays.

Page 338: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 5 PCTS No. 13315

B. Reports

1. The following reports are required to be submitted with Baseline Schedule, when a major

revision is made to the schedule, and when requested by the Engineer.

a. Activity – a report listing all network activities, sorted by activity ID

b. Early Start – a report listing all network activities, sorted by Early Start date

c. Total Float – a report listing all network activities, sorted by Total Float (ascending

from low to high).

d. Predecessor/Successor – a report of all activities, sorted by Activity ID that lists all

predecessor and successor activities for each network activity.

2.04 ACCEPTABILITY

A. The Contractor shall submit the CPM schedule submittals, as specified, and resubmit as needed,

until they are in compliance with Contract requirements.

B. The Engineer's review of the Contractor's construction schedule submittals will only be for

conformance with the Contract requirements – including but not limited to contract time and

work sequences specified in the contract documents. The Engineer's review of the schedule

shall not include the Contractor's means and methods of construction or safety. The Engineer's

concurrence, acceptance, or approval of the Contractor's schedule submittals will not relieve the

Contractor from responsibility for complying with the Contract Scope, Contract Time or any

other contract requirement. Any indication of concurrence, acceptance, or approval of the

Contractor's schedule will only indicate a general conformance with the Contract Requirements.

C. Engineer's review of the Contractor's construction schedule submittals shall not relieve the

Contractor from responsibility for any deviations from the Contract Documents unless the

Contractor has in writing called Engineer's attention to such deviations at the time of submission

and Engineer has given written concurrence to the specific deviations, nor shall any concurrence

by the Engineer relieve Contractor from responsibility for errors and omissions in the

submittals. Concurrence of the CPM Activity Network by the Engineer is advisory only and

shall not relieve the Contractor of responsibility for accomplishing the Work within the

Contract completion date(s).

D. Concurrence, acceptance, or approval of the Contractor's CPM schedule by the Engineer in no

way makes the Engineer an insurer of the CPM schedule's success, nor liable for time or cost

overruns resulting therefrom.

E. Failure to include any element of work required for the performance of this Contract will not

excuse the Contractor from completing all Work required within the Contract completion

date(s), notwithstanding the review of the network by the Engineer.

F. CPM schedules that contain activities with negative float, or which extend beyond the contract

completion date, will not be acceptable.

G. Except where earlier completions are specified, CPM schedules which show completion of all

work prior to the contract completion date may be indicated; however, in no event shall they

constitute a basis for claim for delay by the Contractor.

Page 339: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 6 PCTS No. 13315

PART 3 EXECUTION

3.01 IMPLEMENTATION SCHEDULE

A. Interim Schedule

1. Within 15 days following the receipt of the Notice to Proceed, submit an Interim Schedule

indicating the planned operations during the first 60 calendar days after Notice to Proceed.

In addition, the Contractor shall indicate its general approach for the balance of the project.

2. While the Preliminary schedule is being developed, the Contractor shall update the Interim

schedule on a monthly basis – indicating actual progress - until the Preliminary schedule is

submitted.

B. Preliminary Schedule

1. Within 45 days following the receipt of Notice to Proceed, submit a proposed Preliminary

Schedule to the Engineer. The Preliminary Schedule shall consist of a draft computer-

generated CPM-schedule showing the entire Scope of Work. The Preliminary Schedule

shall not include any actual progress earned during development of the schedule (i.e.,

statused as of the Notice to Proceed).

2. Within 15 days of submittal of the Preliminary Schedule (i.e., within 60 days of receipt of

the Notice to Proceed), meet with the Engineer to discuss the review comments.

3. Once the Preliminary Schedule is submitted, Contractor shall discontinue updating the

Interim Schedule. Provide monthly updates of the Preliminary Schedule until concurrence,

acceptance, or approval of the Baseline Schedule.

C. Baseline (as-planned) Schedule

1. With 10 days of the review meeting on the Preliminary Schedule submittal, the Contractor

shall incorporate the Engineer's comments into the network and submit a Baseline

Schedule. Resubmit the Baseline Schedule, as required until it is deemed acceptable as

stated in Paragraph 2.04, above.

2. Upon concurrence, acceptance, or approval of the Contractor's initial Baseline Schedule,

statused as of the Notice to Proceed date, it shall be recognized as the basis against which

the Contractor's progress shall be measured.

D. Monthly Status Reports

1. Monthly Status Reports shall include updated graphics and a narrative. In addition, if

requested by the Engineer, Contractor shall provide copies of one or more of the standard

reports listed in Paragraph 2.03.B.

2. The Contractor shall provide Monthly Status Reports (schedule updates) commencing

approximately 30 days after submission of the Interim Schedule. Unless approved

otherwise by the Engineer, the Monthly Status Reports shall be statused as of the end of

each calendar month.

Page 340: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 7 PCTS No. 13315

3. While the Preliminary Schedule is being developed, the Contractor shall update the Interim

schedule on a monthly basis – indicating actual progress - until the Preliminary Schedule is

submitted.

4. While the Baseline Schedule is being developed, the Contractor shall update the

Preliminary Schedule on a monthly basis – indicating actual progress - until concurrence,

acceptance, or approval of the Baseline Schedule.

5. Once the initial Baseline Schedule is complete, Monthly Status Reports shall be based on

the Baseline Schedule.

E. As-Built Schedule

1. Upon achieving Substantial Completion, the Contractor shall submit an as-built schedule,

showing all activities from the Notice to Proceed through Substantial Completion. In

addition, provide the reports listed in Paragraph 2.03.B. A Narrative is not required.

3.02 DELIVERABLES

A. Unless approved otherwise by the Engineer, all schedule submittals shall be printed in color on

sheets 24-in by 36-in and may be divided into as many separate sheets as required.

B. Interim Schedule: Submit three copies to the Engineer.

C. Preliminary Schedule: Submit three hard (paper) copies to the Engineer.

D. Baseline Schedule: Submit three hard (paper) copies, one electronic copy (PDF), and a copy of

the program files to the Engineer.

E. Monthly Status Reports: Submit three copies and one electronic copy on CD to the Engineer;

and if requested, an electronic copy of the program files for the respective update.

F. As-Built Schedule: Submit one hard copy; one electronic (PDF), and, if requested, an electronic

copy of the program files.

3.03 PROGRESS REPORTING

A. Progress under the approved CPM schedule shall be reported monthly by the Contractor by

submitting a Monthly Status Report. Unless otherwise approved by the Engineer, not less than

seven days prior to the due date of the Monthly Status Report, the Contractor shall meet with

the Engineer's representative to jointly evaluate the status of each network activity. Each

activity shall be updated to reflect the actual progress (percent complete) and the actual dates

activities were started and completed, as applicable.

B. The Monthly Status Report shall include an update of the computer-generated network graphics

and a Narrative report. The Narrative shall include:

1. A description of the progress during the reporting period in terms of completed activities

2. A summary of the Critical Path

3. An description or explanation of each delays to network activities

Page 341: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 8 PCTS No. 13315

4. A description of problem areas, current and anticipated delaying factors and their

anticipated effect on the performance of other activities and completion dates

5. An explanation of corrective action taken or proposed.

6. This report, as well as the CPM Status Report, will be discussed at each progress meeting.

3.04 RESPONSIBILITY FOR SCHEDULE COMPLIANCE

A. Whenever it becomes apparent from the current CPM schedule and CPM Status Report that

delays to the critical path have resulted and the contract completion date will not be met, or

when so directed by the Engineer, take some or all of the following actions at no additional cost

to the Owner. Submit to the Engineer for approval, a written statement of the steps intended to

take to remove or arrest the delay to the critical path in the approved schedule.

1. Increase construction manpower in such quantities and crafts,

2. Increase the number of working hours per shift, shifts per day, working days per week,

3. Increase the amount of construction equipment, and/or

4. Reschedule activities to maximize the concurrence of activities and comply with the

revised schedule.

B. If when so requested by the Engineer, failure to submit a written statement of the steps intended

to take or should fail to take such steps as approved by the Engineer, the Engineer may direct

the Contractor to increase the level of effort in man-power (trades), equipment and work

schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order

to remove or arrest the delay to the critical path in the approved schedule and the Contractor

shall promptly provide such level of effort at no additional cost to the Owner.

3.05 ADJUSTMENT OF CONTRACT SCHEDULE AND COMPLETION TIME

A. If the Contractor wants or needs to make changes in his/her execution of the construction

schedule that would affect the approved CPM schedule, he/she shall notify the Engineer in

writing stating what changes are proposed and the reasons for the changes. If the Engineer

approves such changes, the Contractor shall revise and submit a revised schedule for approval -

without additional cost to the Owner. The CPM schedule shall be adjusted by the Contractor

only after prior approval of his/her proposed changes. Adjustments may consist of changing

portions of the activity sequence, activity durations, division of approved activities, or other

adjustments as may be approved by the Engineer; however, the addition of extraneous, non-

working activities and activities that add unapproved restraints to the CPM schedule will not be

allowed.

B. Shop drawings that are not approved on the first submittal will require the addition of network

activities for the resubmittals.

C. Equipment that does not pass the specified tests will require the addition of network activities

for the retesting.

Page 342: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 9 PCTS No. 13315

D. The contract completion time will be adjusted only for causes specified in this Contract. In the

event the Contractor requests an extension of any contract completion date, he/she shall furnish

such justification and supporting evidence as the Engineer may deem necessary to determine

whether the Contractor is entitled to an extension of time under the provisions of this Contract.

After receipt of such justification and supporting evidence, the Engineer's shall perform an

assessment or evaluation of the appropriate change in contract time based upon the currently

approved CPM schedule and on all data relevant to the extension. Inexcusable delays

(attributable to the Contractor) and non-critical delays (delays to activities which, according to

the CPM schedule, do not affect any contract completion date shown by the Critical Path) shall

not be the basis for a change in contract time. The Engineer will provide a written

recommendation to the Owner based on its assessment, with a copy to the Contractor. The

Contractor shall not change any fixed contract milestones or required completion dates without

the approval of the Owner, evidenced by the execution of a contract change order. However, the

Contractor should make note of such requests for changes in contract time in the narrative of

monthly schedule status reports.

E. The contract completion time will be adjusted only for causes specified in this Contract. In the

event the Contractor requests an extension of any contract completion date, he/she shall furnish

such justification and supporting evidence as the Engineer may deem necessary to determine

whether the Contractor is entitled to an extension of time under the provisions of this Contract.

The Engineer will, after receipt of such justification and supporting evidence, make findings of

fact and will advise the Contractor in writing thereof. If the Engineer finds that the Contractor is

entitled to any extension of any contract completion date, the Engineer's determination as to the

total number of days of extension shall be based upon the currently approved CPM schedule

and on all data relevant to the extension. Such data shall be included in the next updating of the

schedule. Inexcusable delays (attributable to the Contractor) and non-critical delays (delays to

activities which, according to the CPM schedule, do not affect any contract completion date

shown by the Critical Path) shall not be the basis for a change in contract time.

F. Each request for change in any contract completion date shall be submitted by the Contractor to

the Engineer in accordance with the notification requirements stipulated in the form of contract

or general conditions. No time extension will be granted for requests that are not submitted in

accordance with the Contract requirements.

G. Total float in the approved CPM network belongs to the project; i.e., either the Owner or

Contractor may take advantage of available total float on a first-come, first-served basis.

Therefore, without obligation to extend either the overall completion date, or any intermediate

completion dates set out in the CPM network, the Owner may initiate changes to the work or

delay work that absorb available total float existing at the time of the change or delay. Owner

initiated changes or delays that affect the Critical Path on the approved CPM network shall be

the sole grounds for extending (or contracting) contract completion dates or fixed milestones.

END OF SECTION

Page 343: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01310 - 10 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 344: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01322 - 1 PCTS No. 13315

SECTION 01322

PHOTOGRAPHIC DOCUMENTATION

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required to provide photographic docu-

mentation of the Project as specified herein.

1.02 SUMMARY

A. Section includes administrative and procedural requirements for the following:

1. Aerial and Land-based preconstruction photographs.

2. Aerial and Land-based periodic construction photographs.

3. Aerial and Land-based final completion construction photographs.

4. Preconstruction video recordings.

5. Periodic construction video recordings.

1.03 RELATED WORK

1. Submittal procedures for submitting photographic documentation are included in Section

01300.

2. Project Record Documents are included in Section 01720.

1.04 REFERENCES

A. Not Used.

1.05 SUBMITTALS

A. Qualification Data: For photographer and videographer documentation service provider.

B. Key Plan: Submit key plan of Project site and building with notation of vantage points marked

for location and direction of each photograph and video recording. Indicate elevation or story of

construction. Include same information as corresponding photographic documentation.

C. Digital Photographs aerial and land-based: Submit image files within seven days of taking pho-

tographs.

1. File Format: Minimum 3200 by 2400 pixels, in unaltered original files, with same aspect

ratio as the sensor, uncropped, date and time stamped, in folder named by date of photo-

graph, accompanied by key plan file.

2. Digital photographic files shall be provided in *.JPG format unless otherwise approved by

the Engineer.

Page 345: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01322 - 2 PCTS No. 13315

3. Submit digital photographs in data disc format acceptable to Engineer

a. Full-size (12-cm / 4.7-inch diameter) CD-R, DVD-R and DVD+R single-use recorda-

ble discs are acceptable.

b. No other disc types (including but not limited to CD-RW, DVD-RW, or any 8-cm /

3.1-inch diameter Mini CD or DVD) or storage media (including but not limited to

USB drives) will be accepted.

c. Package each disc in a hard plastic case, clearly and indelibly labeled using self-

adhesive labels specifically designed for labeling of discs. Include on the label the

project name and the time period covered by the photographs contained on the disc.

4. Identification: Provide the following information with each image description in file

metadata tag:

a. Name of Project.

b. Name and contact information for photographer.

c. Name of Engineer.

d. Name of Contractor.

e. Date and time photograph was taken.

f. Description of vantage point, indicating location, direction (by compass point), and

elevation or story of construction.

g. Unique sequential identifier keyed to accompanying key plan.

D. Construction Photographs aerial and land-based: Submit two prints of each photographic view

within seven days of taking photographs.

1. Format: 8-by-10-inch (203-by-254-mm) smooth-surface matte prints on single-weight,

commercial-grade photographic paper.

2. Identification: On back of each print, provide an applied label or rubber-stamped impres-

sion with the following information:

a. Name of Project.

b. Name and contact information for photographer.

c. Name of Engineer and Construction Manager.

d. Name of Contractor.

e. Date and time photograph was taken if not date stamped by camera.

f. Description of vantage point, indicating location, direction (by compass point), and

elevation or story of construction.

g. Unique sequential identifier keyed to accompanying key plan.

E. Video Recordings: Submit video recordings within sevendays of recording.

1. Submit video recordings in digital video disc format acceptable to Engineer

a. Full-size (12-cm / 4.7-inch diameter) CD-R, DVD-R and DVD+R single-use recorda-

ble discs are acceptable.

b. No other disc types (including but not limited to CD-RW, DVD-RW, or any 8-cm /

3.1-inch diameter Mini CD or DVD) or storage media (including but not limited to

USB drives) will be accepted.

c. Package each disc in a hard plastic case, clearly and indelibly labeled using self-

adhesive labels specifically designed for labeling of discs. Include on the label the

project name and the time period covered by the video recordings contained on the

disc.

Page 346: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01322 - 3 PCTS No. 13315

2. Identification: With each submittal, provide the following information:

a. Name of Project.

b. Name and contact information for videographer.

c. Name of Engineer.

d. Name of Contractor.

e. Date video recording was recorded.

f. Description of vantage point, indicating location, direction (by compass point), and

elevation or story of construction.

g. Weather conditions at time of recording.

3. Transcript: Prepared on 8-1/2-by-11-inch (215-by-280-mm) paper, punched and bound in

heavy-duty, three-ring, vinyl-covered binders. Mark appropriate identification on front and

spine of each binder. Include a cover sheet with same label information as corresponding

video recording. Include name of Project and date of video recording on each page.

1.06 QUALITY ASSURANCE

A. Photographer Qualifications: An individual who has been regularly engaged as a professional

photographer of construction projects for not less than three years.

B. Videographer Qualifications: An individual who has been regularly engaged as a professional

videographer of construction projects for not less than three years.

1.07 USAGE RIGHTS

A. Obtain and transfer copyright usage rights from photographer and videographer to Owner for

unlimited reproduction of photographic documentation.

PART 2 PRODUCTS

2.01 PHOTOGRAPHIC MEDIA

A. Digital Photographs:

1. Provide digital photographs produced by a dedicated, fixed- or interchangeable-lens digital

camera. Images made with cell phones, tablets, webcams, and wearable cameras are not

acceptable.

2. Digital Camera: Have a minimum image resolution of 8 megapixels, and produce images

in JPEG (.JPG) format with image dimensions of not less than 3200 by 2400 pixels.

B. Digital Video Recordings:

1. Provide video recordings made with a dedicated digital video camera specifically made for

video recordings. Video recordings made with cell phones, tablets, webcams, and wearable

cameras are not acceptable.

2. Digital Video Camera: Have a minimum resolution of 720p (1280 x 720, progressive).

Page 347: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01322 - 4 PCTS No. 13315

3. Provide video recordings in a common digital video format such as .MP4 or .WMV. The

minimum resolution of all video files shall be 720p (1280 x 720, progressive). Submit vid-

eo files on a digital video disc in format acceptable to Engineer.

PART 3 EXECUTION

3.01 CONSTRUCTION PHOTOGRAPHS

A. Photographer: Engage a qualified photographer to take construction photographs.

B. General: Take photographs that clearly show the Work. Exhibit correct exposure and focus, ac-

curate color balance, maximum depth of field, minimal optical distortion, and minimal noise.

Photographs that, in the Engineer’s opinion, do not meet these quality criteria will not be ac-

cepted and shall be re-taken at no additional cost to the Owner.

1. Maintain key plan with each set of construction photographs that identifies each photo-

graphic location.

C. Digital Images: Submit digital images exactly as originally recorded in the digital camera, with-

out alteration, manipulation, editing, or modifications using image-editing software.

1. Date and Time: Include date and time in file name for each image.

2. Field Office Images: Maintain one set of images accessible in the field office at Project

site, available at all times for reference. Identify images in the same manner as those sub-

mitted to Engineer.

D. Aerial Photographs:

E. Provide aerial photography of the entire project site. Do not extend limits past the project

boundary in order to provide the greatest level of detail of the entire work area.

F. Provide three different views at the following periods of the Project.

G. Prior to commencement of the Work.

H. At project completion.

I. Preconstruction Photographs: Before commencing any work, take photographs of Project site

and surrounding properties, including existing items to remain during construction, from differ-

ent vantage points, as directed by Engineer.

1. Flag excavation areas and construction limits before taking construction photographs.

2. Take 20 photographs to show existing conditions adjacent to property before starting the

Work.

3. Take 20 photographs of existing buildings either on or adjoining property to accurately

record physical conditions at start of construction.

4. Take additional photographs as required to record settlement or cracking of adjacent struc-

tures, pavements, and improvements.

Page 348: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01322 - 5 PCTS No. 13315

J. Periodic Construction Photographs: Take 20 photographs monthly, coinciding with the cutoff

date associated with each Application for Payment. Select vantage points to show status of con-

struction and progress since last photographs were taken.

K. Engineer-Directed Construction Photographs: From time to time, Engineer will instruct photog-

rapher about number and frequency of photographs and general directions on vantage points.

Select actual vantage points and take photographs to show the status of construction and pro-

gress since last photographs were taken.

L. Final Completion Construction Photographs: Take 20 color photographs after date of Substan-

tial Completion for submission as project record documents. Engineer will inform photographer

of desired vantage points.

M. Additional Photographs: Engineer may request photographs in addition to periodic photographs

specified. Additional photographs will be paid for by Change Order and are not included in the

Contract Sum.

1. Three days' notice will be given, where feasible.

2. In emergency situations, take additional photographs within 24 hours of request.

3. Circumstances that could require additional photographs include, but are not limited to, the

following:

a. Special events planned at Project site.

b. Immediate follow-up when on-site events result in construction damage or losses.

c. Photographs to be taken at fabrication locations away from Project site. These photo-

graphs are not subject to unit prices or unit-cost allowances.

d. Substantial Completion of a major phase or component of the Work.

e. Extra record photographs at time of final acceptance.

f. Owner's request for special publicity photographs.

3.02 CONSTRUCTION VIDEO RECORDINGS

A. Videographer: Engage a qualified videographer to record construction video recordings.

B. Video Recordings:

1. Produce bright, clear, sharp pictures with accurate colors and free from distortion, exces-

sive shake, or any other form of picture imperfection. The audio track of each video re-

cording shall reproduce precise and concise explanatory notes by the camera operator with

proper volume, clarity and freedom from distortion and interference. Video recordings that,

in the Engineer’s opinion, do not meet these quality criteria will not be accepted and shall

be re-recorded at no additional cost to the Owner.

2. Mount camera on tripod before starting recording unless otherwise necessary to show area

of construction. Display continuous running time and date. At start of each video record-

ing, record weather conditions from local newspaper or television and the actual tempera-

ture reading at Project site.

Page 349: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01322 - 6 PCTS No. 13315

C. Narration: Describe scenes on video recording. Include description of items being viewed, re-

cent events, and planned activities. At each change in location, describe vantage point, location,

direction (by compass point), and elevation or story of construction.

1. Confirm date and time at beginning and end of recording.

2. Begin each video recording with name of Project, Contractor's name, videographer's name,

and Project location.

D. Transcript: Provide a typewritten transcript of the narration. Display images and running time

captured from video recording opposite the corresponding narration segment.

E. Preconstruction Video Recording: Before starting excavation, demolition, and/or construction,

record video recording of Project site and surrounding properties from different vantage points,

as directed by Engineer.

1. Flag construction limits before recording construction video recordings.

2. Show existing conditions adjacent to Project site before starting the Work.

3. Show existing buildings either on or adjoining Project site to accurately record physical

conditions at the start of construction.

4. Show protection efforts by Contractor.

END OF SECTION

Page 350: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01370 - 1 PCTS No. 13315

SECTION 01370

SCHEDULE OF VALUES

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Submit a Schedule of Values allocated to the various portions of the work, within 21 days after

the effective date of the Agreement.

B. Upon request of the Engineer, support the values with data which will substantiate their

correctness.

C. The accepted Schedule of Values shall be used only as the basis for the Contractor's

Applications for Payment.

1.02 RELATED REQUIREMENTS

A. Standard General Conditions of the Construction Contract are included in Section 00700.

B. Application for Payment is included in Section 01026.

1.03 FORM AND CONTENT OF SCHEDULE OF VALUES

A. Type schedule on an 8-1/2-in by 11-in or 8-1/2-in by 14-in white paper furnished by the Owner;

Contractor's standard forms and automated printout will be considered for approval by the

Engineer upon Contractor's request. Identify schedule with:

1. Title of Project and location.

2. Engineer and Project number.

3. Name and Address of Contractor.

4. Contract designation.

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 values for progress payments during construction.

C. Identify each line item with the number and title of the respective Section.

D. For each major line item, list sub-values of major products or operations under the item.

E. For the various portions of the work:

1. Each item shall include a directly proportional amount of the Contractor's overhead and

profit.

Page 351: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01370 - 2 PCTS No. 13315

2. For items on which progress payments will be requested for stored materials, break down

the value into:

a. The cost of the materials, delivered and unloaded, with taxes paid. Paid invoices are

required for materials upon request by the Engineer.

b. The total installed value.

F. The sum of all values listed in the schedule shall equal the total Contract Sum.

1.04 SUB-SCHEDULE OF UNIT MATERIAL VALUES

A. Submit a sub-schedule of unit costs and quantities for:

1. Products on which progress payments will be requested for stored products.

B. The form of submittal shall parallel that of the Schedule of Values, with each item identified the

same as the line item in the Schedule of Values.

C. The unit quantity for bulk materials shall include an allowance for normal waste.

D. The unit values for the materials shall be broken down into:

1. Cost of the material, delivered and unloaded at the site, with taxes paid.

2. Copies of invoices for component material shall be included with the payment request in

which the material first appears.

3. Paid invoices shall be provided with the second payment request in which the material

appears or no payment shall be allowed and/or may be deleted from the request.

E. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the

Schedule of Values.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 352: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01400 - 1 PCTS No. 13315

SECTION 01400

QUALITY CONTROL

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section includes requirements of a general nature related to the Contractor's responsibility

for quality control involving inspections, tests, certifications, and reports. This Section includes

the following:

1. Inspections.

2. Quality Assurance – Control of Installation.

3. References.

4. Inspecting and Physical Testing Laboratory Services.

5. Contractor's responsibilities.

6. Reports.

7. Equipment Calibration.

B. Unless otherwise indicated on the Attachments or Specifications, only new materials shall be

incorporated in the Work. All materials furnished by the Contractor to be incorporated in the

Work shall be subject to the inspection and approval of the Owner and the Engineer. No

material shall be processed for, or delivered to the Work without prior approval by the

Engineer.

C. The following Sections are related to this Section:

1. Section 01300 – Submittals, Submission of manufacturers' instructions and certifications.

1.02 INSPECTIONS

A. The Engineer and the Owner shall have the right to inspect all material and equipment at all

stages of collection and processing, and shall be allowed access to the site and to the

Contractor's and supplier's facilities to conduct such inspections. Onsite work shall be subject to

continuous inspection. Inspection by the Engineer or the Owner shall not release the Contractor

from responsibility or liability with respect to material. The Engineer or the Owner will supply

the Contractor a minimum of 24 hours’ notice prior to unscheduled offsite inspections.

B. When local codes or laws require approval and inspection of the work by other agencies or

organizations such as for UST regulations after cleaning, the Contractor shall obtain such

approval and submit one signed original and three copies of the approval to the Owner.

1.03 QUALITY ASSURANCE – CONTROL OF INSTALLATION

A. The Contractor shall monitor quality control over suppliers, products, services, site conditions,

and workmanship, to produce Work of specified quality.

Page 353: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01400 - 2 PCTS No. 13315

B. The Contractor shall comply with manufacturers' instructions, including each step in sequence.

C. The Contractor shall examine the areas and conditions where Work is to be performed and

notify the Owner of conditions detrimental to the proper and timely completion of the Work.

The Contractor shall not proceed with the Work until unsatisfactory conditions have been

corrected by the Contractor in a manner acceptable to the Owner.

D. The Contractor shall request clarification from Engineer should manufacturers' instructions

conflict with Contract Documents. The clarification shall be received prior to proceeding.

E. The Contractor shall comply with specified standards as minimum quality for the Work except

where more stringent tolerances, codes, or specified requirements indicate higher standards or

more precise workmanship.

F. Work shall be performed by persons qualified to produce workmanship of specified quality.

1.04 REFERENCES

A. The Contractor shall comply with the reference standards presented in Section 01070 at a

minimum.

B. For products or workmanship specified by association, trade, or other consensus standards, the

Contractor shall comply with requirements of the standard, except when more rigid

requirements are specified or are required by applicable codes.

C. The Contractor shall be familiar with applicable standards. Copies of these standards shall be

obtained by the Contractor where required by product specification sections.

D. The contractual relationship, duties, and responsibilities of the parties in Contract nor those of

the Engineer shall not be altered from the Contract Documents by mention or influence

otherwise in any reference document.

1.05 INSPECTING AND PHYSICAL TESTING LABORATORY SERVICES

A. The Contractor shall contract with an independent Subcontractor, upon review and acceptance

by the Owner and the Engineer, to perform laboratory testing as required by these

Specifications and as required by the Owner, including the following periodic inspections and

associated services:

1. Soils – Inspect and test the placement and compaction of soils used as site grading or

structural fill. Perform field (in-place) density and moisture control testing using a nuclear

moisture-density gauge or other Engineer-accepted method to assess the adequacy of

compaction.

B. The independent testing firm(s) shall have performed previous similar work in a satisfactory

manner, be an approved subcontractor, and specialize in the types of inspections and tests to be

performed. Testing firm(s) shall be authorized by authorities having jurisdiction to operate in

the State of Florida. The Contractor shall include the costs of this service in his bid.

C. The Contractor shall provide labor and materials and necessary testing facilities at the site as

required by Specifications and the independent laboratories. The Contractor shall cooperate

Page 354: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01400 - 3 PCTS No. 13315

with the Owner and the Engineer and the independent laboratory and shall provide the testing

firm with at least 24 hours’ notice prior to specified testing.

D. The Contractor shall be solely responsible for the adequate stability of cut soil slopes at the site

and for providing a safe working condition within excavated areas.

E. Inspecting, testing, and source quality control may occur on or off the project site. Offsite

inspecting or testing shall be performed as required by the Engineer or the Owner.

F. The Contractor shall be responsible for scheduling and coordinating inspections, tests, and

similar activities with minimum delay to project.

1.06 CONTRACTOR'S RESPONSIBILITIES

A. The Contractor shall provide incidental labor and facilities:

1. to provide access to Work to be tested,

2. to obtain and handle samples at the site,

3. to facilitate tests and inspections,

4. to provide storage of test samples.

B. The Engineer and Owner shall be notified 48 hours prior to expected time for operations

requiring services.

C. The Contractor shall make arrangements with the Engineer and pay for additional samples and

tests required for Contractor's use.

D. Testing or inspecting does not relieve Contractor to perform Work to contract requirements.

E. Retesting required because of non-conformance to specified requirements shall be performed by

the same independent firm at the Contractor's expense.

1.07 REPORTS

A. Transcripts or certified test reports including all test results shall be submitted for review to the

Engineer. Acceptance by the Engineer shall be received prior to delivery of material. The

testing shall have been performed by an approved independent testing facility within the

previous six months of submittal of the reports for review. Transcripts of test results shall be

accompanied by a certificate in the form of a letter from the manufacturer or supplier certifying

that the tested material meets the specified requirements and is of the same type, quality,

manufacturer, and make as that specified.

B. The Contractor may, in lieu of the specified tests and at the option of the Engineer, submit for

review a notarized Certificate of Compliance in the form of a letter from the manufacturer. The

Certificate shall state the following:

1. Manufacturer has performed all required tests.

2. Materials supplied meet all test requirements.

Page 355: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01400 - 4 PCTS No. 13315

3. Tests were performed within six months of submittal of the Certificate.

4. Materials that were tested are the same type, quality, manufacture, and make as those

specified.

5. Include identification of the materials.

C. The independent testing firm shall submit a certified written report, in triplicate, of each

inspection and test to the Contractor. One copy of these results will be provided to the Engineer

on the same day as the testing is performed.

1. Submit additional copies of each report to the governing authority, when the authority so

directs.

2. Report Data: Reports of each inspection, test, or similar service include, but are not

limited to, the following:

a. Date of issue.

b. Project title and number.

c. Name, address, and telephone number of testing agency.

d. Dates and locations of samples and tests or inspections.

e. Names of individuals making the inspection or test.

f. Designation of the Work and test method.

g. Identification of product and Specification Section.

h. Complete inspection of test data.

i. Test results and an interpretation of test results.

j. Ambient conditions at the time of sample taking and testing.

k. Comments or professional opinion on whether inspected or tested Work complies with

requirements.

l. Name and signature of laboratory inspector.

m. Recommendations on retesting.

1.08 EQUIPMENT CALIBRATION

A. All field test equipment will be kept under control of the Contractor's testing Subcontractor. The

testing Subcontractor will be fully trained in the use of equipment, test procedures, and

interpretations of results for each piece of test equipment. A copy of calibration certification

will be kept by the testing Subcontractor and supplied to the Engineer.

B. Calibration of nuclear-density gauges shall conform to the frequencies and methods outlined in

ASTM D2922 and D3017. Unstable or erratic gauges shall not be used in density testing and

shall be immediately removed from the site.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 356: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01410 - 1 PCTS No. 13315

SECTION 01410

TESTING AND TESTING LABORATORY SERVICES

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Owner will employ and pay for the services of an Independent Testing Laboratory to perform

testing specifically indicated on the Contract Documents and may at any other time elect to

have materials and equipment tested for conformity with the Contract Documents.

1. Cooperate with the laboratory to facilitate the execution of its required services.

2. Employment of the laboratory shall in no way relieve Contractor's obligations to perform

the work of the Contract.

1.02 RELATED REQUIREMENTS

A. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules,

regulations, orders or approvals of public authorities.

B. Respective Sections: Certification of products.

C. Each Section listed: Laboratory tests required and standards for testing.

D. Testing Laboratory inspection, sampling and testing is required for but not limited to the

following:

1. Earthwork is included in Section 02200.

2. Trenching, Backfilling and Compaction is included in Section 02221.

1.03 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY

A. Laboratory is not authorized to:

1. Release, revoke, alter or enlarge on requirements of Contract Documents.

2. Approve or accept any portion of the work.

3. Perform any duties of the Contractor.

1.04 CONTRACTOR'S RESPONSIBILITIES

A. Cooperate with laboratory personnel, provide access to work, to manufacturer's operations.

B. Secure and deliver to the laboratory adequate quantities of representational samples of materials

proposed to be used and which require testing.

C. Provide to the laboratory the preliminary design mix proposed to be used for concrete and other

materials mixes which require control by the testing laboratory.

Page 357: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01410 - 2 PCTS No. 13315

D. Materials and equipment used in the performance of work under this Contract are subject to

inspection and testing at the point of manufacture or fabrication. Standard requirements for

quality and workmanship are indicated in the Contract Documents. The Engineer may require

the Contractor to provide statements or certificates from the manufacturers and fabricators that

the materials and equipment provided by them are manufactured or fabricated in full accordance

with the standard specifications for quality and workmanship indicated in the Contract

Documents. All costs of this testing and providing statements and certificates shall be a

subsidiary obligation of the Contractor, and no extra charge to the Owner shall be allowed on

account of such testing and certification.

E. Furnish incidental labor and facilities:

1. To provide access to work to be tested.

2. To obtain and handle samples at the project site or at the source of the product to be tested.

3. To facilitate inspections and tests.

4. For storage and curing of test samples.

F. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of

personnel and scheduling of tests.

1. When tests or inspections cannot be performed after such notice, reimburse Owner for

laboratory personnel and travel expenses incurred due to Contractor's negligence.

G. Employ and pay for the services of the same or a separate, equally qualified independent testing

laboratory to perform additional inspections, sampling and testing required for the Contractor's

convenience.

H. If the test results indicate the material or equipment complies with the Contract Documents, the

Owner shall pay for the cost of the testing laboratory. If the tests and any subsequent retests

indicate the materials and equipment fail to meet the requirements of the Contract Documents,

the Contractor may pay for the laboratory costs directly to the testing firm or the total of such

costs shall be deducted from any payments due the Contractor.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 358: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01445 - 1 PCTS No. 13315

SECTION 01445

PIPELINE TESTING AND CLEANING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and test and clean all new

pipelines installed under this Contract as specified herein, including chlorination of all potable

water lines.

1.02 RELATED WORK

A. Buried pipelines are included in Division 2.

B. Above grade and exposed pipelines are included in Division 15.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 GENERAL

A. Furnish all necessary equipment and labor for cleaning [and] testing [and chlorinating] the

pipelines. The procedures and methods shall be approved by the Engineer.

B. Make any taps and furnish all necessary caps, plugs, etc., as required in conjunction with testing

pipelines. Furnish a test pump, gauges and any other equipment required in conjunction with

carrying out the hydrostatic tests.

3.02 CLEANING PIPELINES

A. As pipe laying progresses and at the conclusion of the work thoroughly clean all new pipelines

by flushing with water or other means to remove all dirt, stones, pieces of wood or other

material which may have entered during the construction period. If, after this cleaning,

obstructions remain, they shall be removed.

3.03 TESTING GRAVITY PIPELINES

A. All gravity pipelines shall be tested for leakage by an infiltration or exfiltration test. Buried

piping shall be tested by an infiltration test if the groundwater is more than 2-ft above the crown

of the pipe for the full length of the section to be tested. Air testing may be used in lieu of an

exfiltration test subject to approval of the Engineer.

B. Exfiltration Test

1. Leakage tests by exfiltration shall be made by creating a head in the pipeline to be tested

by filling the line and either a manhole or temporary riser on one end of the line with

water. The length of pipe to be tested shall be such that the head over the crown at the

upstream end is not less than 2-ft and the head over the downstream crown is not more than

6-ft. The pipe shall be plugged by pneumatic bags or mechanical plugs in such a manner

that the air can be released from the pipe while it is being filled with water. Before any

Page 359: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01445 - 2 PCTS No. 13315

measurements are made, the pipe shall be kept full of water long enough to allow

absorption and the escape of any trapped air to take place. Following this, a test period of

at least one hour shall begin. Provisions shall be made for measuring the amount of water

required to maintain the water at a constant level during the test period.

2. If any joint shows an appreciable amount of leakage, the jointing material shall be removed

and the joint repaired. If any pipe is defective, it shall be removed and replaced. If the

quantity of water required to maintain a constant head in the pipe does not exceed 1.9

gallons per inch of diameter per day per 100-ft of pipe and if all the leakage is not confined

to a few joints, workmanship shall be considered satisfactory.

C. Infiltration Test

1. Pipe shall be tested for infiltration after the backfill has been placed and the ground water

allowed to return to normal elevation. The length of line to be tested shall be not less than

the length between adjacent manholes and not more than the total length of each size of

pipe. The allowable infiltration shall be 1.9 gallons per inch of diameter per day per 100-ft

of pipe in each section tested. There shall be no gushing or spurting leaks.

2. If an inspection of the completed pipeline or any part thereof shows pipes or joints which

allow noticeable infiltration of water, the defective work or material shall be replaced or

repaired as directed.

3. Rates of infiltration shall be determined by means of V-notch weirs, pipe spigots, or by

plugs in the end of the pipe installed in an approved manner and at such times and

locations as may be directed by the Engineer.

D. When the pipeline to be tested is reinforced concrete pipe, the allowable leakage in the above

tests shall be 4.7 gallons per inch of diameter per 100-ft of pipe.

3.04 TESTING PRESSURE PIPELINES

A. All pressure pipelines shall be pressure and leakage tested. Pipelines shall be subjected to a

hydrostatic pressure of 50 percent above the normal operating pressure and this pressure

maintained for at least 10 minutes. The leakage test shall be conducted at the maximum

operating pressure as determined by the Engineer, and this pressure shall be maintained for at

least two hours. The test pump and water supply shall be arranged to allow accurate

measurement of the water required to maintain the test pressure. Where applicable, hydrant

branch gate valves shall remain open during this test. The amount of leakage which will be

permitted shall be in accordance with AWWA C600.

3.05 CHLORINATION OF PIPELINES

A. Before being placed in service, all new potable water pipelines shall be chlorinated using the

continuous feed method specified in AWWA C651. The procedure shall be approved by the

Engineer in advance.

B. The location of the chlorination and sampling points will be determined by the Engineer in the

field. Taps for chlorination and sampling shall be installed. Uncover and backfill the taps as

required.

Page 360: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01445 - 3 PCTS No. 13315

C. The general procedure for chlorination shall be first to flush all dirty or discolored water from

the lines and then introduce chlorine in approved dosages through a tap at one end, while water

is being withdrawn at the other end of the line. The chlorine solution shall remain in the pipeline

for 24 hours.

D. Following the chlorination period, all treated water shall be flushed from the lines at their

extremities and replaced with potable water. All treated water flushed from the lines shall be

disposed of by discharging to the nearest sanitary sewer or by other approved means. No

discharge to any storm sewer or natural water course will be allowed. Bacteriological sampling

and analysis of the replacement water may then be made by the Engineer in full accordance

with AWWA C651. Rechlorinate, if necessary and the line shall not be placed in service until

the requirements of the State Public Health Department are met.

E. Special disinfecting procedures shall be used in connections to existing pipelines and where the

method outlined above is not practical.

END OF SECTION

Page 361: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01445 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 362: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01465 - 1 PCTS No. 13315

SECTION 01465

EQUIPMENT TESTING AND STARTUP

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Provide a competent field services technician of the manufacturers of all equipment furnished

under Divisions 11, 13, 15 and 16 to supervise installation, adjustment, initial operation and

testing, performance testing, final acceptance testing and startup of the equipment.

B. Perform specified equipment field performance tests, final acceptance tests and startup services.

1.02 RELATED WORK

A. Operation and Maintenance Data is included in Section 01730.

B. Performance and acceptance testing and startup requirements are included in the respective

sections of Divisions 11, 13, 15 and 16.

1.03 SUBMITTALS

A. Submit name, address and resume of proposed field services technicians at least 30 days in

advance of the need for such services.

B. Submit, in accordance with Section 01300, detailed testing procedures for shop tests, field

performance tests and final acceptance tests as specified in the various equipment sections.

Submittals shall include the following:

1. Test procedures shall be submitted at least 30 days in advance of the proposed test dates

and shall include at least the following information:

a. Name, classification, model and serial number of equipment to be tested, including

reference to specifications section number and title.

b. Testing schedule of proposed dates and times for testing.

c. Summary of power, lighting, water, gas, etc., needs and identification of who will

provide them.

d. Outline specific assignment of the responsibilities of the Contractor and

manufacturers' factory representatives or field service personnel.

e. Detailed description of step-by-step testing requirements, with reference to

appropriate standardized testing procedures and laboratory analyses by established

technical organizations (e.g., ASTM, WPCF Standard Methods, etc.).

f. Samples of forms to be used to collect and record test data and to present tabulated

test results.

2. Copies of test reports upon completion of specified shop, performance and acceptance

tests. Test reports shall incorporate the information provided in the test procedures

submittals and modified to reflect actual conduct of the tests and the following additional

information:

a. Copy of all test data sheets and results of lab analyses.

b. Summary comparison of specified test and performance requirements vs actual test

results.

Page 363: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01465 - 2 PCTS No. 13315

c. Should actual test results fail to meet specified test and performance requirements,

describe action to be taken prior to re-testing the equipment.

3. Copies of the manufacturer's field service technician's report summarizing the results of

his/her initial inspection, operation, adjustment and pre-tests. The report shall include

detailed descriptions and tabulations of the points inspected, tests and adjustments made,

quantitative results obtained, suggestions for precautions to be taken to ensure proper

maintenance, and the equipment supplier's Certificate of Installation in the format specified

herein.

1.04 REFERENCE STANDARDS

A. ASTM International

B. Water Environment Federation (WEF)

C. Standard Methods for the Examination of Water and Wastewater (Latest Revision)

D. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 QUALITY ASSURANCE

A. Field service technicians shall be competent and experienced in the proper installation,

adjustment, operation, testing and startup of the equipment and systems being installed.

B. Manufacturers' sales and marketing personnel will not be accepted as field service technicians

unless they can prove their qualifications.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 PRELIMINARY REQUIREMENTS

A. After installation of the equipment has been completed and the equipment is presumably ready

for operation, before it is operated by others, the manufacturer's field service technician shall

inspect, operate, test and adjust the equipment. The inspection shall include at least the

following points where applicable:

1. Soundness (without crack or otherwise damaged parts).

2. Completeness in all details, as specified and required.

3. Correctness of setting, alignment and relative arrangement of various parts.

4. Adequacy and correctness of packing, sealing and lubricants.

B. The operation, testing and adjustment shall be as required to prove that the equipment has been

left in proper condition for satisfactory operation under the conditions specified.

Page 364: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01465 - 3 PCTS No. 13315

C. Upon completion of this work, the manufacturer's field service technician shall submit a signed

report of the results of his/her inspection, operation, adjustments and tests.

3.02 WITNESS REQUIREMENTS

A. Shop tests or factory tests may be witnessed by the Owner and/or Owner's representatives, as

required by the various equipment specifications.

B. Field performance and acceptance tests shall be performed in the presence of the Owner, the

Owner's designed personnel and/or Owner's representatives.

3.03 STARTUP AND ACCEPTANCE

A. General Requirements

1. Successfully execute the step-by-step procedure of startup, normal operation, shutdown,

and performance demonstration specified herein.

2. The startup and performance demonstration shall be successfully executed prior to

Substantial Completion and acceptance by the Owner of the facility and its related systems.

3. All performance tests and inspections shall be scheduled at least 10 working days in

advance or as otherwise specified with the Owner and the Engineer. All performance tests

and inspections shall be conducted during the work week of Monday through Friday,

unless otherwise specified.

B. Preparation for Startup

1. All mechanical and electrical equipment shall be checked to ensure that it is in good

working order and properly connected. Preliminary run-ins of the various pumps,

compressors, and other remaining equipment shall be made. All systems shall be cleaned

and purged as required. All sumps, tanks, basins, chambers, pump wells and pipelines

which are hydraulically checked shall be drained and returned to their original condition

once the water testing is complete.

2. All instruments and controls shall be calibrated through their full range. All other

adjustments required for proper operation of all instrumentation and control equipment

shall be made.

3. Perform all other tasks needed for preparing and conditioning the facility for proper operation.

4. No testing or equipment operation shall take place until it has been verified by the Engineer

that all specified safety equipment has been installed and is in good working order.

5. No testing or equipment operation shall take place until it has been verified by the

Engineer that all lubricants, tools, maintenance equipment, spare parts and approved

equipment operation and maintenance manuals have been furnished as specified.

Page 365: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01465 - 4 PCTS No. 13315

C. Facilities Startup

1. Startup period shall not begin until all new equipment has been tested as specified and are

ready for operation. The Owner shall receive spare parts, safety equipment, tools and

maintenance equipment, lubricants, approved operation and maintenance data and the

specified operation and maintenance instruction prior to the startup with raw water. All

valve tagging shall also be complete prior to this startup.

2. Demonstrate a consecutive 24-hour day period of successful operation of the facility as a

prerequisite of Substantial Completion and Acceptance.

3. In the event of failure to demonstrate satisfactory performance of the facility on the first or

any subsequent attempt, all necessary alterations, adjustments, repairs and replacements

shall be made. When the facility is again ready for operation, it shall be brought on line and

a new test shall be started. This procedure shall be repeated as often as necessary until the

facility has operated continuously to the satisfaction of the Owner and Engineer, for the

specified duration.

4. Do not, at any time, allow the facility to be operated in a manner which subjects equipment

to conditions that are more severe than the maximum allowable operating conditions for

which the equipment was designed.

THE REMAINDER OF THE PAGE INTENTIONALLY LEFT BLANK

Page 366: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01465 - 5 PCTS No. 13315

EQUIPMENT SUPPLIER'S CERTIFICATE OF INSTALLATION

Owner _______________________________________________________________________

Project _______________________________________________________________________

Contract No. ___________________________________________________________________

EQUIPMENT SPECIFICATION SECTION _______________________________________

EQUIPMENT DESCRIPTION ___________________________________________________

I ______________________________________________________, Authorized representative of

(Print Name)

_______________________________________________________________________________

(Print Manufacturer's Name)

hereby CERTIFY that ___________________________________________________________

(Print equipment name and model with serial no.)

_______________________________________________________________________________

installed for the subject project has (have) been installed in a satisfactory manner, has (have) been tested

and adjusted, and is (are) ready for final acceptance testing and operation on :

Date_____________

Time_____________

CERTIFIED BY: ____________________________________________

(Signature of Manufacturer's Representative)

Date:_____________

END OF SECTION

Page 367: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01465 - 6 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 368: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01500 - 1 PCTS No. 13315

SECTION 01500

TEMPORARY FACILITIES

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, equipment, materials, and incidentals necessary and provide separate

temporary facilities for the Contractor's use and the Engineer's use, as specified herein and as

shown on the drawings.

B. Operate and maintain temporary facilities for the duration of the project and as directed by the

Engineer. All cost and use charges for temporary facilities shall be included in the Contract

Price.

1.02 RELATED WORK

A. Special Project Procedures is included in Section 01100.

B. Special Provisions is included in Section 01170.

1.03 SUBMITTALS

A. Submit shop drawings and product data, in accordance with Section 01310, showing materials

of construction and details of installation for:

1. Site Plan: Show the proposed locations for temporary facilities including offices,

temporary utilities, storage containers/buildings, vehicle access and parking areas, material

laydown and staging areas, temporary fencing, and other security measures.

2. Engineer's Field Office: Dimensioned floor plan, office systems, furnishings, and

equipment.

3. Temporary Fence: Layout drawings which indicate dimensions, access to fire hydrants,

gate locations and opening sizes, and other site-specific requirements.

4. Project Sign: Layout, graphics, and wording.

B. Submittals shall be received by the Engineer no later than the date of the Preconstruction

Meeting.

1.04 QUALITY ASSURANCE

A. Temporary facilities shall comply with all applicable state and local ordinances, codes and

regulations.

B. Coordinate with authorities having jurisdiction to inspect (and test if required) temporary

facilities.

C. Obtain all required permits for temporary facilities.

Page 369: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01500 - 2 PCTS No. 13315

1.05 DEFINITIONS

A. Duration of the project: The period of time from the date of the Notice to Proceed to the date of

Final Completion, inclusive.

PART 2 PRODUCTS

2.01 MATERIALS

A. Temporary Fence: Fabric shall be No. 9 gauge galvanized wire woven in 2-in diamond mesh

with top and bottom twisted selvage. Intermediate and terminal posts shall be galvanized steel H

or pipe, minimum 2-3/8-in OD line posts, 2-7/8-in OD corner and pull posts, and 1-5/8-in OD

top rails.

B. Project Sign: Plywood shall be A-A EXT-APA grade, 1-in thick. Posts and braces shall be

pressure treated lumber.

2.02 EQUIPMENT

A. Fire Extinguishers: Provide portable, UL-rated with class and extinguishing agent required by

locations and classes of fire exposure. Provide at least one for each trailer/office.

B. Temporary Heat: Provide vented, self-contained, liquid propane gas or fuel oil heaters with

individual space thermostatic control. Equipment shall be listed and labeled for type of fuel

consumed and marked for intended use.

PART 3 EXECUTION

3.01 CONTRACTOR'S FIELD OFFICE

A. Provide a temporary field office(s) for the Contractor's use for the duration of the project. An

authorized representative of the Contractor shall be present at all times while the Work is in

progress. Instructions received at the Contractors field office from the Engineer shall be

considered delivered to the Contractor.

B. Locate field office(s) in accordance with approved shop drawings and as directed by the Owner.

C. Establish and occupy field office within 30 days of the Notice to Proceed, unless otherwise

approved by the Engineer or Owner.

3.02 TEMPORARY POWER AND LIGHT

A. Contractor shall furnish temporary light and power, including 220 Volt service for welding,

complete with wiring, lamps and similar equipment as required to adequately light all work

areas and with sufficient power capacity to meet the project needs. Make all necessary

arrangements with the local electric company for temporary electric service and pay all

expenses in connection therewith.

B. Provide connections to existing facilities sized to provide service required for power and

lighting. Contractor shall pay the costs of power used.

Page 370: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01500 - 3 PCTS No. 13315

C. Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 Volt plugs

into higher voltage outlets. For connection of power tools and equipment, provide outlets

equipped with ground-fault circuit interrupters, reset button and pilot light.

D. Provide grounded extension cords. Use heavy duty cords where exposed to abrasion and traffic.

Provide waterproof connectors to connect separate lengths of electric cords if more than one

length is required.

E. Provide general service incandescent lamps as required for adequate illumination. Provide guard

cages or tempered glass enclosures where exposed to breakage. Provide exterior fixtures where

exposed to moisture.

3.03 TEMPORARY AIR, STEAM AND WATER

A. Provide all air, steam and water, including temporary piping and appurtenances required for

cleaning and testing pipelines and equipment. Remove temporary piping and appurtenances

upon approval of equipment being tested.

3.04 SANITARY FACILITIES

A. Provide self-contained, single occupant toilet units of the chemical, aerated recirculation, or

combustion type, properly vented and fully enclosed in a fiberglass or other approved non-

absorbent shell.

3.05 CONSTRUCTION AIDS

A. Provide temporary elevators, hoists, cranes, scaffolding and platforms as necessary to perform

the Work. Provide temporary stairs where ladders are not adequate. Protect permanent stairs

from damage from construction operations.

3.06 VEHICLE ACCESS AND PARKING

A. Provide temporary access roads, parking areas, traffic control devices and staging areas as

approved by the Engineer and Owner.

B. Provide minimum 12-ft by 24-ft by 6-in deep dense graded crushed stone or paved parking area

adjacent to Engineer's field office for exclusive use by the Engineer for the duration of the

project.

C. Clear snow and ice from all drives, walks, and stairs to maintain safe vehicle and pedestrian

access to the site and facilities as directed by the Engineer.

3.07 TEMPORARY FENCE

A. Provide temporary fence as shown on the Drawings, as specified herein, and as the Contractor

requires for site security.

1. Provide 6-ft high chain link fence with at least two vehicle and two pedestrian access gates.

Gates shall be equipped with locking hardware and padlocks. Furnish two sets of keys to

Engineer and Owner. Coordinate with local first responders for access during non-work

hours.

Page 371: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01500 - 4 PCTS No. 13315

2. Fence installation shall comply with ASTM F567. Post spacing shall not exceed 8-ft on

center. Posts shall be set plumb in concrete footings.

3. Perform daily inspections of fence and immediately repair or replace damaged or

compromised sections and as directed by the Engineer.

3.08 WASTE MANAGEMENT

A. Provide covered dumpster, minimum 4-cubic yards, dedicated for field office waste. Provide

separate covered dumpster of adequate size for construction debris. Empty dumpsters on a

regular basis and as directed by the Engineer. Dumpsters shall not exceed their capacities at any

time.

3.09 PROJECT SIGNS

A. Furnish and install the project signs indicated in the Contract Documents. Signs shall be placed

as directed by the Engineer; and, shall remain maintained in good condition for the life of the

construction period.

B. Remove signs at final acceptance, unless otherwise directed.

3.10 REMOVAL AND RESTORATION

A. Remove each temporary facility complete when need for its service has ended and as approved

by the Engineer. Coordinate removal of temporary facilities with authorities having jurisdiction.

B. Restore all improvements damaged by the installation, operation, and removal of the temporary

facilities. Obtain prior approval from Owner and Engineer for restoration work. Comply with

the restoration requirements of Section 01046

END OF SECTION

Page 372: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01600 - 1 PCTS No. 13315

SECTION 01600

DELIVERY, STORAGE, AND HANDLING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section specifies the general requirements for the delivery handling, storage and protection

for all items required in the construction of the work. Specific requirements, if any, are specified

with the related item.

1.02 TRANSPORTATION AND DELIVERY

A. Transport and handle items in accordance with manufacturer's instructions.

B. Schedule delivery to reduce long term on-site storage prior to installation and/or operation.

Under no circumstances shall equipment be delivered to the site more than one month prior to

installation without written authorization from the Engineer.

C. Coordinate delivery with installation to ensure minimum holding time for items that are

hazardous, flammable, easily damaged or sensitive to deterioration.

D. Deliver products to the site in manufacturer's original sealed containers or other packing

systems, complete with instructions for handling, storing, unpacking, protecting and installing.

E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper

the Contractor's normal construction operation or those of subcontractors and other contractors

and will not interfere with the flow of necessary traffic.

F. Provide necessary equipment and personnel to unload all items delivered to the site.

G. Promptly inspect shipment to assure that products comply with requirements, quantities are

correct and items are undamaged. For items furnished by others (i.e., Owner, other Contractors),

perform inspection in the presence of the Engineer. Notify Engineer verbally, and in writing, of

any problems.

H. If any item has been damaged, such damage shall be repaired at no additional cost to the Owner.

1.03 STORAGE AND PROTECTION

A. Store and protect products in accordance with the manufacturer's instructions, with seals and

labels intact and legible. Storage instruction shall be studied by the Contractor and reviewed

with the Engineer by him/her. Instruction shall be carefully followed and a written record of this

kept by the Contractor. Arrange storage to permit access for inspection.

B. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with

foreign matter.

C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely

dry at all times. All structural, miscellaneous and reinforcing steel shall be stored off the ground

or otherwise to prevent accumulations of dirt or grease and in a position to prevent

accumulations of standing water and to minimize rusting. Beams shall be stored with the webs

Page 373: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01600 - 2 PCTS No. 13315

vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of

dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products

shall be handled and stored in a manner to reduce breakage, cracking and spalling to a

minimum.

D. All mechanical and electrical equipment and instruments subject to corrosive damage by the

atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight

building to prevent injury. The building may be a temporary structure on the site or elsewhere,

but it must be satisfactory to the Engineer. Building shall be provided with adequate ventilation

to prevent condensation. Maintain temperature and humidity within range required by

manufacturer.

1. All equipment shall be stored fully lubricated with oil, grease and other lubricants unless

otherwise instructed by the manufacturer.

2. Moving parts shall be rotated a minimum of once weekly to ensure proper lubrication and

to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall

start the equipment, at least half load, once weekly for an adequate period of time to ensure

that the equipment does not deteriorate from lack of use.

3. Lubricants shall be changed upon completion of installation and as frequently as required

thereafter during the period between installation and acceptance. New lubricants shall be

put into the equipment at the time of acceptance.

4. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect

the equipment and certify that its condition has not been detrimentally affected by the long

storage period. Such certifications by the manufacturer shall be deemed to mean that the

equipment is judged by the manufacturer to be in a condition equal to that of equipment

that has been shipped, installed, tested and accepted in a minimum time period. As such,

the manufacturer will guaranty the equipment equally in both instances. If such a

certification is not given, the equipment shall be judged to be defective. It shall be removed

and replaced at the Contractor's expense.

E. All paint and other coating products shall be stored in areas protected from the weather. Follow

all storage requirements set forth by the paint and coating manufacturers.

END OF SECTION

Page 374: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01700 - 1 PCTS No. 13315

SECTION 01700

CONTRACT CLOSEOUT

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section specifies administrative, verification and procedural requirements for project

closeout, including but not limited to:

1. Final cleaning (Section 01710).

2. Project Record Documents (Section 01720).

3. Spare parts and maintenance materials (spare paint, lubricants, special tools) (applicable

Sections in Divisions 9 through 16).

4. Record Shop Drawings (Section 01300).

5. Warranties, guarantees, and bonds (Section 01740) and applicable Sections in Technical

Divisions 10 through 16.

6. Reconciliation of final accounting, final change order, final payment application (Section

01026 and General Conditions) and Contractor's releases.

7. As-built construction schedule (Section 01310).

8. Permit close-outs including Certificate of Occupancy or Certificate of Completion.

1.02 RELATED WORK

A. Operation and Maintenance (O&M) data and manuals (Section 01730) and applicable Sections

in Technical Divisions.

B. Certified Surveyor documentation submittals (Section 01050).

1.03 CLOSEOUT PROCEDURES

A. Provide all deliverables as specified, prior to submitting the final payment application.

B. Provide submittals to Engineer that are required by governing or other authorities having

applicable jurisdiction including but not limited to permit close out information, certificates of

occupancy, etc.

C. Submit Application for Final Payment identifying total adjusted Contract Sum, previous

payments and sum remaining due, following submittal and approval of Record Documents and

Record Drawings.

D. Submit Contractor's Final Release and Release of Liens with final payment application.

Page 375: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01700 - 2 PCTS No. 13315

1.04 FINAL CLEANING

A. Contractor to complete final cleaning prior to submittal of the final application for payment.

B. Contractor to comply with requirements as specified in Section 01710.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 376: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01710 - 1 PCTS No. 13315

SECTION 01710

CLEANING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Execute cleaning, during progress of the work, and at completion of the work, as required by

General Conditions.

1.02 RELATED WORK

A. Standard General Conditions of the Construction Contract are included in Section 00700.

B. Each Section: Cleaning for specific products or work.

1.03 DISPOSAL AND CLEANING

A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations and

anti-pollution laws.

PART 2 PRODUCTS

2.01 MATERIALS

A. Use only those cleaning materials which will not create hazards to health or property and which

will not damage surfaces.

B. Use only those cleaning materials and methods recommended by manufacturer of the surface

material to be cleaned.

C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer.

PART 3 EXECUTION

3.01 DURING CONSTRUCTION

A. Execute periodic cleaning to keep the work, the site and adjacent properties free from

accumulations of waste materials, rubbish and windblown debris, resulting from construction

operations.

B. Provide on-site containers for the collection of waste materials, debris and rubbish.

C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal

disposal areas away from the site.

3.02 DUST CONTROL

A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed

basis until painting is finished.

Page 377: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01710 - 2 PCTS No. 13315

B. Schedule operations so that dust and other contaminants resulting from cleaning process will

not fall on wet or newly-coated surfaces.

3.03 FINAL CLEANING

A. Employ skilled workmen for final cleaning.

B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign

materials from sight-exposed interior and exterior surfaces.

C. Wash and shine glazing and mirrors.

D. Polish glossy surfaces to a clear shine.

E. Ventilating Systems:

1. Clean permanent filters and replace disposable filters if units were operated during

construction.

2. Clean ducts, blowers and coils if units were operated without filters during construction.

F. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds.

G. Prior to final completion, or Owner occupancy, conduct an inspection of sight-exposed interior

and exterior surfaces and all work areas, to verify that the entire work is clean.

END OF SECTION

Page 378: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01720 - 1 PCTS No. 13315

SECTION 01720

PROJECT RECORD DOCUMENTS

PART 1 GENERAL

1.01 SCOPE

A. The Contractor shall keep and maintain, at the job site, a copy of Contract Documents, marked

up to indicate all changes made during the course of a project, as specified herein.

1.02 RELATED REQUIREMENTS

A. Contract close-out submittals are included in Section 01700.

B. Warranties and bonds are included in Section 01740.

C. As-built construction schedules are included in Section 01310.

D. As-built surveys are included in Section 01050.

E. Record shop drawings are included in Section 01300.

1.03 REQUIREMENTS INCLUDED

A. Contractor shall maintain a record copy of the following documents, marked up to indicate all

changes made during the course of a project:

1. Contract Drawings

B. Contractor shall assemble copies of the following documents for turnover to the Engineer at the

end of the project, as specified.

1. Field Orders, Change Orders, Design Modifications, and RFIs

2. Field Test records

3. Permits and permit close-outs (final approvals)

4. Certificate of Occupancy or Certificate of Completion, as applicable

5. Laboratory test reports (e.g., bacteriological and primary & secondary water quality)

6. Certificates of Compliance for materials and equipment

C. RECORD DRAWINGS

1. The Contractor shall annotate (mark-up) the Contract Drawings to indicate all project

conditions, locations, configurations, and any other changes or deviations that vary from

the original Contract Drawings. This requirement includes, but is not limited to, buried or

concealed construction, and utility features that are revealed during the course of

construction. Special attention shall be given to recording the locations (horizontal and

vertical) and material of all buried utilities that are encountered during construction –

Page 379: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01720 - 2 PCTS No. 13315

whether or not they were indicated on the Contract Drawings. The record information

added to the drawings may be supplemented by detailed sketches, if necessary, clearly

indicating, the Work, as constructed.

2. These annotated Contract Drawings constitute The Contractor's Record Drawings and are

actual representations of as-built conditions, including all revisions made necessary by

change orders, design modifications, requests for information and field orders.

3. Record drawings shall be accessible to the Owner and Engineer at all times during the

construction period.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION

3.01 MAINTENANCE OF RECORD DOCUMENTS AND SAMPLES

A. Store documents and samples in Contractor's field office apart from documents used for

construction.

1. Provide files and racks for storage of the record documents.

2. Provide locked cabinet(s) or secure storage space for storage of samples.

B. File documents and samples in accordance with Construction Specifications Institute (CSI)

format.

C. Maintain documents in a clean, dry, legible, condition and in good order. Do not use record

documents for construction purposes.

D. Make documents and sample available for inspection by the Engineer or Owner at all times.

E. Up-to-date Record Drawings may be a pre-requisite of processing periodic monthly pay

applications, if so specified under the section for progress payments.

3.02 MARKING METHOD

A. Use the color Red (indelible ink) to record information on the Drawings and Specifications,

B. Label each document "PROJECT RECORD" in neat large printed letters.

C. Unless otherwise specified elsewhere, notations shall be affixed to hardcopies of documents.

D. Record information contemporaneously with construction progress.

E. Legibly mark drawings with as-built information:

1. Elevations and dimensions of structures and structural elements.

2. All underground utilities (piping and electrical), structures, and appurtenances

a. Changes to existing structure, piping and appurtenance locations.

Page 380: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01720 - 3 PCTS No. 13315

b. Record horizontal and vertical locations of underground structures, piping, utilities

and appurtenances, referenced to permanent surface improvements.

c. Record actual installed pipe material, class, size, joint type, etc.

3.03 RECORD INFORMATION COMPILATION

A. Do not conceal any work until the required information is acquired.

B. Items to be recorded include, but are not limited to:

1. Location of internal utilities and appurtenances concealed in the construction – referenced

to visible and accessible features.

2. Field changes of dimensions and/or details;

a. Interior equipment and piping relocations.

b. Architectural and structural changes, including relocation of doors, windows, etc.

c. Architectural schedule changes.

C. Changes made by Field Order, Change Order, design modification, and RFI.

D. Details not indicated on the original Contract Drawings.

3.04 SUBMITTAL

A. If specified under the section for progress payments, monthly applications for payment will be

contingent upon up-to-date Record Drawings. If requested by the Engineer or Owner,

Contractor shall provide a copy of the Record Drawings, or present them for review prior to

processing monthly applications for payment.

B. Upon substantial completion of the Work and prior to final acceptance, the Contractor shall

finalize and deliver a complete set of Record Drawings to the Engineer conforming to the

construction records of the Contractor. The set of drawings shall consist of corrected and

annotated drawings showing the recorded location(s) of the Work. Unless specified otherwise

elsewhere, Record Drawings shall be in the form of a set of prints with annotations carefully

and neatly superimposed on the drawings in red.

C. Upon substantial completion of the Work and prior to final acceptance, the Contractor shall

finalize and deliver a complete set of Record Documents to the Engineer conforming to the

construction records of the Contractor. The set of documents shall consist of corrected and

annotated documents showing the as-installed equipment and all other as-built conditions not

indicated on the Record Drawings.

D. The information submitted by the Contractor into the Record Drawings and Record Documents

will be assumed to be correct, and the Contractor shall be responsible for the accuracy of such

information, and shall bear the costs resulting from the correction of incorrect data.

E. Delivery of Record Drawings and Record Documents to the Engineer will be a prerequisite to

Final payment.

Page 381: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01720 - 4 PCTS No. 13315

F. The Contractor shall maintain a copy of all books, records, and documents pertinent to the

performance under this Agreement for a period of five years following completion of the

Contract.

END OF SECTION

Page 382: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01730 - 1 PCTS No. 13315

SECTION 01730

OPERATION AND MAINTENANCE DATA

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section includes procedural requirements for compiling and submitting operation and

maintenance data required to complete the project.

1.02 RELATED WORK

A. Submittals are included in Section 01300.

B. Contract closeout is included in Section 01700.

C. Warranties and Bonds are included in Section 01740.

1.03 OPERATING MANUALS

A. Provide specific operation and maintenance instructions for all electrical, mechanical, and

instrumentation & controls equipment furnished under various technical specifications Sections.

B. Separate manuals shall be provided for each type of equipment, or each Section number. Each

manual shall contain the following:

1. Format and Materials

a. Binders:

1) Commercial quality three ring binders with durable and cleanable plastic covers

2) Maximum ring width capacity: 3 inches

3) When multiple binders are used, correlate the data into related consistent

groupings/volumes.

b. Identification: Identify each volume on the cover and spine with typed or printed title

"OPERATING AND MAINTENANCE INSTRUCTIONS". Include the following:

1) Title of Project.

2) Identify the general subject matter covered in the manual.

3) Identify structure(s) and/or location(s), of the equipment provided.

4) Specification Section number.

c. 20 lb loose leaf paper, with hole reinforcement

d. Page size: 8-1/2 inch by 11 inch

e. Provide heavy-duty fly leafs (section separators), matching the table of contents, for

each separate product, each piece of operating equipment, and organizational sections

of the manual.

f. Provide reinforced punched binder tab; bind in with text.

g. Reduce larger drawings and fold to the size of text pages - but not larger than 11

inches x 17 inches - or provide a suitable clear plastic pocket (with drawing

identification) for such folded drawings/diagrams.

2. Contents:

a. A table of contents/Index, divided into section reflective of the major components

provided.

Page 383: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01730 - 2 PCTS No. 13315

b. Specific description of each system and components

c. Name, address, telephone number(s) and e-mail address(es) of vendor(s) and local

service representative(s)

d. Specific on-site operating instructions (including starting and stopping procedures)

e. Safety considerations

f. Project specific operational procedures and recommended log sheet(s).

g. Project specific maintenance procedures

h. Manufacturer's operating and maintenance instructions – specific to the project

i. Copy of each wiring diagram

j. Copy of approved shop drawing(s) and Contractor's coordination/layout drawing(s)

k. List of spare parts and recommended quantities

l. Product Data: Mark each sheet to clearly identify specific products and component

parts and data applicable to installation. Delete inapplicable information.

m. Drawings: Supplement product data to illustrate relations of component parts of

equipment and systems, to show control and flow diagrams

n. Provide logical sequence of instructions for each procedure, incorporating

manufacturer's instructions specified.

o. Warranties and Bonds, as specified in the General Conditions

3. Transmittals

a. Prepare separate transmittal sheets for each manual. Each transmittal sheet shall

include at least the following: the Contractor's name and address, Owner's name,

project name, project number, submittal number, description of submittal and number

of copies submitted.

b. Submittals shall be transmitted or delivered directly to the office of the Engineer, as

indicated in the Contact Documents or as otherwise directed by the Engineer.

c. Provide copies of transmittals (only, i.e., without copies of the respective submittal)

directly to the Resident Project Representative.

C. Manuals for Equipment and Systems - In addition to the requirements listed above, for each

System, provide the following:

1. Overview of system and description of unit or system and component parts. Identify

function, normal operating characteristics and limiting conditions. Include legible

performance curves, with engineering data and tests and complete nomenclature and

commercial number of replaceable parts.

2. Panelboard circuit directories including electrical service characteristics, controls and

communications and color-coded wiring diagrams as installed.

3. Operating procedures: include start-up, break-in and routine normal operating instructions

and sequences; regulation, control, stopping, shut-down and emergency instructions; and

summer, winter and any special operating instructions.

4. Maintenance Requirements

a. Procedures and guides for trouble-shooting; disassembly, repair, and reassembly

instructions

b. Alignment, adjusting, balancing and checking instructions

c. Servicing and lubrication schedule and list of recommended lubricants

d. Manufacturer's printed operation and maintenance instructions

e. Sequence of operation by instrumentation and controls manufacturer

Page 384: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01730 - 3 PCTS No. 13315

f. Original manufacturer's parts list, illustrations, assembly drawings and diagrams

required for maintenance

5. Control diagrams by controls manufacturer as installed (as-built)

6. Contractor's coordination drawings, with color coded piping diagrams, as installed (as-

built)

7. Charts of valve tag numbers, with location and function of each valve, keyed to flow and

control diagrams. Include equipment and instrument tag numbers on diagrams.

8. List of original manufacturer's spare parts and recommended quantities to be maintained in

storage

9. Test and balancing reports, as required

10. Additional Requirements as specified in individual product specification

11. Design data for systems engineered by the Contractor or its Suppliers

D. Electronic Transmission of O&M Manuals

1. Unless otherwise approved by the Engineer, O&M manuals may not be transmitted by

electronic means other than by CD-ROM or USB flash drive. Electronic O&M manuals

shall meet the following conditions:

a. The above-specified transmittal form is included.

b. All other requirements specified above have been met, including, but not limited to,

coordination by the Contractor, review and approval by the Contactor.

c. The submittal contains no pages or sheets large than 11 x 17 inches.

d. With the exception of the transmittal sheet, the entire submittal is included in a single

file.

e. Files are Portable Document Format (PDF) – with the printing function enabled.

f. All scanned manufacturer's O&M manuals must be quality checked after scanning to

ensure the page are not crooked and all information is legible.

2. When electronic copies are provided, transmit two hard copy (paper) originals to the

Engineer with an electronic copy on CD-ROM.

3. The electronic copy of the O&M manual shall be identical in organization, format and

content to the hard copies of the manual.

4. The electronic O&M Manual shall be bookmarked identically to the paper manual table of

contents to allow quick access to information. Electronic submittals that require extensive

scrolling will not be accepted. The document shall be indexed and searchable.

PART 2 PRODUCTS (NOT USED)

Page 385: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01730 - 4 PCTS No. 13315

PART 3 EXECUTION

3.01 SUBMITTAL SCHEDULE

A. Operation and maintenance manuals shall be delivered directly to the office of the Engineer, as

follows:

1. Provide preliminary copies of each manual to the office of the Engineer, no later than 30

days following approval of the respective shop drawings.

2. Provide final copies of each completed manual prior to testing.

3. Provide a letter that grants the Engineer and Owner to the limited right to use and

reproduce each manual (in it its entirety or any portion thereof) from the respective

equipment manufacturer(s). Such limited right shall allow the Engineer and Owner to use

each manual or and portion thereof for:

a. The potential assembly of a comprehensive facility operation and maintenance manual

for the sole benefit of the Owner; and,

b. supplemental training of the Owner's personnel and operators, over and above the

required vendor's training, regarding operation of the facility as a system.

B. The Engineer will review Operation and Maintenance manuals submittals for operating

equipment for conformance with the requirements of the applicable specification Section. The

review will generally be based on the O&M Manual Review Checklist appended to this Section.

C. If during test and start-up of equipment, any changes were made to the equipment, provide two

hard copies of as-built drawings or any other amendments for insertion, by the contractor, in the

previously transmitted final manuals. In addition, provide one revised electronic version

including the as-built drawings and any other amendments. The manuals shall be completed,

including updates, if any, within 30 days of start-up and testing of the facility.

3.02 VENDOR TRAINING/INSTRUCTIONS (TO OWNER'S PERSONNEL)

A. Before final initiation of operation, Contractor's vendors shall train/instruct Owner's designated

personnel in the operation, adjustment, and maintenance of products, equipment and systems at

times convenient to the Owner.

B. Unless specified otherwise under the respective equipment specification section, vendor

training/instruction shall consist of eight hours of training for each type of equipment. Such

training/instruction shall be scheduled and held at times to accommodate the work schedules of

Owner's personnel, including splitting the required training/instruction time into separate

sessions and/or presented at reasonable times other than the Contractor's "normal working

hours" or the Owner's normal day shift.

C. Use operation and maintenance manuals as basis for instruction. Train/instruct the Owner's

personnel, in detail, based on the contents of manual explaining all aspects of operation and

maintenance of the equipment. If the respective equipment is inter-related to the operation of

other equipment, all interlock, constraints, and permissives shall be explained.

D. At least two weeks prior to the schedule for vendor training, a detailed lesson plan,

representative of the material to be covered during instruction, shall be submitted to the

Page 386: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01730 - 5 PCTS No. 13315

Engineer for approval. Lesson plans shall consist of in-depth outlines of the training material,

including a table of contents, resume of the instructor, materials to be covered, start-up

procedures, maintenance requirements, safety considerations, and shut-down procedures.

E. Prepare and insert additional data in each Operation and Maintenance Manual when the need for

such data becomes apparent during training/instruction.

F. Vendor's training/instruction will be considered acceptable based on the completed Owner's

Acknowledgement of Manufacturer's Instruction as indicated on the Equipment Manufacturer's

Certification of Installation, Testing, and Instruction appended to this Section.

3.03 VIDEOGRAPHY OF VENDOR TRAINING/INSTRUCTION

A. Audio/video (A/V) record (in DVD format) training/instructions as they are being provided to

the Owner's personnel. Such recording shall include the entire training/instruction session(s) as

well as all questions and answers. A/V recording shall be performed by a professional

organization experienced in the production of such recordings. Self-recording by the Contractor

may be considered, provided that Contractor can demonstrate, in advance, proficient examples

of such recordings.

B. To avoid audio problems, training/instruction shall be held in a location sufficiently removed

from construction activity, insulated from the noise of construction activity, or during a time

when construction activity is not occurring in the vicinity.

C. The audio portion of the A/V recording should be done with a microphone (wired or wireless)

attached to the trainer/instructor to maximize the quality of speech.

D. Each A/V recording should have "chapters" to segregate the distinct portions of the

training/instruction, or have visual cues at the start of a change in subject.

E. Two copies of the A/V recordings shall be submitted to the Engineer on DVD disk(s). The

DVDs will become the property of the Owner.

END OF SECTION

Page 387: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01730 - 6 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 388: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01730 - 7 PCTS No. 13315

O&M Manual Review Checklist Submittal No.:

Project No.:

Manufacturer:

Equipment Submitted: _____________________________________________________

Specification Section: _________________

Date of Submittal:

General Data

1. Are the area representative's name, address, e-mail address and

telephone number included?

2. Is the nameplate data for each component included?

3. Are all associated components related to the specific equipment

included?

4. Is non-pertinent data crossed out or deleted?

5. Are drawings neatly folded and/or inserted into packets?

6. Are all pages properly aligned and scanned legibly?

7. Is the .PDF document bookmarked according to the table of contents?

Operations and Maintenance Data

8. Is an overview description of the equipment and/or process included?

9. Does the description include the practical theory of operation?

10. Does each equipment component include specific details (design

characteristics, operating parameters, control descriptions, and selector

switch positions and functions)?

11. Are alarm and shutdown conditions specific to the equipment provided

on this project clearly identified? Does it describe possible causes and

recommended remedies?

12. Are step procedures for starting, stopping, and troubleshooting specific

to the equipment provided included?

13. Is a list of operational parameters to monitor and record specific to the

equipment provided included?

14. Is a proposed operating log sheet specific to the equipment provided

included?

15. Is a spare parts inventory list included for each component?

16. Is a lubrication schedule for each component specific to the equipment

provided included - or does it clearly state “No Lubrication Required"?

17. Is a maintenance schedule for each component specific to the equipment

provided included?

18.. Is a copy of the warranty information included?

Page 389: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01730 - 8 PCTS No. 13315

Review Comments

Is the submittal fully approved (yes/no)? ___________

If not, the following points of rejection must be addressed and require resubmittal by the

Contractor:

Item No.

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

14,

15.

Reviewed By: Date:

Legend

1 = OK

2 = Not Adequate

3 = Not Included

Note: This submittal has been reviewed for compliance with the Contract Documents.

Page 390: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01740 - 1 PCTS No. 13315

SECTION 01740

WARRANTIES AND BONDS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section specifies general administrative and procedural requirements for warranties and

bonds required by the Contract Documents, including manufacturer's standard warranties on

products and special warranties.

1.02 RELATED WORK

A. Refer to Conditions of Contract for the general requirements relating to warranties and bonds.

B. General closeout requirements are included in Section 01700 Project Closeout.

C. Specific requirements for warranties for the work and products and installations that are

specified to be warranted are included in the individual Sections.

1.03 SUBMITTALS

A. Submit written warranties to the Owner prior to the date fixed by the Engineer for Substantial

Completion. If the Certificate of Substantial Completion designates a commencement date for

warranties other than the date of Substantial Completion for the work, or a designated portion of

the work, submit written warranties upon request of the Owner.

B. When a designated portion of the work is completed and occupied or used by the Owner, by

separate agreement with the Contractor during the construction period, submit properly

executed warranties to the Owner within 15 days of completion of that designated portion of the

Work.

C. At Final Completion compile two copies of each required warranty and bond properly executed

by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the

warranty documents into an orderly sequence based on the table of contents of the Project

Manual.

D. Bind warranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered

loose-leaf binders, thickness as necessary to accommodate contents and sized to receive 8-1/2-

in by 11-in paper.

E. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project

Manual, with each item identified with the number and title of the Section in which specified

and the name of the product or work item.

F. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the

tab to identify the product or installation. Provide a typed description of the product or

installation, including the name of the product and the name, address and telephone number of

the installer, supplier and manufacturer.

Page 391: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01740 - 2 PCTS No. 13315

G. Identify each binder on the front and the spine with the typed or printed title "WARRANTIES

AND BONDS", the project title or name and the name, address and telephone number of the

Contractor and equipment supplier].

H. When operating and maintenance manuals are required for warranted construction, provide

additional copies of each required warranty, as necessary, for inclusion in each required manual.

1.04 WARRANTY REQUIREMENT

A. Related Damages and Losses: When correcting warranted work that has failed, remove and

replace other work that has been damaged as a result of such failure or that must be removed

and replaced to provide access for correction of warranted work.

B. Reinstatement of Warranty: When work covered by a warranty has failed and been corrected by

replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated

warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C. Replacement Cost: Upon determination that work covered by a warranty has failed, replace or

rebuild the work to an acceptable condition complying with requirements of Contract

Documents. The Contractor is responsible for the cost of replacing or rebuilding defective work

regardless of whether the Owner has benefited from use of the work through a portion of its

anticipated useful service life.

D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties,

and shall not limit the duties, obligations, rights and remedies otherwise available under the law,

nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce

such other duties, obligations, rights, or remedies.

E. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections

to products with warranties not in conflict with requirements of the contract Documents.

F. The Owner reserves the right to refuse to accept work for the project where a special warranty,

certification, or similar commitment is required on such work or part of the work, until evidence

is presented that entities required to countersign such commitments are willing to do so.

G. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties

do not relieve the Contractor of the warranty on the work that incorporates the products, nor

does it relieve suppliers, manufacturers and subcontractors required to countersign special

warranties with the Contractor.

1.05 MANUFACTURERS CERTIFICATIONS

A. Where required, the Contractor shall supply evidence, satisfactory to the Engineer, that the

Contractor can obtain manufacturers' certifications as to the Contractor's installation of

equipment.

1.06 DEFINITIONS

A. Standard Product Warranties are preprinted written warranties published by individual

manufacturers for particular products and are specifically endorsed by the manufacturer to the

Owner.

Page 392: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01740 - 3 PCTS No. 13315

B. Special Warranties are written warranties required by or incorporated in the Contract

Documents, either to extend time limits provided by standard warranties or to provide greater

rights for the Owner.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 393: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 01740 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 394: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02050 - 1 PCTS No. 13315

SECTION 02050

DEMOLITION AND MODIFICATIONS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and demolish, modify, remove

and dispose of work shown on the Drawings and as specified herein.

B. Included, but not limited to, are demolition, modifications and removal of existing materials,

equipment or work necessary to install the new work as shown on the Drawings and as specified

herein and to connect with existing work in approved manner.

C. Demolition, modifications and removals which may be specified under other Sections shall

conform to requirements of this Section.

D. Blasting and the use of explosives will not be permitted for any demolition work.

1.02 RELATED WORK

A. Summary of Work is included in Section 01010.

B. Submittals are included in Section 01300.

C. Construction Schedule is included in Section 01014

D. Clearing is included in Section 02100.

E. Trenching, Backfilling and Compaction is included in Section 02221.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, six copies of proposed methods and operations of

demolition of the structures and modifications prior to the start of work. Include in the schedule

the coordination of shutoff, capping and continuation of utility service as required.

B. Furnish a detailed sequence of demolition and removal work to ensure the uninterrupted

progress of the Owner's operations.

C. Before commencing demolition work, all modifications necessary to bypass the affected

structure shall be completed. Actual work shall not begin until the Engineer has inspected and

approved the modifications and authorized commencement of the demolition work in writing.

1.04 JOB CONDITIONS

A. Protection

1. Execute the demolition and removal work to prevent damage or injury to structures,

occupants thereof and adjacent features which might result from falling debris or other

causes, and so as not to interfere with the use, and free and safe passage to and from

adjacent structures.

Page 395: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02050 - 2 PCTS No. 13315

2. Closing or obstructing of roadways, sidewalks and passageways adjacent to the work by

the placement or storage of materials will not be permitted and all operations shall be

conducted with a minimum interference to traffic on these ways.

3. Erect and maintain barriers, lights, sidewalk sheds and other required protective devices.

B. Scheduling

1. Carry out operations so as to avoid interference with operations and work in the existing

facilities.

C. Notification

1. At least 48 hours prior to commencement of a demolition or removal, notify the Engineer

in writing of proposed schedule therefor. Owner shall inspect the existing equipment and to

identify and mark those items which are to remain the property of the Owner. No removals

shall be started without the permission of the Engineer.

D. Conditions of Structures

1. The Owner and the Engineer assume no responsibility for the actual condition of the

structures to be demolished or modified.

2. Conditions existing at the time of inspection for bidding purposes will be maintained by

the Owner insofar as practicable. However, variations within a structure may occur prior to

the start of demolition work.

E. Repairs to Damage

1. Promptly repair damage caused to adjacent facilities by demolition operation when

directed by Engineer and at no additional cost to the Owner. Repairs shall be made to a

condition at least equal to that which existed prior to construction.

F. Traffic Access

1. Conduct demolition and modification operations and the removal of equipment and debris

to ensure minimum interference with roads, streets, walks both onsite and offsite and to

ensure minimum interference with occupied or used facilities.

2. Special attention is directed towards maintaining safe and convenient access to the existing

facilities by plant personnel and plant associated vehicles.

3. Do not close or obstruct streets, walks or other occupied or used facilities without

permission from the Engineer. Furnish alternate routes around closed or obstructed traffic

in access ways.

1.05 RULES AND REGULATIONS

A. The Building Code of the State of Florida, shall control the demolition, modification or

alteration of the existing buildings or structures.

Page 396: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02050 - 3 PCTS No. 13315

B. No building or structure, or any part thereof, shall be demolished until an application has been

filed with the Building Inspector and a permit issued. The fee for this permit shall be the

Contractor's responsibility.

1.06 DISPOSAL OF MATERIAL

A. At Owner’s option, salvageable material and equipment listed shall become the property of the

Owner. Dismantle all such items to a size that can be readily handled and deliver them to a

designated storage area.

B. Owner will inspect removed materials and equipment and designate items to remain the

property of the Owner. Any items not specifically designated by the Owner shall become the

property of the Contractor and be removed from the site at the Contractor’s expense.

C. All other material and items of equipment shall become the Contractor's property and must be

removed from the site.

D. The storage or sale of removed items on the site will not be allowed.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 GENERAL

A. All materials and equipment removed from existing work shall become the property of the

Contractor, except for those which the Owner has identified and marked for his/her use. All

materials and equipment marked by the Owner to remain shall be carefully removed, so as not

to be damaged, cleaned and stored on or adjacent to the site in a protected place specified by the

Engineer or loaded onto trucks provided by the Owner.

B. Dispose of all demolition materials, equipment, debris and all other items not marked by the

Owner to remain, off the site and in conformance with all existing applicable laws and

regulations.

C. Pollution Controls

1. Use water sprinkling, temporary enclosures and other suitable methods to limit the amount

of dust and dirt rising and scattering in the air to the lowest practical level. Comply with

governing regulations pertaining to environmental protection.

a. Do not use water when it may create hazardous or objectionable conditions such as

ice, flooding and pollution.

b. Clean adjacent structures, facilities, and improvements of dust, dirt and debris caused

by demolition operations. Return adjacent areas to conditions existing prior to the start

of the work.

3.02 STRUCTURAL REMOVALS

A. Remove structures to the lines and grades shown unless otherwise directed by the Engineer.

Where no limits are shown, the limits shall be 4-in outside the item to be installed. The removal

of masonry beyond these limits shall be at the Contractor's expense and these excess removals

Page 397: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02050 - 4 PCTS No. 13315

shall be reconstructed to the satisfaction of the Engineer with no additional compensation to the

Contractor.

B. All concrete, brick, tile, concrete block, roofing materials, reinforcement, structural or

miscellaneous metals, plaster, wire mesh and other items contained in or upon the structure shall

be removed and taken from the site, unless otherwise approved by the Engineer. Demolished

items shall not be used in backfill adjacent to structures or in pipeline trenches.

C. After removal of parts or all of masonry walls, slabs and like work which tie into new work or

existing work, the point of junction shall be neatly repaired so as to leave only finished edges

and surface exposed.

3.03 MECHANICAL REMOVALS

A. Mechanical removals shall consist of dismantling and removing of existing ozonator equipment,

piping, pumps, motors, equipment and other appurtenances as specified, shown, or required for

the completion of the work. It shall include cutting, capping, and plugging as required, except

that the cutting of existing piping for the purpose of making connections thereto will be

included under Division 15.

B. Existing process, water, chemical, gas, fuel oil and other piping not required for the new work

shall be removed where shown or where it will interfere with new work. Piping not indicated to

be removed or which does not interfere with new work shall be removed to the nearest solid

support, capped and left in place. Chemical and fuel lines and tanks shall be purged and made

safe prior to removal or capping. Where piping that is to be removed passes through existing

walls, it shall be cut off and properly capped on each side of the wall.

C. When underground piping is to be altered or removed, the remaining piping shall be properly

capped. Abandoned underground piping may be left in place unless it interferes with new work

or is shown or specified to be removed.

D. Waste and vent piping shall be removed to points shown. Pipe shall be plugged with cleanouts

and plugs. Where vent stacks pass through an existing roof that is to remain, they shall be

removed and the hole in the roof properly patched and made watertight.

E. Any changes to potable water piping and other plumbing and heating system work shall be

made in conformance with all applicable codes and under the same requirements as other

underground piping. All portions of the potable water system that have been altered or opened

shall be pressure tested and disinfected in accordance with Section 01445 and local codes. Other

plumbing piping and heating piping shall be pressure tested only.

3.04 ELECTRICAL REMOVALS

A. Electrical removals shall consist of the removal of existing generator, transformers, distribution

switchboards, control panels, motors, conduits and wires, poles and overhead wiring,

panelboards, lighting fixtures and miscellaneous electrical equipment all as shown on the

Drawings, specified herein, or required to perform the work.

B. All existing electrical equipment and fixtures to be removed shall be removed with such care as

may be required to prevent unnecessary damage, to keep existing systems in operation and to

maintain the integrity of the grounding systems.

Page 398: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02050 - 5 PCTS No. 13315

C. Conduits and wires shall be abandoned or removed where shown. All wires in abandoned

conduits shall be removed, salvaged and stored. Abandoned conduits concealed in floor or

ceiling slabs or in walls, shall be cut flush with the slab or wall at the point of entrance. The

conduits shall be suitable plugged and the area repaired in a flush, smooth and approved

manner. Exposed conduits and their supports shall be disassembled and removed from the site.

Repair all areas of work to prevent rust spots on exposed surfaces.

D. Where shown or otherwise required, wiring in the underground duct system shall be removed.

All such wiring shall be salvaged and stored as specified. Verify the function of all wiring

before disconnection and removing it. Ducts which are not to be reused shall be plugged where

they enter buildings and made watertight.

E. Where shown, direct-burial cable shall be abandoned. Such cable shall be disconnected at both

ends of the run. Where it enters a building or structure the cable shall be cut back to the point of

entrance. All opening in buildings for entrance of abandoned direct-burial cable shall be patched

and made watertight.

F. Poles and overhead wiring shall be abandoned as shown and specified. Existing substation and

poles owned by the power company will be removed by the power company. Poles not owned

by the power company shall be completely removed from the site. The overhead wires shall be

salvaged and stored. Perform this work after the proposed service has been completed and

energized, and in accordance with the approved schedule.

G. Lighting fixtures shall be removed or relocated as shown. Fixtures not relocated shall be

removed from the site. Relocated fixtures shall be carefully removed from their present location

and rehung where shown.

H. Wall switches, receptacles, starters and other miscellaneous electrical equipment, shall be

removed and disposed of off the site as required. Care shall be taken in removing all equipment

so as to minimize damage to architectural and structural members. Any damage incurred shall

be repaired.

3.05 CLEAN-UP

A. Remove from the site all debris resulting from the demolition operations as it accumulates.

Upon completion of the work, all materials, equipment, waste and debris of every sort shall be

removed and premises shall be left, clean, neat and orderly.

END OF SECTION

Page 399: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02050 - 6 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 400: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02063 - 1 PCTS No. 13315

SECTION 02063

PACKAGING AND STORAGE OF EXISTING EQUIPMENT

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, equipment, materials, power, and incidentals required and clean, prepare, and

store all existing equipment to be retained by the Owner. The equipment will be removed from

its existing installation and stored in locations as directed by the Owner.

B. Any items of equipment damaged or lost due to the Contractor’s carelessness, mishandling, or

faulty procedures shall be repaired or replaced in kind to the satisfaction of the Engineer.

C. Before packaging, the Owner shall be permitted to perform any routine maintenance on the

equipment which he deems necessary.

D. Equipment which has been installed indoors shall not be exposed to the weather at any point of

the salvaging and storage operation.

1.02 SUBMITTALS

A. Submit to the Engineer for approval the following:

1. Description of the salvaging procedure for each item of equipment covering the cleaning,

preparation, and protection aspects of the operation.

2. Submittals shall include the type of rust resistant coatings and all other materials to be used.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 SURFACE PREPARATION

A. The surfaces of all equipment and materials to be salvaged and stored shall be thoroughly

cleaned, dried, and free of all rust, loose paint, dirt, and foreign matter. All equipment and

materials shall be steam cleaned.

B. The interior of all equipment shall be cleaned, flushed, and dried. Oil shall be flushed from all

oil lubricated gear reducers and other related equipment and replaced with new oil.

C. Gears, bearing surfaces, other similar surfaces, and other surfaces which have started to rust

shall be given a coat of grease or other suitable rust resistant coating.

3.02 TRANSPORTATION AND HANDLING

A. Products shall be transported by methods to avoid product damage and shall be delivered in

undamaged condition in supplier’s unopened containers or packaging, dry.

B. The Contractor shall provide equipment and personnel to handle products, materials, and

equipment including those provided by Owner, by methods to prevent soiling and damage.

Page 401: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02063 - 2 PCTS No. 13315

C. The Contractor shall provide additional protection during handling to prevent marring and

otherwise damaging products, packaging, and surrounding surfaces.

3.03 PROTECTION

A. All equipment and materials to be salvaged and stored shall be properly protected from damage.

B. Equipment shall be packaged as complete assemblies, where possible.

3.04 EQUIPMENT AND MATERIALS RETAINED BY OWNER

A. The Contractor shall take all necessary precautions required to protect the equipment to be

salvaged and deliver it as required. Any item tagged by the Owner to be salvaged shall remain

the property of the Owner and shall be delivered by the Contractor to the Owner’s designated

location.

B. All salvaged equipment and materials shall be relocated by the Contractor to a salvage area

designated by the Owner. The Contractor shall provide the Owner with a minimum of seven

days written notice of Contractor intent to tag, load, transport, and unload salvaged equipment

and materials.

END OF SECTION

Page 402: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02100 - 1 PCTS No. 13315

SECTION 02100

SITE PREPARATION

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials and equipment required and perform all site preparation, complete

as shown on the Drawings and as specified herein.

B. Obtain all permits required for site preparation work prior to proceeding with the work,

including clearing and tree removal.

C. The areas to be cleared, grubbed and stripped within public rights-of-way and utility easements

shall be minimized to the extent possible for the scope of pipeline work and in consideration of

the actual means and methods of construction used. No unnecessary site preparation within

these areas shall be performed.

1.02 RELATED WORK

A. Environmental Protection is included in Section 01110.

B. Demolition is included in Section 02050.

C. Earthwork is included in Section 02200.

D. Loaming and Sodding is included in Section 02931.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, copies of all permits required prior to clearing,

grubbing, and stripping work.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 CLEARING

A. Cut and remove all timber, trees, stumps, brush, shrubs, roots, grass, weeds, rubbish and any

other objectionable material resting on or protruding through the surface of the ground.

B. Preserve and protect trees and other vegetation designated on the Drawings or directed by the

Engineer to remain as specified below.

3.02 GRUBBING

A. Grub and remove all stumps, roots in excess of 1-1/2-in in diameter, matted roots, brush, timber,

logs, concrete rubble and other debris encountered to a depth of 18-in below original grade or

18-in beneath the bottom of foundations and roadway subbase whichever is deeper.

Page 403: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02100 - 2 PCTS No. 13315

B. Refill all grubbing holes and depressions excavated below the original ground surface with

suitable materials and compact to a density conforming to the surrounding ground surface in

accordance with Section 02200.

3.03 STRIPPING

A. Strip topsoil from all areas to be occupied by buildings, structures, and roadways and all areas

to be excavated or filled.

B. Topsoil shall be free from brush, trash, large stones and other extraneous material. Avoid

mixing topsoil with subsoil.

C. Stockpile and protect topsoil until it is used in landscaping, loaming and seeding operations.

Dispose of surplus topsoil after all work is completed.

3.04 DISPOSAL

A. Dispose of material and debris from site preparation operations by hauling such materials and

debris to an approved offsite disposal area. No rubbish or debris of any kind shall be buried on

the site.

B. Burning of cleared and grubbed materials or other fires for any reason will not be permitted.

3.05 PROTECTION

A. Trees and other vegetation designated on the Drawings or directed by the Engineer to remain

shall be protected from damage by all construction operations by erecting suitable barriers,

guards and enclosures, or by other approved means. Conduct clearing operations in a manner to

prevent falling trees from damaging trees and vegetation designated to remain and to the work

being constructed and so as to provide for the safety of employees and others.

B. Maintain protection until all work in the v-icin-ity of the work being protected has been completed.

C. Do not operate heavy equipment or stockpile materials within the branch spread of existing trees.

D. Immediately repair any damage to existing tree crowns, trunks, or root systems. Roots exposed

and/or damaged during the work shall immediately be cut off cleanly inside the exposed or

damaged area.

E. When work is completed, remove all dead and downed trees. Live trees shall be trimmed of all

dead and diseased limbs and branches. All cuts shall be cleanly made at their juncture with the

trunk or preceding branch without injury to the trunk or remaining branches.

F. Restrict construction activities to those areas within the limits of construction designated on the

Drawings, within public rights-of-way, and within easements provided by the Owner. Adjacent

properties and improvements thereon, public or private, which become damaged by

construction operations shall be promptly restored to their original condition, to the full

satisfaction of the property owner.

END OF SECTION

Page 404: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02140 - 1 PCTS No. 13315

SECTION 02140

DEWATERING AND DRAINAGE

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Design, furnish, install, operate, monitor, maintain and remove a temporary dewatering system

as required to lower and control water levels below subgrades of excavations and to permit

construction to proceed in-the-dry.

B. Furnish, maintain and remove temporary surface water control measures adequate to drain and

remove surface water entering excavations.

C. Retain the services of a professional engineer registered in the State of Florida to prepare

dewatering and drainage system designs and submittals described herein.

D. Collect and properly dispose of all discharge water from the dewatering and drainage systems in

accordance with State and local regulations, requirements and permits.

E. Obtain and pay for all permits required for dewatering and drainage systems.

F. Repair damage caused by dewatering and drainage system operations.

1.02 RELATED WORK

A. Submittals are included in Section 01300.

B. Testing and Testing Laboratory Services is included in Section 01410.

C. Site Preparation is included in Section 02100.

D. Earthwork is included in Section 02200.

E. Trenching, Backfilling and Compaction is included in Section 02221.

F. Granular Fill Materials are included in Section 02230.

G. Erosion Control and Sedimentation are included in Section 02270.

H. Paving is included in Section 02576.

I. Loaming and Sodding are included in Section 02931.

1.03 SUBMITTALS

A. Dewatering and drainage system designs shall be prepared by a licensed professional engineer

retained by the Contractor. The Contractor shall submit an original and three copies of the

licensed professional engineer's certification on the PE form specified in Section 01300. The

Contractor shall also submit qualifications as required herein.

Page 405: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02140 - 2 PCTS No. 13315

B. The Contractor shall submit a dewatering and drainage system design plan. The plan shall

include a description of the proposed dewatering system and include the proposed installation

methods to be used for dewatering and drainage system elements and for observation wells. The

plan shall include equipment, drilling methods, holes sizes, filter sand placement techniques,

sealing materials, development techniques, the number and location of dewatering points and

observations wells, etc. Include the dewatering system design calculations in the plan.

C. The plan shall identify the anticipated area influenced by the dewatering system and address

impacts to adjacent existing and proposed structures.

D. Coordinate dewatering and drainage submittals with the excavation and support of excavation

submittals. The submittal shall show the areas and depths of excavation to be dewatered.

E. Do not proceed with any excavation or dewatering activities until the dewatering submittals has

been approved by the Engineer.

1.04 QUALITY ASSURANCE

A. Regulations: Perform all work in accordance with current applicable regulations and codes of

all Federal, State and local agencies.

B. The Contractor shall have at least 5 years of experience with work compatible to the Work

shown and specified, employing labor and supervisory personnel who are similarly experienced

in this type of Work.

C. The Contractor's design engineer shall be registered in the State in which the work is located

and have a minimum of 5 years of professional experience in the design and construction of

dewatering and drainage systems and shall have completed not less than 5 successful

dewatering and drainage projects of equal type, size, and complexity to that require for the

work.

1.05 DESIGN REQUIREMENTS

A. The Contractor is responsible for the proper design and implementation of methods for

controlling surface water and groundwater.

B. The primary purpose of the groundwater control system is to preserve the natural undisturbed

condition of the subgrade soils in the areas of the proposed excavations. Prior to excavation, the

Contractor shall lower the groundwater to at least 2-ft below the lowest excavation subgrade

elevation. Additional groundwater lowering may be necessary beyond the 2-ft requirement,

depending on construction methods and equipment used and the prevailing groundwater and

soil conditions. The Contractor is responsible for lowering the groundwater as necessary to

complete construction in accordance with the plans and specifications at no additional cost to

the Owner.

C. Design deep wells, well points and sumps, and all other groundwater control system

components to prevent loss of fines from surrounding soils. Sand filters shall be used with all

dewatering installations unless screens are properly sized by the Contractor's design engineer to

prevent passage of fines from surrounding soils.

Page 406: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02140 - 3 PCTS No. 13315

D. The Contractor shall be responsible for damage to properties, buildings or structures, sewers

and other utility installations, pavements and work that may result from dewatering or surface

water control operations.

E. Design review and field monitoring activities by the Owner or by the Engineer shall not relieve

the Contractor of his/her responsibilities for the work.

1.06 DEFINITIONS

A. Where the phrase "in-the-dry" is used in this Section, it shall be defined as an excavation

subgrade where the groundwater level has been lowered to at least 2-ft below the lowest level of

the excavation, is stable with no ponded water, mud, or muck, is able to support construction

equipment without rutting or disturbance and is suitable for the placement and compaction of

fill material, pipe or concrete foundations.

PART 2 PRODUCTS

2.01 MATERIALS

A. Pipe for observation wells shall consist of minimum 2-in I.D., Schedule 40 PVC pipe and

machine slotted PVC wellpoints, maximum slot size 0.010-in.

B. Piping, pumping equipment and all other materials required to provide control of surface water

and groundwater in excavations shall be suitable for the intended purpose.

C. Standby pumping systems and a source of standby power shall be maintained at all sites.

PART 3 EXECUTION

3.01 GENERAL

A. Control surface water and groundwater such that excavation to final grade is made in-the-dry,

the natural undisturbed condition of the subgrade soils are maintained, and softening and/or

instability or disturbance due to the presence or seepage of water does not occur. All

construction and backfilling shall proceed in-the-dry and flotation of completed portions of

work shall be prohibited.

B. Methods of groundwater control may include but are not limited to perimeter trenches and sump

pumping, perimeter groundwater cutoff, well points, ejectors, deep wells and combinations

thereof.

C. Where groundwater levels are above the proposed bottom of excavation level, a pumped

dewatering system will be required for pre-drainage of the soils prior to excavation, and for

maintaining the lowered groundwater level until construction has been completed to such an

extent that the structure, pipeline or fill will not be floated or otherwise damaged.

D. It is expected that the type of system, spacing of dewatering units and other details of the work

will have to be varied depending on soil/water conditions at a particular location.

Page 407: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02140 - 4 PCTS No. 13315

E. All work included in this Section shall be done in a manner which will protect adjacent

structures and utilities and shall not cause loss of ground or disturbance to the pipe bearing soils

or to soils which support overlying or adjacent structures.

F. Install, monitor and report data from observation wells. Evaluate the collected data relative to

groundwater control system performance and modify systems as necessary to dewater the site in

accordance with the Contract requirements.

G. Locate groundwater control system components where they will not interfere with construction

activities adjacent to the work area or interfere with the installation and monitoring of

geotechnical instrumentation including observation wells. Excavations for sumps or drainage

ditches shall not be made within or below 1H:1V slopes extending downward and out from the

edges of existing or proposed foundation elements or from the downward vertical footprint of

the pipe.

3.02 SURFACE WATER CONTROL

A. Construct surface water control measures, including dikes, ditches, sumps and other methods to

prevent, as necessary, flow of surface water into excavations and to allow construction to

proceed without delay.

3.03 EXCAVATION DEWATERING

A. At all times during construction, provide and maintain proper equipment and facilities to

promptly remove and properly dispose of all water entering excavations. Excavations shall be

maintained in-the-dry. Groundwater levels shall be kept at least 2-ft below the lowest

excavation level.

B. Excavation dewatering shall maintain the subgrade in a natural undisturbed condition and until

the fill, structure or pipes to be built thereon have been completed to such extent that they will

not be floated or otherwise damaged by allowing water levels to return to natural elevations.

C. Pipe, masonry, and concrete shall not be placed in water or be submerged within 24 hours after

being installed. Water shall not flow over new masonry or concrete within four days after

placement.

D. In no event shall water rise to cause unbalanced pressure on structures until the concrete or

mortar has set at least 24 hours. Prevent flotation of the pipe by promptly placing backfill.

E. Dewatering shall at all times be conducted in such a manner as to preserve the natural

undisturbed condition of the subgrade soils at the proposed bottom of excavation.

F. If the subgrade of the trench or excavation bottom becomes disturbed due to inadequate

dewatering or drainage, excavate below normal grade as directed by the Engineer and refill with

structural fill, screened gravel or other material as approved by the Engineer at the Contractor's

expense.

G. It is expected that the initial dewatering plan may have to be modified to suit the variable

soil/water conditions to be encountered during construction. Dewater and excavate, at all times,

in a manner which does not cause loss of ground or disturbance to the pipe bearing soil or soil

which supports overlying or adjacent structures or instability of the excavation conditions.

Page 408: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02140 - 5 PCTS No. 13315

H. If the method of dewatering does not properly dewater the excavation as specified, install

additional groundwater observation wells as directed by the Engineer and do not place any pipe

or structure until the readings obtained from the observation wells indicate that the groundwater

has been lowered a minimum of 2-ft below the bottom of the final excavation within the

excavation limits.

I. Dewatering units used in the work shall be surrounded by suitable filter sand and no fines shall

be removed by pumping. Pumping from the dewatering system shall be continuous until pipe or

structure is adequately backfilled. Stand-by pumps shall be provided.

J. Water entering the excavation from precipitation or surface runoff shall be collected in shallow

ditches around the perimeter of the excavation, drained to a sump and pumped from the

excavation to maintain a bottom free from standing water.

3.04 REMOVAL OF SYSTEMS

A. At the completion of the excavation and backfilling work, and when approved by the Engineer,

all pipe, deep wells, wellpoints, pumps, generators, observation wells, other equipment and

accessories used for the groundwater and surface water control systems shall be removed from

the site. All materials and equipment shall become the property of the Contractor. All areas

disturbed by the installation and removal of groundwater control systems and observation wells

shall be restored to their original condition.

3.05 DISPOSAL OF DRAINAGE

A. All water discharged from temporary dewatering and drainage systems shall be disposed of in

accordance to State and local regulations, requirements and permits. Existing or new sanitary

sewer systems shall not be used to dispose of drainage unless the written permission of the

utility or owner is obtained.

END OF SECTION

Page 409: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02140 - 6 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 410: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02200 - 1 PCTS No. 13315

SECTION 02200

EARTHWORK

PART 1 GENERAL

1.01 STATUTORY REQUIREMENTS

A. All excavation, trenching, sheeting, bracing, etc. shall conform to the requirements of the

Florida "Trench Safety Act" (CS/SB 2626) which incorporates, by reference, OSHA excavation

safety standards, 29 CFR 1926.650 Subpart P.

1.02 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and perform all excavation

work and grading; place and compact backfill and fill; and dispose of unsuitable, waste and

surplus materials as shown on the Drawings and as specified herein.

B. Provide the services of a licensed professional engineer registered in the State in which the

work is located, to prepare temporary excavation support system designs and submittals.

C. Furnish and install temporary excavation support systems, including sheeting, shoring and

bracing, to insure the safety of personnel and protect adjacent structures, piping, etc, in

accordance with Federal, State and local laws, regulations and requirements.

1.03 RELATED WORK

A. Site Preparation is included in Section 02100.

B. Dewatering and Drainage are included in Section 02140.

C. Trenching, Backfilling and Compaction is included in Section 02221.

D. Granular Fill Materials are included in Section 02230.

E. Erosion and Sedimentation Control are included in Section 02270.

F. Pavement Repair and Resurfacing is included in Section 02575.

G. Loaming and Sodding are included 02931.

1.04 SUBMITTALS

A. Excavation support system designs shall be prepared by a licensed professional engineer,

registered in the State in which the work is located, having a minimum of 5 years of

professional experience in the design and construction of excavation support systems. Submit

an original and three copies of the licensed professional engineer's certification, on the PE form

specified in Section 01300, stating that the excavation support systems designs have been

prepared by the professional engineer and that the professional engineer will be responsible for

their execution. Do not submit excavation support system designs unless requested in writing.

B. Submit, in accordance with Section 01300, an Excavation Work Plan that includes the proposed

methods of construction, including earthwork operations, excavation limits, slopes, ramp

Page 411: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02200 - 2 PCTS No. 13315

access, fill material moisture conditioning and handling, compaction equipment, and material

sources for the various portions of the work.

C. Coordinate this submittal with the requirements of dewatering and support of excavation

submittals.

D. At least 30 days prior to needing them, submit name and contract information for the soils

testing laboratory that Contractor proposes to use for approval by Owner and Engineer.

1.05 REFERENCE STANDARDS

A. ASTM International

1. ASTM D1557 - Test Method for Laboratory Compaction Characteristics of Soil Using

Modified Effort.

2. ASTM D698 – Test Method for Laboratory Compaction Characteristics of Soils Using

Standard Efforts.

B. ASTM D 2487 – Standard Classification of Soils for Engineering Purposes (Unified Soil

Classification System) Where reference is made to one of the above standards, the revision in

effect at the time of bid opening shall apply.

1.06 QUALITY ASSURANCE

A. At all structures, prior to the placement of bedding material, concrete work mats, structural fill

or structural concrete, coordinate with the soils testing laboratory to verify the suitability of the

existing subgrade soil and to perform in-place soil density tests as required to verify that the

bearing capacity of the subgrade is sufficient.

B. Prior to and during the placement of backfill and fill coordinate with the soils testing laboratory

to perform in-place soil density tests to verify that the backfill/fill material has been compacted

in accordance with the compaction requirements specified elsewhere. The Engineer may

designate areas to be tested.

C. Payment for testing will be made by the Contractor and reimbursed by Owner. If test results are

unsatisfactory, all costs involved in correcting deficiencies in compacted materials to the

satisfaction of the Engineer (including re-tests), will be borne by the Contractor.

1.07 DEFINITIONS

A. Where the phrase "in-the-dry" is used in this Section, it shall be defined to mean a soil condition

such that the in-place moisture content of the soil at that time is no more than two percentage

points above the optimum moisture content of that soil as determined by the laboratory test of

the moisture-density relation appropriate to the specified level of compaction.

B. Where used in this Section "structures" refers to all buildings, wet wells, manholes and below

grade vaults. Stormwater structures and duct banks are not considered structures in this context.

Page 412: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02200 - 3 PCTS No. 13315

PART 2 PRODUCTS

2.01 GENERAL

A. Materials designated for use in this Section are specified in Section 02230.

PART 3 EXECUTION

3.01 PREPARATION

A. Test Pits

1. Perform exploratory excavation work (test pits) for the purpose of verifying the location of

underground utilities and structures and to check for unknown utilities and structures, prior

to commencing excavation work.

2. Test pits shall be backfilled as soon as the desired information has been obtained.

Backfilled surfaces shall be stabilized in accordance with approved erosion and

sedimentation control plans.

B. Dewatering and Drainage Systems

1. Temporary dewatering and drainage systems shall be in place and operational prior to

beginning excavation work.

2. Dewatering and drainage systems shall be in accordance with Section 02140.

3.02 EXCAVATION SUPPORT

A. Furnish, install, monitor and maintain excavation support (e.g., shoring, sheeting, bracing,

trench boxes, etc.) as required by Federal, State or local laws, ordinances, regulations and safety

requirements. Support the sides of excavation, to prevent any movement which could in any

way reduce the width of the excavation below that necessary for proper construction and protect

adjacent structures from undermining, settlement or other damage. Take care to prevent the

formation of voids outside of sheeting. If voids occur behind sheeting, immediately backfill and

compact the voids with common fill material. Voids in locations that cannot be properly

compacted upon backfilling shall be filled with lean concrete.

B. Install excavation supports outside the neat lines of foundations. Supports shall be plumb and

securely braced and tied in position. Excavation support shall be adequate to withstand all

pressures to which the supports will be subjected. Any movement or bulging of supports shall

be corrected to provide the necessary clearances, dimensions and structural integrity.

C. Excavation supports shall be carefully removed in such manner so as not to endanger the Work

or other adjacent structures, utilities, or property. All voids left or caused by withdrawal of

supports shall be immediately filled with sand and compacted.

3.03 STRUCTURAL EXCAVATION PROCEDURES

A. Excavations for structures shall be suitably wide for construction of the structures, including

excavation supports, dewatering and drainage systems and working clearances.

Page 413: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02200 - 4 PCTS No. 13315

B. Excavation shall be performed in-the-dry and shall be accomplished by methods which preserve

the undisturbed state of subgrade soils. Drainage and dewatering systems shall be in place and

operational prior to beginning excavation work. In no case shall the earth be plowed, scraped or

excavated by any means so near to the finished subgrade that would disturb the finished

subgrade. Hand excavation of the final 3 to 6-in may be required to obtain a satisfactory,

undisturbed subgrade. Subgrade soils which become soft, loose, "quick", or otherwise

unsatisfactory for support of structures as a result of inadequate excavation, dewatering, or other

construction methods shall be removed and replaced with lean concrete, compacted structural

fill or suitable crushed rock, subject to prior approval by the Engineer, at no additional cost to

the Owner.

C. Subgrade Preparation

1. All structures unless otherwise shown on the Drawings or otherwise specified herein:

a. Compact the top 12-in of subgrade to a minimum of 95 percent modified proctor

(ASTM D1557).

b. Where structures are supported by piles, compact the top 12-in of subgrade to a

minimum of 90 percent modified proctor (ASTM D1557).

2. Where existing subgrade contains a significant amount of clay or cohesive soils, over-

excavate sufficiently below the bottom of structure for placement of a lean concrete

working mat. Prior to placing the lean concrete working mat, compact the top 12-in of

existing subgrade to a minimum of 95 percent modified proctor (ASTM D1557).

D. When excavations have reached the required subgrade, including any allowances for working

mats or base materials, prior to the placement of working mats or base materials, notify the soils

testing laboratory to verify the suitability of the existing subgrade soils for the anticipated

foundation and structural loadings. If the existing subgrade soils are determined to be

unsuitable, direction will be provided by the Engineer regarding removal and replacement with

suitable materials. If Contractor believes that such direction would increase Contractor's cost

and would thereby entitle Contractor to a change in Contract cost, Contractor shall notify the

Engineer in accordance with the applicable article(s) in the General Conditions pertaining to

changes in the work.

E. Over-excavation beyond the limits and depths required by the Contract Documents shall be

replaced at no additional cost to the Owner by structural fill or other approved material subject

to the prior approval of the Engineer.

3.04 GENERAL FILLING AND BACKFILLING PROCEDURES

A. Fill and backfill materials shall be placed in lifts to suit the specified compaction requirements

to the lines and grades required, making allowances for settlement and placement of cover

materials (i.e., topsoil, sod, etc.). Soft spots or uncompacted areas shall be corrected.

B. Compaction in open areas may be accomplished by any of the following methods: compaction

equipment, fully loaded ten-wheel trucks, tractor dozers weighing at least 30,000 lbs and

operated at full speed, or heavy vibratory rollers. Compaction in confined areas (including areas

within a 45 degree angle extending upward and outward from the base of a wall) and in areas

where the use of large equipment is impractical, shall be accomplished by hand operated

vibratory equipment or mechanical tampers. Lift thickness shall not exceed 6-in (measured

before compaction) when hand operated equipment is used.

Page 414: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02200 - 5 PCTS No. 13315

C. Fill and backfill shall not be placed and compacted when the materials are too wet to properly

compact (i.e., the in-place moisture content of the soil at that time is no more than three

percentage points above the optimum moisture content of that soil as determined by the

laboratory test of the moisture-density relation appropriate to the specified level of compaction).

3.05 FILL AND BACKFILL PROCEDURES

A. Fill required beneath foundations or slabs on grade (except sidewalks) shall be structural fill.

Place and compact structural fill in even lifts having a maximum thickness (measured before

compaction) of 10-in.

B. Fill and backfill material placed immediately adjacent to and within 10-ft of all structures shall

be select fill. All structure water-tightness tests and dampproofing/waterproofing shall be

completed prior to placing fill or backfill around structures. Place and compact select fill in

even lifts having a maximum thickness (measured before compaction) of 8-in uniformly around

the structure.

C. Common fill may be used in areas beyond those designated for select fill unless shown or

specified otherwise. Common fill shall be placed in even lifts having a maximum thickness

(measured before compaction) of 12-in.

3.06 EMBANKMENT FILL PROCEDURES

A. Prior to placing embankment fill materials, all organic materials (including peat and loam) and

loose inorganic silt material (loess) shall be removed from areas beneath the embankments. If

the subgrade slopes are excessive, the subgrade shall be stepped to produce a stable, horizontal

surface for the placement of embankment materials. The existing subgrade shall then be

scarified to a depth of at least 6-in.

B. Embankment fill shall consist of common fill material and shall be placed and compacted in

even lifts (measured before compaction) of 12-in.

C. Rock may be used in embankment fill only with prior, written approval of the Engineer.

3.07 COMPACTION REQUIREMENTS

A. Beneath foundations and slabs on grade (except sidewalks): Compact the top 12-in of existing

subgrade (and each layer of fill if applicable) to a minimum of 95 percent of the material’s

ASTM D1557 modified proctor maximum dry density.

B. 10-ft around structures: Compact the top 12-in of existing subgrade and each layer of fill or

backfill to a minimum of 95 percent modified proctor (ASTM D1557) at or near its optimum

moisture content (minus 2 to plus 3 percent).

C. Embankments (except under roadways), lawn or unimproved areas: Compact the top 6-in of

existing subgrade and each layer of fill or backfill to a minimum of 95 percent modified protctor

(ASTM D1557) at or near its optimum moisture content (minus 2 to plus 3 percent).

D. Sidewalks: Compact the top 6-in of existing subgrade (and each 6-in layer of fill if applicable)

to a minimum of 95 percent modified proctor (ASTM D1557) at or near its optimum moisture

content (minus 2 to plus 3 percent).

Page 415: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02200 - 6 PCTS No. 13315

E. Roads, paved areas and roadway embankments: Compact the top 12-in of existing subgrade and

each layer of fill or backfill to a minimum of 95 percent of the material’s ASTM D1557

modified proctor maximum dry density.

3.08 DISPOSAL OF UNSUITABLE, WASTE AND/OR SURPLUS EXCAVATED MATERIAL

A. Unsuitable, waste and surplus excavated material shall be removed and disposed of off-site.

Materials may be temporarily stockpiled in an area within the limits of construction that does

not disrupt construction activities, create any nuisances or safety hazards, or otherwise restrict

access to the work site.

B. Coordinate with OWNER prior to disposing unsuitable material and provide documentation that

excess material is unsuitable.

C. Surplus fill shall become the property of the CONTRACTOR and shall be removed and

disposed of by him off the site, after written approval by the ENGINEER. Use surplus for berms

if any at the end of construction.

3.09 GRADING

A. Grading shall be performed to the lines and grades shown on the Drawings. All objectionable

material encountered within the limits indicated shall be removed and disposed of. Subgrades

shall be completely and continuously drained and dewatered throughout the grading process.

Install temporary drains, drainage ditches, etc, to intercept or divert surface water which may

affect the execution or condition of grading work.

B. If at the time of grading it is not possible to place any material in its proper section of the Work,

it shall be stockpiled in approved areas for later use. No extra payment will be made for the

stockpiling or double handling of excavated material.

C. Stones or rock fragments larger than 2-in in their greatest dimensions will not be permitted

within the top 6-in of the finished grade of fills and embankments.

D. In cut areas, all loose or protruding rocks in slopes shall be removed to line or finished grade of

the slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and

alignment shown on the Drawings unless otherwise directed by the Engineer.

END OF SECTION

Page 416: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02225 - 1 PCTS No. 13315

SECTION 02225

EXCAVATION

PART 1 GENERAL

1.01 SCOPE OF WORK

A. General Requirements

1. The Work covered by this Section includes the earthwork operations required for this

Contract Document.

2. Excavation shall extend to the width and depth shown on the Drawings or as specified

herein and shall provide suitable room for installing pipe and appurtenances.

3. Furnish all labor, materials, equipment and incidentals required and perform all trenching

for pipelines and appurtenances, including drainage, filling, backfilling, disposal of surplus

material and restoration of trench surfaces and easements.

4. Furnish and place all sheeting, bracing and supports and remove from the excavation all

materials which the Consultant may deem unsuitable for backfilling. The bottom of the

excavation shall be firm, dry and in all respects, acceptable. If conditions warrant, deposit

gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom

of the trench immediately after excavation has reached the proper depth and before the

bottom of the trench has become softened or disturbed by any cause whatever. The length of

open trench shall be related closely to the rate of pipe laying. All excavation shall be made

in open trenches.

5. All excavation, trenching and related sheeting, bracing, etc, shall conform to the

requirements of the Florida "State Safety Act" (CS/SB 2626) which incorporates, by

reference, Occupational Safety and Health Administration’s (OSHA) excavation safety

standards, 29 CFR 1926.650 Subpart P.

1.02 RELATED WORK

A. Granular Fill Materials is included in Section 02230.

B. Site Preparation is included in Section 02100.

C. Pavement Repair and Resurfacing is included in Section 02576.

1.03 PROTECTION

A. Sheeting and Bracing

1. In connection with the excavation below grade, construct, brace and maintain sheeting and

bracing as required to support the sides of excavations, to prevent any movement which

could in any way diminish the width of the excavation below that necessary for proper

construction and to protect adjacent structures, piping and foundation material from

disturbance, undermining, or other damage. Care shall be taken to prevent voids outside of

the sheeting, but if voids are formed they shall be immediately filled and rammed.

Page 417: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02225 - 2 PCTS No. 13315

2. Unless otherwise directed by the County, all sheeting and bracing shall be carefully

removed in such manner as not to endanger the construction of other structures, utilities, or

property. All voids left or caused by withdrawal of sheeting shall be immediately refilled

with sand by ramming with tools especially adapted to that purpose, by watering or

otherwise as may be directed.

3. The right of the County to order sheeting and bracing left in place shall not be construed as

creating any obligation on this part to issue such orders and failure to exercise the right to

do so shall not relieve the Contractor from liability for damages to persons or property

occurring from or upon the Work occasioned by negligence or otherwise, growing out of a

failure on the part of the Contractor to leave in place sufficient sheeting and bracing to

prevent any caving or moving of the ground.

4. The Contractor shall construct sheeting to the extent deems desirable for the method of

operation. Sheeting shall be plumb and securely braced and tied in position. Sheeting and

bracing shall be adequate to withstand all pressures to which the structure will be subjected.

Pumping, bracing and other work shall be done in a manner to avoid disturbing any

construction work. Any movement or bulging which may occur shall be corrected at the

Contractor’s expense so as to provide the necessary clearances and dimensions.

B. Dewatering, Drainage and Flotation

1. Dewatering operations, as required, shall be performed by the Contractor. Groundwater

shall be collected and disposed of off-site at an approved facility. In addition, provide

positive means of preventing surface water from entering all excavation.

1.04 SOIL COMPACTION TESTING

A. Prior to the general placement of the fill and during such placement, the County may select areas

within the limits of the fill for testing the degree of compaction obtained. The Contractor shall

cooperate fully in obtaining the information desired.

B. Payment for testing will be reimbursed through an allowance by the County. If test results are

unsatisfactory, all costs involved in correcting deficiencies in compacted materials to the

requirements of the specification, will be borne by the Contractor.

PART 2 PRODUCTS

2.01 FILL MATERIALS

A. General

1. Material, as required to bring the backfill up to existing grade, shall be furnished as required

from approved off-site sources and hauled to the site. Notify the County of the source of the

material and certify that it is clean and uncontaminated.

2. Material for backfill adjacent to buried piping and utilities, if encountered and for

installation of new pre-cast vaults shall be sand or pea gravel, free of organic material, loam,

wood, trash, stones or pebbles and other objectionable material. The material shall be well

graded within the following limits:

Page 418: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02225 - 3 PCTS No. 13315

Sieve Size Percent Finer

3/4-inch 100

1/2-inch 90 to 100

No. 4 15 t

No. 8 0 to 15

No. 16 0 to 5

No. 200 0 to 5

3. Structural fill and common fill shall consist of materials as indicated in Section 02230 of

these specifications.

PART 3 EXECUTION

3.01 TEST PITS

A. Excavate test pits during the course of work for the purpose of verifying locations of underground

utilities and buried piping.

3.02 TRENCH EXCAVATION

A. Trench excavation shall include material of every description and of whatever substance

encountered, except rock and boulders. Pavement shall be cut with a saw, wheel or pneumatic

chisel along straight lines before excavating.

B. Strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor’s option,

topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of

equal quality.

C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and

other property protected as provided in the General Conditions and General Requirements.

D. Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for

laying the pipe, bracing and for pumping and drainage facilities. The bottom of the excavations

shall be firm and dry and in all respects acceptable to the Consultant. Trench width shall be

practical minimum.

E. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed

state of subgrade soils. The trench may be excavated by machinery to, or just below the

designated subgrade, provided that material remaining in the bottom of the trench is no more

than slightly disturbed. Subgrade soils which become soft, loose, "quick," or otherwise

unsatisfactory as a result of inadequate excavation, dewatering or other construction methods

shall be removed and replaced by screened gravel fill as required by the Consultant at the

Contractor’s expense.

F. Clay and organic silt soils are particularly susceptible to disturbance due to construction

operations. When excavation is to end in such soils, use a smooth-edge bucket to excavate the

last 1 ft. of depth.

Page 419: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02225 - 4 PCTS No. 13315

G. Where pipe is to be laid in screened gravel bedding, the trench may be excavated by machinery

to the normal depth of the pipe provided that the material remaining in the bottom of the trench is

no more than slightly disturbed.

H. Where pipe is to be laid directly on the trench bottom, final excavation at the bottom of the

trench shall be performed manually, providing a flat-bottom true to grade upon undisturbed

material. Bell holes shall be made as required.

3.03 COMMON EXCAVATION

A. Excavation including removal of rock, boulders and concrete, if encountered, to install the pre-

cast vaults shall be made to such widths as indicated and to a depth of 2 ft. below underside of

vaults.

B. Excavation, sheeting, bracing and dewatering shall be accomplished by methods which preserve

the stability of excavation side slopes. Side slopes which become soft, loose, slough, or otherwise

unstable as a result of inadequate excavation, dewatering, bracing or other construction methods

shall be cut back to stable slopes or shored at the Contractor’s expense.

C. Excavating equipment shall be satisfactory for carrying out the Work in accordance with this

Section.

D. Excavation adjacent to buried piping and utilities to remain shall be done with adequate

precaution to prevent damage or detrimental movements that would affect their integrity or

ability to continue normal service. Where necessary, hand excavation methods shall be utilized.

E. Excavation adjacent to the existing buildings and retaining walls shall be done with adequate

precautions to prevent damage to the structure. Care must be taken to not undermine the

structure, especially if the excavation is deeper than the bottom of the foundation footings.

Sheeting may be required. Where necessary, hand excavation methods shall be utilized.

3.04 DISPOSAL OF MATERIALS

A. Excavated material shall be stacked without excessive surcharge on the trench bank or

obstructing free access to hydrants and gate valves. Inconvenience to traffic and abutters shall be

avoided as much as possible. Excavated material shall be segregated for use in backfilling as

specified below.

B. It is expressly understood that no excavated material shall be removed from the site of the work

or disposed of, except as directed by the Consultant. When removal of surplus materials has been

approved by the Consultant, dispose of such surplus material in approved designated areas.

C. Should conditions make it impracticable or unsafe to stack material adjacent to the trench, the

material shall be hauled and stored at a location provided. When required, it shall be re-handled

and used in backfilling the trench.

3.05 BACKFILL

A. Backfill material shall be placed in work areas as indicated on the Drawing to the extent required

to restore the excavated areas to the original contours as directed by the County, making due

allowance for settlement of the material. Fill shall be placed only on properly prepared surfaces

Page 420: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02225 - 5 PCTS No. 13315

which have been inspected and approved by the County. Pea gravel shall be placed to a distance

of 4 ft. around the perimeter of the vault. The remainder of the excavation shall be backfilled

with common fill.

B. Fill shall be brought up in substantially level lifts throughout the site, starting in the deepest

portion of the fill. The entire surface of the Work shall be maintained free from ruts and in such

condition that construction equipment can readily travel over any section. No construction

equipment will be allowed over new tank until a minimum of 2 ft. of fill has been placed and

compacted above the tank. The last 18-inches of fill below the underside of pavement shall be

gravel subbase material.

C. All fill materials shall be placed and compacted "in-the-dry."

3.06 COMPACTION

A. Backfill material shall be placed in layers not to exceed 1 ft. loose thickness. Each lift shall be

compacted by a minimum of two passes of the compaction equipment to achieve compaction of

95 percent of maximum dry density in accordance with ASTM D1557. The choice of specific

compaction equipment shall be the responsibility of the Contractor subject to the approval of the

County.

B. Hauling and spreading equipment may be used for compaction provided that the Contractor

demonstrates to the County that said equipment is capable of achieving the specified compaction

criteria.

3.07 SUBGRADES AND BACKFILL FOR PIPING

A. The procedures in this Section shall apply for backfilling under and adjacent to any buried piping

and utilities that are exposed during the course of the Work and must be kept in service.

B. The preparation described herein constitutes ordinary bedding considerations for pipe and

conduit unless otherwise specified.

C. Subgrades shall be backfilled to the depth required for the pipe bedding. Any part of the backfill

disturbed below the required grade shall have loosened earth removed and shall be restored to

grade with thoroughly compacted material.

D. Fill placed within 2 ft. of any pipe or conduit shall have a maximum particle size of 4-inches.

E. All pipe and conduit shall be bedded with a minimum thickness of 6-inches of compacted sand

fill under the pipe.

F. In addition, all backfill materials placed within 6-inches of piping shall be sand fill.

G. Sand fill placed adjacent to piping or conduits shall be done in layers not exceeding 6-inch loose

lift thickness, carefully deposited on each side of the pipe and fittings simultaneously. Backfill

shall be placed completely under pipe haunches in uniform layers and shall be thoroughly

compacted, taking care to avoid pipe displacement or damage. Addition of water shall be limited

to achieving optimum moisture content of backfill material to facilitate compaction. Puddling of

water shall not be permitted. The backfill shall be carefully compacted using hand operated

equipment.

Page 421: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02225 - 6 PCTS No. 13315

H. Machine equipment shall not be allowed to operate over any piping or conduit until a minimum

of 3 ft. of backfill has been placed. After 3 ft. of backfill has been placed over piping and

conduits they may be traversed by light spreading and compacting equipment. Under no

circumstances shall heavy compaction or heavy hauling equipment traverse the piping and

conduits.

END OF SECTION

Page 422: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02050 - 1 PCTS No. 13315

SECTION 02230

GRANULAR FILL MATERIALS

PART 1 GENERAL

1.01 DESCRIPTION

A. Granular fill materials are specified in this Section, but their use for bedding pipe, replacement of

unsuitable material, gravel cushion in ledge excavation, pavement base, foundation support and

similar uses are specified in detail elsewhere. The Engineer may order the use of fill materials

for purposes other than those specified in this Section if, in their opinion, such use is advisable.

PART 2 PRODUCTS

2.01 MATERIALS

A. Structural fill shall be gravel, sandy gravel, or gravelly sand free of organic material, loam, wood,

trash, soil and other objectionable material and shall be graded within the following limits:

Sieve Percent Passing

6-inch 100

No. 4 20 to 95

No. 40 0 to 60

No. 200 0 to 8

B. Common fill shall consist of mineral soil, substantially free of clay, organic material, loam,

wood, trash, and other objectionable material which may be compressible, or which cannot be

compacted properly. Common fill shall not contain stones larger than 6-inches in any dimension,

broken concrete, masonry, rubble, asphalt pavement, or other similar materials. It shall have

physical properties, as approved by the Engineer, such that it can be readily spread and

compacted.

C. Select common fill shall be as specified above for common fill except that the material shall

contain no stones larger than 2-inches in its largest dimension.

D. Crushed stone shall consist of sound, durable stone, free of any foreign material, angular in

shape, free from structural defects and comparatively free of chemical decay. The stone shall be

maximum size of 2-inches and a minimum size of 1/2-inch.

E. Sand shall conform to ASTM C33 for fine aggregate.

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 423: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02050 - 2 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 424: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02270 - 1 PCTS No. 13315

SECTION 02270

EROSION AND SEDIMENTATION CONTROL

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and perform all installation,

maintenance, removal and area cleanup related to erosion and sedimentation control work as

shown on the Drawings and as specified herein. The work shall include, but not necessarily be

limited to; installation of temporary access ways and staging areas, silt fences, stone filter

boxes, stone filter berms, sediment removal and disposal, device maintenance, removal of

temporary devices, temporary mulching, excelsior matting installation and final cleanup.

1.02 RELATED WORK

A. Earthwork is included in Section 02200

B. Granular fill materials are included in Section 02230.

C. Loaming and Sodding are included 02931.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, within 10 days after award of Contract, technical

product literature for all commercial products, including straw mulch tackifier, to be used for

erosion and sedimentation control.

1.04 QUALITY ASSURANCE

A. Be responsible for the timely installation and maintenance of all sedimentation control devices

necessary to prevent the movement of sediment from the construction site to off-site areas or

into the stream system via surface runoff or underground drainage systems. Measures in

addition to those shown on the Drawings necessary to prevent the movement of sediment off

site shall be installed, maintained, removed, and cleaned up at the expense of the Contractor. No

additional charges to the Owner will be considered.

B. Sedimentation and erosion control measures shall conform to the requirements outlined in the

Manual for Erosion and Control in Florida published by the Florida Soil and Water

Conservation in 2000, and any more recent versions.

PART 2 PRODUCTS

2.01 MATERIALS

A. Crushed stone for sediment filtration devices, access ways and staging areas shall conform to

Florida Department of Transportation Specifications.

Page 425: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02270 - 2 PCTS No. 13315

B. Sediment Fence

1. Sediment fence shall be a prefabricated commercial product made of a woven,

polypropylene, ultraviolet resistant material such as "Envirofence" by Mirafi Inc.,

Charlotte, NC or equal.

C. 1/4-in woven wire mesh for filter boxes shall be galvanized steel or hardware cloth.

D. Straw mulch shall be utilized on all newly graded areas to protect areas against washouts and

erosion. Straw mulch shall be comprised of threshed straw of oats, wheat, barley, or rye that is

free from noxious weeds, mold or other objectionable material. The straw mulch shall contain at

least 50 percent by weight of material to be 10-in or longer. Straw shall be in an air-dry

condition and suitable for placement with blower equipment.

E. Latex acrylic copolymer or organic tackifier shall be a commercial product specifically

manufactured for use as straw mulch tackifier.

F. An asphalt tackifier shall only be used when temperatures are too low to allow the use of a latex

acrylic copolymer and only with prior written approval from the Engineer.

G. Erosion control blanket shall be installed in all seeded drainage swales and ditches as shown on

the Drawings or as directed by the Engineer. Erosion control blanket shall be 100 percent

agricultural straw matrix stitch bonded with degradable thread between two photodegradable

polypropylene nettings, such as Model S150 Double Net Short-Term Blanket (10 months) by

North American Green, Evansville, IN or equal.

PART 3 EXECUTION

3.01 INSTALLATION

A. Sediment Fence Installation

1. Sediment fences shall be positioned as indicated on the Drawings and as necessary to

prevent off site movement of sediment produced by construction activities as directed by

the Engineer.

2. Dig trench approximately 6-in wide and 6-in deep along proposed fence lines.

3. Drive stakes, 6-ft on center (maximum) at back edge of trenches. Stakes shall be driven 2-

ft (minimum) into ground.

4. Hang filter fabric on posts carrying to bottom of trench with about 4-in of fabric laid across

bottom of trench. Stretch fabric fairly taut along fence length and maintain secure both

ways.

5. Backfill trench with excavated material and tamp.

6. Install pre-fabricated silt fence according to manufacturer's instructions.

B. Construct filter boxes as detailed on the Drawings, from 1/4-in woven wire mesh or hardware

cloth and wood. Fill with crushed stone and place over all drop inlets and manholes to storm

drain system as each inlet is completed. This should be done prior to setting casting, if there is a

Page 426: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02270 - 3 PCTS No. 13315

delay between installation of inlet structures or drain manholes and setting of castings. An

alternate method is to ring each inlet with a sediment fence.

C. Stone Filter Berm Installation

1. Place berm structural stone across channel just below lower sandbag wall at work area.

Face upstream side of structural berm with crushed stone.

D. Staging areas and access ways shall be surfaced with a minimum depth of 4-in of crushed stone.

3.02 MAINTENANCE AND INSPECTIONS

A. Inspections

1. Make a visual inspection of all erosion and sedimentation control devices once per week

and promptly after every rainstorm. If such inspection reveals that additional measures are

needed to prevent movement of sediment to offsite areas, promptly install additional

devices as needed. Sediment controls in need of maintenance shall be repaired promptly.

B. Device Maintenance

1. Sediment Fences

a. Remove accumulated sediment once it builds up to 1/2 of the height of the fabric.

b. Replace damaged fabric, or patch with a 2-ft minimum overlap.

c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed

to the fence.

2. Filter Boxes

a. Replace crushed stone when it becomes saturated with silt.

3. Stone Filter Berm

a. Muck out trapped silt from dewatering operations when it has built up to within 6-in

of the top of the berm.

b. Replace crushed stone filter when saturated with silt.

4. Add crushed stone to access ways and staging area as necessary to maintain a firm surface

free of ruts and mudholes.

3.03 TEMPORARY MULCHING

A. Apply temporary mulch to areas where rough grading has been completed but final grading is

not anticipated to begin within 30 days of the completion of rough grading.

B. Straw mulch shall be applied at rate of 100 lbs/1000 sq ft and tackified with latex acrylic

copolymer at a rate and diluted in a ratio per manufacturer's instructions.

3.04 EROSION CONTROL BLANKETS

A. Erosion control blankets shall be installed in all seeded drainage swales and ditches as shown on

the Drawings and as directed by the Engineer in accordance with manufacturer's instructions.

The area to be covered shall be properly prepared, fertilized and seeded with permanent

vegetation before the blanket is applied. When the blanket is unrolled, the netting shall be on

Page 427: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02270 - 4 PCTS No. 13315

top and the fibers in contact with the soil over the entire area. The blankets shall be applied in

the direction of water flow and stapled. Blankets shall be placed a minimum of three rows (of 4-

ft) wide (total approx. 12-ft width) within the drainage swale/ditch and stapled together in

accordance with manufacturer's instructions. Side overlaps shall be 4-in minimum. The staples

shall be made of wire, .091-in in diameter or greater, "U" shaped with legs 10-in in length and a

1-1/2-in crown. Commercial biodegradable stakes may also be used with prior approval by the

Engineer. The staples shall be driven vertically into the ground, spaced approximately two

linear feet apart, on each side, and one row in the center alternately spaced between each size.

Upper and lower ends of the matting shall be buried to a depth of 4-in in a trench. Erosion stops

shall be created every 25-ft by making a fold in the fabric and carrying the fold into a silt trench

across the full width of the blanket. The bottom of the fold shall be 4-in below the ground

surface. Staple on both sides of fold. Where the matting must be cut or more than one roll length

is required in the swale, turn down upper end of downstream roll into a slit trench to a depth of

4-in. Overlap lower end of upstream roll 4-in past edge of downstream roll and staple.

1. To ensure full contact with soil surface, roll matting with a roller weighing 100 lbs/ft of

width perpendicular to flow direction after seeding, placing matting and stapling.

Thoroughly inspect channel after completion. Correct any areas where matting does not

present a smooth surface in full contact with the soil below.

3.05 REMOVAL AND FINAL CLEANUP

A. Once the site has been fully stabilized against erosion, remove sediment control devices and all

accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas

disturbed during this process and stabilize against erosion with surfacing materials as indicated

on the Drawings.

END OF SECTION

Page 428: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02515 - 1 PCTS No. 13315

SECTION 02515

CONCRETE WALKWAYS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install concrete walkways

as shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Earthwork is included in Section 02200.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300 of the General conditions, copies of all materials

required to establish compliance with this Section. Submittals shall include the following:

1.04 REFERENCE STANDARDS

A. ASTM International

1. ASTM A185 - Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete

Reinforcement.

B. American Association of State Highway and Transportation Officials (AASHTO)

1. AASHTO M213 - Standard Specification for Preformed Expansion Joint Fillers for

Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous

Types)

C. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

PART 2 PRODUCTS

2.01 MATERIALS

A. Concrete shall be as specified in Section 03301, but in no case less than 3,500 psi at 28 days.

B. Welded wire fabric shall conform to ASTM A185 and shall be of size and gauge shown.

C. Expansion joint filler shall be bituminous type, 1/2-inch thick meeting AASHTO M-213-65.

D. Granular Fill Materials shall be as specified in Section 02230.

Page 429: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02515 - 2 PCTS No. 13315

PART 3 EXECUTION

3.01 INSTALLATION

A. The subgrade for walkways shall be shaped parallel to the proposed surface of the walkways

and thoroughly compacted. All depressions occurring shall be filled and again compacted until

the surface is smooth and hard.

B. After the subgrade has been prepared, a gravel base course shall be placed. After being

thoroughly compacted, the base course shall be at least 8-inches in thickness and parallel to the

proposed surface of the walkway.

C. Forms

1. Side and transverse forms shall be smooth, free from warp, of sufficient strength to resist

springing out of shape, of a depth to conform to the thickness of the walkway and of a type

satisfactory to the Consultant.

2. All mortar or dirt shall be completely removed from forms that have been previously used.

The forms shall be well staked and thoroughly braced and set to the established lines with

their upper edge conforming to the grade of the finished walk which shall have sufficient

pitch to provide for surface drainage, but not to exceed 1/4-inch/ ft.

3. All forms shall be oiled before placing concrete.

D. Wire Fabric Reinforcement

1. All wire fabric shall be stored off the ground and shall be protected from moisture and be

kept free from dirt, oil, or injurious coatings.

2. Splices in welded wire fabric shall be lapped not less than 1-1/2 courses or 12-inches,

whichever is greater. Wire fabric splices shall be tied together with wire ties as approved

spaced no more than 24-inches on center. Support as approved in middle of slab.

3. Before being placed in position, wire fabric shall be thoroughly cleaned of loose mill and

rust scale, dirt and other coatings, including ice, that reduce or destroy bond. Where there

is delay in depositing concrete after reinforcement is in place, fabric shall be reinspected

and cleaned when necessary.

4. In no case shall wire fabric be covered with concrete until the amount and position of the

fabric have been checked by the Consultant and their permission given to proceed with the

concreting.

E. Placing and Finishing Concrete

1. Concrete walkways shall be placed in alternate slabs not exceeding 30 ft. in length, except

as otherwise ordered. The slabs shall be separated by transverse, preformed expansion joint

filler.

2. Preformed expansion joint filler shall be placed adjacent to structures as directed.

Page 430: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02515 - 3 PCTS No. 13315

3. Concrete shall be placed in such quantity that, after being thoroughly consolidated in place,

it shall be 4-inches in depth. Finishing operations shall be delayed until all bled water and

water sheen has left the surface and concrete has started to stiffen. After water sheen has

disappeared, edging operations shall be completed. After edging and jointing operations,

the surface shall be floated with an aluminum or magnesium float. Immediately following

floating, the surface shall be steel troweled. If necessary, tooled joints and edges shall be

rerun before and after troweling to maintain uniformity. Finish with broom at right angles

to alignment of walk, then round all edges with 1/4-inch radius after brooming.

4. When completed, the walkways shall be kept moist and protected from traffic and weather

for at least three days.

END OF SECTION

Page 431: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02515 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 432: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02576 - 1 PCTS No. 13315

SECTION 02576

PAVEMENT REPAIR AND RESURFACING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment, and incidentals required to remove and replace pavements

or add new pavement access to roll-up doors as shown on the Drawings and specified herein.

B. This Section includes resurfacing of existing pavements damaged by the Contractor’s operations.

1.02 GENERAL

A. Refer to the General Conditions relative to photographs required prior to construction.

B. All damage, as a result of work under this Contract, done to existing structures, pavement,

driveways, paved areas, curbs and gutters, sidewalks, shrubbery, grass, trees, utility poles, utility

pipe lines, conduits, drains, catch basins, swales, ditches, signs, flagstones, or stabilized areas or

driveways and including all obstructions not specifically named herein, will be repaired in a

manner satisfactory to the Consultant. Bid prices will include the furnishing of all labor,

materials, equipment, and incidentals necessary for the cutting, repair, and restoration of the

damaged areas unless pay items for specific types of repair are included in the Bid Form.

C. The Contractor will keep the surface of the backfilled area of excavation in a safe condition and

level with the remaining pavement until the pavement is restored in the manner specified herein.

All surface irregularities that are dangerous or obstructive to traffic are to be removed. The repair

shall conform to Florida Department of Transportation and state requirements for pavement

repair and as described herein.

D. All materials and skillsets will be first class and nothing herein will be construed as to relieve the

Contractor from this responsibility. The County reserves the right to require soil bearing or

loading tests or materials tests, should the adequacy of the foundation or the quality of materials

used be questionable. Costs of these tests will be borne by the County, if found acceptable; the

costs of all failed tests will be borne by the Contractor.

E. All street and road repair will be made to the satisfaction of the County. The repaired areas will,

at a minimum, be similar to the original pavement and meet the approval of affected county and

state agencies.

1.03 QUALITY ASSURANCE

A. Applicable provisions of the Florida Department of Transportation "Standard Specifications for

Road and Bridge Construction," latest edition, and Supplemental Specifications hereunder

govern the work under this Section. The Florida Department of Transportation will hereafter be

referred to as FDOT.

1.04 MAINTENANCE

A. All pavement placed shall be maintained for a period of one year. During this period all areas

which have settled or are unsatisfactory for traffic shall be refilled and replaced.

Page 433: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02576 - 2 PCTS No. 13315

PART 2 PRODUCTS

2.01 MATERIALS

A. All materials utilized in flexible base pavement and base course will be as specified in the FDOT

"Standard Specifications for Road and Bridge Construction," latest edition.

PART 3 EXECUTION

3.01 CUTTING PAVEMENT

A. Before removing pavement, the pavement will be marked for cuts nearly paralleling pipe lines

and existing street lines. Asphalt pavement will be cut along the markings with a rotary saw.

B. No pavement will be machine pulled until completely broken and separated along the marked cuts.

C. The pavement adjacent to pipe line trenches will neither be disturbed nor damaged. If the

adjacent pavement is disturbed or damaged, irrespective of cause, the Contractor will remove the

damaged pavement and will replace it at their own expense.

3.02 GENERAL RESTORATION

A. The restoration of all existing pavements, curbs, etc., will be done by the Contractor and will be

replaced or rebuilt using the same type of construction as was in the original. The Contractor will

be responsible for restoring all such work, including subgrade and base courses where present.

The Contractor will obtain and pay for local or other governmental permits as may be necessary

for the opening of streets and will satisfy themselves as to any requirements other than those

herein set forth which may affect the type, quality and manner of carrying on the restoration of

surfaces by reason of jurisdiction of such governmental bodies.

B. All permanent pavement replacement will be completed by the substantial completion date as

specified in the Contract.

C. In all cases, the Contractor will be required to maintain, without additional compensation, all

permanent replacement of street paving, done by Contractor under this Contract until accepted

by the County, including the removal and replacement of such work wherever surface

depressions or underlying cavities result from settlement of trench backfill.

D. The Contractor will do all the final resurfacing or repaving of streets or roads, over the

excavations that Contractor has made and Contractor will be responsible for relaying paving

surfaces of roadbed that have failed or been damaged, at any time prior to acceptance by the

County on account of work done by Contractor and Contractor will resurface or repave over any

tunnel jacking, or boring excavation that will settle or break the surface, to the satisfaction of the

County and at the Contractor’s sole expense.

E. All repaving or resurfacing will be done in accordance with Florida Department of Transportation

Specifications.

Page 434: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02576 - 3 PCTS No. 13315

3.03 SUBGRADE COMPACTION

A. Subgrade compaction will be required for all roadways, parking areas and other areas to be paved

as shown on the Drawings and as specified herein. Compaction will be in accordance with

Section 160 of the FDOT Specifications. Minimum density of all compacted subgrade will be 95

percent of the modified proctor. The Town or their designated representative will be responsible

for testing the compacted sub-grade for compliance. No base course will be started until such

time as approved subgrade test results have been completed and approved by County/

Consultant. The compacted subgrade will be shaped to conform with the finished lines, grades

and cross sections indicated on the contract drawings.

3.04 STABILIZED BASE COURSE

A. A stabilized base course will be constructed on the compacted or stabilized sub-grade in

conformity with the lines, grades and typical cross sections.

3.05 PRIME AND TACK COATS

A. The work will consist of the application of bituminous prime and tack coats on the previously

prepared base course in accordance with Section 300 of the FDOT Specifications.

3.06 WEARING COURSE

A. The work will consist of the construction of plant-mixed hot bituminous pavement to the

thickness indicated in the Drawings conforming to Type SP-12.5” asphaltic concrete in

accordance with the FDOT Specifications.

3.07 TESTING

A. All field testing will be performed by an independent laboratory employed by the Contractor. All

materials will be tested and certified by the producer. Tests repeated because subgrade or base does

not meet specified compaction will be at the Contractor’s expense.

3.08 MISCELLANEOUS RESTORATION

A. Concrete curb or curb gutter will be restored to the existing height and cross section in full

sections or lengths between joints. Concrete will be as specified on the Drawings or Section

03301. Grassed shoulders will be restored to match the existing sections with sod of a type

matching the existing grass.

3.09 CLEANUP

A. After all repair and restoration or paving has been completed, all excess asphalt, dirt, and other

debris will be removed from the roadways. All existing storm sewers and inlets will be checked

and cleaned of any construction debris.

END OF SECTION

Page 435: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02576 - 4 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 436: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 1 PCTS No. 13315

SECTION 02616

DUCTILE IRON PIPE AND FITTINGS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required, install, and test ductile iron pipe

and fittings for yard piping as shown on the Drawings and as specified herein.

B. Yard piping shall include all piping and fittings extending outward, upward and downward into

the ground from the outside face of all buildings. Unless otherwise noted, non-buried pipe

outside a building shall be specified in Division 15. Yard piping shall begin at the outside face of

the buildings. The first joint shall be not more than 2-ft from the outside face of the building or

structure unless otherwise shown on the Drawings. Yard piping shall include all piping in valve

vaults, manholes, cleanouts and similar yard structures.

C. Piping shall be located substantially as shown on the Drawings. The Engineer reserves the right to

make such modifications in locations as may be found desirable to avoid interference between

pipes or for other reasons. Pipe fitting notation is for the Contractor's convenience and does not

relieve him/her from installing and jointing different or additional items where required to achieve

a complete piping system.

D. Where the word "pipe" is used it shall refer to pipe, fittings, or appurtenances unless otherwise

noted.

1.02 RELATED WORK

A. Delivery, Storage and Handling is included in Section 01600.

B. Trenching, Backfilling and Compaction is included in Section 02221

C. Granular Fill Material is included in Section 02230

D. Sedimentation and Erosion Control is included in Section 02270

E. Pavement Repair and Resurfacing is included in Section 02576.

1.03 SUBMITTALS

A. Submit shop drawings and product data, including piping layouts, design calculations, warranty

information, test reports, in accordance with Section 01300 and the referenced standards.

B. Submit design calculations in accordance with Paragraph 2.02 below signed by a Professional

Engineer.

C. Submit the name of the pipe and fitting suppliers and a list of materials to be furnished.

D. Prior to shipment of pipe, certified copies of mill tests confirming the type of materials used in

the pipe, and shop testing of pipe to show compliance with the requirements of the applicable

standards, along with a sworn affidavit of compliance that the pipe complies with the referenced

standards, shall be submitted.

Page 437: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 2 PCTS No. 13315

E. Submit copies of all shop tests, including hydrostatic tests.

F. Submit information on all warranties per Section 01740.

G. Submit shop drawings with a tabulated laying schedule which references stations and invert

elevations as shown on the Drawings as well as all fittings, bends, outlets, restrained joints, tees,

special deflection bells, adapters, solid sleeves and specials, along with the manufacturer's

drawings and specifications providing complete details of all items. The laying schedule shall

show pipe class, class coding, station limits and transition stations for various pipe classes. The

above shall be submitted to the Engineer for approval before manufacture and shipment. The

location of all pipes shall conform to the locations indicated on the Drawings. Full length pipe

may be supplied from inventory provided that all specification requirements are met. Shop

drawings shall include but not be limited to:

1. Complete and dimensional working drawings of all pipe layouts, including pipe stationing,

invert elevation at changes in grade or horizontal alignment, all elements of curves and

bends both in horizontal alignment and vertical position.

2. The grade of material; size, wall thickness, of the pipe and fittings and appurtenances, type

and location of fittings, specials, and valves; and the type and limits of the lining, lining

reinforcing and coating systems of the pipe and fittings. Methods and procedures

recommended by the coating manufacturer will be documented.

3. Joint details; methods and locations of supports and complete information concerning type,

size and location of all welds. Shop welds (no field welding will be allowed) will be clearly

differentiated and welds will be clearly detailed with preparation procedures for all pipe and

parent material comprising each weld. Critical welding procedures will be identified along

with methods for controlling welding stresses and distortions. Locations and proposed joint

details will also be clearly identified.

4. Method of manufacture of pipe; joint details, fittings and any specials.

5. All other pertinent information for all items to be furnished; product data to show

compliance of all couplings, supports, fittings, coatings and related items.

H. Submit anticipated production and delivery schedule.

I. Prior to shipment of pipe, submit a certified affidavit of compliance from the manufacturer

stating that the pipe, fittings, gaskets, linings and exterior coatings for this project have been

manufactured and tested in accordance with AWWA and ASTM standards and requirements

specified herein.

J. Submit handling procedures for all phases from finished fabrication through delivery including

storage, transportation, loading, and unloading. This will include storage at the project site and

required protection following installation prior to startup.

1.04 REFERENCE STANDARDS

A. ASTM International

1. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials

for High-Temperature Service.

Page 438: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 3 PCTS No. 13315

2. ASTM A194 - Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High-

Pressure and High-Temperature Service.

3. ASTM A242 -– Standard Specification for High-Strength Low-Allow Structural Steel

4. ASTM A307 -– Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI

Tensile Strength.

5. ASTM A674 -– Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for

Water or Other Liquids.

6. ASTM C150 - Standard Specification for Portland Cement.

B. American Water Works Association (AWWA)

1. AWWA C105 - Polyethylene Encasement for Ductile-Iron Pipe Systems.

2. AWWA C110 - Ductile-Iron and Gray-Iron Fittings, 3-in through 48-in for Water.

3. AWWA C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings.

4. AWWA C150 - Thickness Design of Ductile-Iron Pipe.

5. AWWA C151 - Ductile-Iron Pipe, Centrifugally Cast, for Water.

6. AWWA C115 - Flanged Ductile Iron Pipe With Ductile Iron or Grey Iron Threaded

Flanges.

7. AWWA C116 - Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior

surfaces of Ductile Iron and Grey Iron Fittings for Water Supply Service.

8. AWWA C153 - Ductile- Iron Compact Fittings, 3-in through 24-in and 54-in through 64-in,

for Water.

9. AWWA C550 - Protective Interior Coatings for Valves and Hydrants

10. AWWA C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances.

11. AWWA C606 - Grooved and Shouldered Joints.

12. AWWA C651 - Disinfecting Water Mains.

13. AWWA M41 - Ductile Iron Pipe and Fittings Manual of Water Supply Practices

C. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 QUALITY ASSURANCE

A. It is a requirement of these Contract Documents to have all of the ductile iron pipe under this

section designed and supplied by a single manufacturer rather than have selection and supply of

these items by a number of different manufacturers. Similarly, it is a requirement of these

Page 439: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 4 PCTS No. 13315

Contract Documents to have all of the ductile iron fittings under this section designed and

supplied by a single manufacturer rather than have selection and supply of these items by a

number of different manufacturers. All connections between the pipe and fittings shall be

compatible, as detailed in Paragraph 1.06.

B. Each length of ductile iron pipe supplied for the project shall be hydrostatically tested at the

point of manufacture to 500 psi for a duration of 10 seconds per AWWA C151. Testing may be

performed prior to machining bell and spigot. Failure of ductile iron pipe shall be defined as any

leak or rupture of the pipe wall. Certified test results shall be furnished in duplicate to the

Engineer prior to time of shipment.

C. All ductile-iron pipe and fittings to be installed under this project shall be inspected and tested at

the foundry as required by the standard specifications to which the material is manufactured.

Furnish in duplicate to the Engineer sworn certificates of such tests and their results at least 5

days prior to the shipment of the goods.

D. Inspection of the pipe and fittings will also be made by the Engineer or representative of the

Owner after delivery. The pipe shall be subject to rejection at any time on account of failure to

meet any of the Specification requirements even though pipe may have been accepted as

satisfactory at the place of manufacture. Pipe rejected after delivery (including defects from

manufacturing or delivery/transport) shall be marked for identification and shall immediately be

removed from the job at the Contractors expense.

E. All pipe and fittings to be installed under this Contract may be inspected at the plant for

compliance with this Section by an independent testing laboratory selected by the Owner at the

Owner's expense.

F. All pipe and fittings shall be marked in accordance with all applicable AWWA standards.

Legibly and permanently mark all pipe, fittings, specials and appurtenances to be consistent with

the laying schedule and marking drawings (if required) with the following information:

1. Manufacturer, date.

2. Size, type, class, or wall thickness.

3. AWWA Standard(s) produced to.

1.06 DESCRIPTION OF SYSTEMS

A. Pipe shall be made in the United States. Fittings may be made outside the United States, but shall

be supplied by one of the named pipe manufacturers or Engineer approved equal. Pipe and

fittings shall be as supplied by the American Cast Iron Pipe Co., U.S. Pipe and Foundry, Griffin

Pipe Products, all pipe divisions of the McWane Company or an approved equal who is a

member of the Ductile Iron Pipe Research Association (DIPRA). All ductile iron pipe shall be

supplied by a single manufacturer and all ductile iron fittings shall be supplied by a single

manufacturer. The fittings supplier shall certify in writing that their fittings are compatible with

the supplied brand of pipe.

B. Pipe is to be installed in those locations shown on the Drawings, and only where specifically

indicated.

C. Contractor is responsible for compatibility between joints of all items they supply.

Page 440: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 5 PCTS No. 13315

1.07 DELIVERY, STORAGE AND HANDLING

A. Care shall be taken in loading, transporting, and unloading to prevent injury to the pipe, pipe

linings and pipe coatings. See AWWA C600 and the referenced AWWA Standards for Shipping,

handling and storage procedures. All pipe and fittings shall be examined as noted in Division 1.

Damage to linings or coatings discovered during the examination shall be repaired to the

satisfaction of the Engineer at the cost of the Contractor, before proceeding with the work.

B. Pipe shall be transported to the job site on padded bunks or oak timbers and secured with steel

banding or nylon tie down straps to adequately protect the pipe and coating. Slings, hooks, or

pipe tongs or other devices acceptable to the Engineer shall be used in pipe handling. No

uncushioned ropes, chairs, wedges, cables or levers shall be used in handling finished pipe,

fittings or couplings. Under no circumstances shall the pipe or fittings be dropped or skidded

against each other. Care shall be taken to prevent marring the pipe coating. Padded wooden pipe

cradles, or chocks suitable for the protection of coatings shall be used between finished pipes and

beneath them when pipes are placed upon rough surfaces. Pipe shall not be stored on bare

ground unless soft sand berms are used to support the pipe and is approved by the Engineer.

C. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings and other

appurtenances shall be kept free from dirt, excessive corrosion or foreign matter at all times.

D. Pipe shall not be stacked higher than the limits recommended by its manufacturer. The bottom

tier shall be kept off the ground on timbers, rails, or concrete. Stacking shall conform to

manufacturer's recommendations and/or AWWA C600.

E. Gaskets for mechanical and push-on joints to be stored shall be placed in a cool location out of

direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used

on a first-in, first-out basis.

F. It shall be the responsibility of the Contractor to prevent damage to the linings and coatings that

might be caused by handling and/or onsite storage of the finished pipe at low temperatures (due

to embrittlement), high temperatures or direct sunlight.

PART 2 PRODUCTS

2.01 MATERIALS

A. Ductile iron pipe shall conform to AWWA C151. Pipe shall be supplied in standard lengths as

much as possible.

B. Thickness design shall be per AWWA C150 , except provide minimum Class 350 for piping 12-

in and smaller, provide minimum Class 350 for piping from 14 to 20-in and provide minimum

Class 250 for piping larger than 24-in. The pipe supplier shall perform thickness analysis as

referenced in Paragraph 2.02. All ductile iron pipe supplied shall meet the minimum wall

thickness and pressure class indicated on the drawings.

C. Ductile iron pipe for gravity sewer shall conform to ASTM A746 standards.

D. Ductile iron pipe shall be by U.S. Pipe and Foundry Company, Inc.; American Cast Iron Pipe

Company; or equal.

Page 441: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 6 PCTS No. 13315

2.02 DUCTILE IRON PIPE DESIGN

A. Ductile iron pipe shall have a minimum tensile strength of 60,000 psi with minimum yield

strength of 42,000 psi (per AWWA M-41). Design shall be done for external and internal

pressures separately using the larger of the two for the net design thickness. Additional

allowances shall be made for service allowance and casting tolerance per AWWA C150. The

pipe classes determined for various sizes and conditions shall provide the total calculated

thickness at a minimum or conform to minimum pipe class specified in Paragraph 2.01A2 above,

or as shown on the Drawings, whichever is greater.

B. Design for the net thickness for external loading shall be taken as the greater of the following

conditions:

1. 2-1/2-ft of cover with AASHTO H-20 wheel loads, with an impact factor of 1.5.

2. Depth from existing ground level of future proposed grade (whichever is greater) to top of

pipe as shown on the Drawings, with truck load.

3. Soil Density: 125 lbs/cu ft

4. Laying Conditions; AWWA C150, Type 2.

C. Design for the net thickness shall be based upon the following internal pressure conditions:

1. Design pressure: 150 psi

2. Surge allowance: 100 psi

3. Safety factor: 2

4. Total internal pressure design: 2 (150 + 100) = 500 psi

5. E': 300 psi

D. Copies of design calculations showing that the pipe meets all of the requirements specified

herein shall be furnished to the Engineer for approval during shop drawing review in accordance

with Section 01300. A yield strength of 42,000 psi shall be used during design calculations.

2.03 END TREATMENTS/JOINTS

A. All joints shall be restrained.

B. Ductile iron pipe/fitting joints shall be push-on rubber gasket type or rubber-gasket mechanical

joint per AWWA C111 in unrestrained areas. In restrained areas, both pipe and fitting joints

shall be push on rubber gasket, locking ring type restrained joints per the manufacturer' standard

described in Paragraph C. All gasket materials shall comply with Table 5-1 of AWWA M-41.

Rubber-gasket joints shall conform to AWWA C111. Gasket shall be of styrene butadiene rubber

(SBR).

C. Restraint for push on joint pipe shall be positive locking "Locked-type" joints manufactured by

the pipe and fitting manufacturer that utilize restraint independent of the joint gasket. Joints shall

be fabricated of heavy section ductile iron casting. Bolts and nuts shall be low carbon steel

Page 442: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 7 PCTS No. 13315

conforming to ASTM A193, Grade B7. Restraint for mechanical joint pipe shall use retainer

glands for restraining joint. Restrained push on joints shall be by one of the following or an

approved equal:

1. "TR Flex" by US Pipe and Foundry Company

2. "Lok-Ring, "Flex Ring (positive locking style)" by the American Cast Iron Pipe Company

3. Restrained pipe joints that achieve restraint by incorporating cut out sections in the wall of

the pipe shall have a minimum wall thickness at the point of the cut out that corresponds

with the minimum specified wall thickness for the rest of the pipe.

4. For up through 48-inch diameter ductile iron pipe only, the following may be used as an

alternative restraint system

a. The optional mechanical joint restraint shall be incorporated in the design of a follower

grand. The gland shall be manufactured of ductile iron conforming to ASTM A536.

Dimensions of the gland shall be such that it can be used with the standard mechanical

joint bell and tee-headed bolts, as specified with the pipe.

b. The restraint mechanism shall consist of numerous individually activated gripping

surfaces to maximize restraint capability. The gripping surfaces shall be wedges

designed to spread the bearing surfaces on the pipe. Actuation of the gripping wedges

shall be by torque limiting twist-off nuts sized same as T bolts for mechanical joints.

When the nut is sheared off, standard hex nut shall remain.

c. The restraint device for ductile iron pipe shall have a working pressure of at least 250

psi and a safety factor of 2:1.

d. Pipe manufacturer proprietary mechanical joint restraint systems that utilize a wedge

style gripping systems or a gland/ring positive restraint system will be considered

acceptable on a case by case basis as determined by the Engineer.

e. The restraint device shall be EBAA Iron Megalug Series 2100, or approved equal.

D. Threaded ductile iron flanges for ductile iron pipe shall be fabricated per AWWA C115 and

sealed during installation with a special high pressure, full face gasket per AWWA C111. At the

pipe manufacturer's option, the use of 250 lb pattern flanges, which are faced and drilled in

accordance with ANSI B16.1 may be substituted in order to match valves or other equipment

and/or to meet the required working pressure requirements. All flanges shall be rated for the

same pressure as the adjacent pipe in all cases. Compatibility of the flanges with the 250 lb class

and higher special class AWWA valves will the responsibility of the Contractor.

1. Flanges shall be pre drilled and then faced after being screwed onto the pipe, with flanges

true to 90 degrees of the pipe axis and shall be flush with the end of the pipe.

2. Gaskets shall be full face rubber, 1/8" thick SBR material. Such as American Torseal

Gasket, or approved equal. Special material ring gaskets such as those by Garlock or equal

may be required for pressures exceeding 250 for ANSI rated and custom flanges.

3. Flanged joints shall be supplied with bolts and nuts on one end, bolt studs with a nut at each

end, or studs with nuts on one end where the flange is tapped. The number and size of bolts

shall comply with the same standard as the flange. Bolts and nuts shall, except as otherwise

specified or noted in the Specifications or on the Drawings, comply with ASTM A193,

grade B7.

4. Blind flanges shall mate with regular flanges.

Page 443: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 8 PCTS No. 13315

5. Filler flanges and beveled flange fillers shall be furnished faced and drilled complete with

extra length bolts.

E. Couplings and Adapters

1. Sleeve type couplings shall be Dresser Style 38, 138 or equal by Ford Meter Box Co., Smith

Blair or Romac industries.

a. Buried sleeve-type couplings shall have a protective wrapping of "Denso" material by

DENSO Inc. of Texas or equal. Where "Denso" material is used, the joint shall be

packed up with "Densyl mastic" to give an even contour for wrapping with "Densopol"

tape. A 1.5 mm thick coating of "Denso" paste shall be applied followed by 100 mm or

more wide "Densopol" tape wound spirally around the joint with at least 50 percent

overlap.

2.04 FITTINGS

A. Pipe fittings shall be ductile iron with pressure rating of 350 psi for 24-in and smaller piping and

250 psi for 30-in and larger piping. Fittings shall meet the requirements of AWWA C110 or

AWWA C153 as applicable. Fittings shall have the same pressure rating, as a minimum, of the

connecting pipe.

B. Closures shall be made with mechanical joint ductile iron solid sleeves unless alternate approved

coupling systems as described in paragraph 2.03E are used and shall be located in straight runs

of pipe at minimum cover outside the limits of restrained joint sections. Location of closures

shall be subject to approval of the Engineer.

2.05 INTERIOR LINING

A. Ductile iron pipe and fittings shall have the same type of lining as specified herein.

B. Ductile iron pipe and fittings shall be lined with a ceramic-filled amine-cured epoxy, Protecto

401 by Induron. The lining thickness shall be 40 mils minimum. Application shall be performed

by an applicator approved by the coating manufacturer, in accordance with manufacturer's

instructions and under controlled conditions at the applicator's shop or the pipe manufacturer's

plant. Applicator shall submit a certified affidavit of compliance with manufacturer's instructions

and requirements specified herein.

2.06 EXTERIOR COATING

C. Buried pipe shall be installed with a bituminous coating in accordance with AWWA C151 and

C110 respectively.

PART 3 EXECUTION

3.01 GENERAL

A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe, lining or

coatings. Pipe and fittings shall not be dropped or skidded against each other. Slings, hooks or

pipe tongs shall be used for pipe handling. All pipe and fittings shall be examined before laying

and no piece shall be installed which is found to be defective. Any damage to the pipe, lining or

coatings shall be repaired per manufacturer's recommendations. Handling and laying of pipe and

fittings shall be in accordance with manufacturer's instruction and as specified herein.

Page 444: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 9 PCTS No. 13315

B. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a

sound pipe in a satisfactory manner. All pipe and fittings shall be thoroughly cleaned before

laying, shall be kept clean until they are used in the work and when installed or laid, shall

conform to the lines and grades required.

C. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings and other

appurtenances shall be kept free from dirt, excessive corrosion or foreign matter at all times.

D. Pipe shall not be stacked higher than the limits recommended by its manufacturer. The bottom

tier shall be kept off the ground on timbers, rails, or concrete. Stacking shall conform to

manufacturer's recommendations and/or AWWA C600.

E. Gaskets for mechanical and push-on joints to be stored shall be placed in a cool location out of

direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used

on a first-in, first-out basis.

3.02 INSTALLING DUCTILE IRON PIPE AND FITTINGS

C. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA

C600, except as otherwise specified herein. A firm, even bearing throughout the length of the

pipe shall be provided by digging bell holes at each joint and by tamping backfill materials at the

side of the pipe to the springline per details shown on the Drawings. Blocking will not be

permitted. If any defective pipe or fitting is discovered after it has been laid, it shall be removed

and replaced with a sound pipe or fitting in a satisfactory manner by the Contractor, at his/her

own expense.

1. All pipe and fittings shall be kept clean until they are used in the work and shall be sound

and thoroughly cleaned before laying. When laid, the pipe and fittings shall perform to the

lines and grades required. When laying is not in progress, including lunch breaks, open ends

of the pipe shall be closed by a watertight plug or other approved means. Sufficient backfill

shall be placed to prevent flotation. The deflection at joints shall not exceed that

recommended by the manufacturer.

2. All ductile iron pipe laid underground shall have a minimum of 3 of feet of cover unless

otherwise shown on the Drawings or as specified herein. Pipe shall be laid such that the

invert elevations shown on the Drawings are not exceeded.

3. Fittings, in addition to those shown on the Drawings shall be provided, where required, in

crossing utilities which may be encountered upon opening the trench. Solid sleeve closures

shall be installed at locations approved by the Engineer.

4. The pipe interior shall be maintained dry and broom clean throughout the construction

period.

5. When field cutting the pipe is required, the cutting shall be done by machine, leaving a

smooth cut at right angles to the axis of the pipe. The end of the cut pipe shall be beveled to

conform to the manufacturer's recommendations for the spigot end. Any coating removed

from the cut end shall be repaired according to manufacturer's recommendation and/or

Section 2.06 (whichever method is more stringent in the opinion of the Engineer). Cement

lining shall be undamaged. Cutting of restrained joint pipe will not be allowed, unless

approved at specific joints in conjunction with the use of restrainer glands by EBAA Iron or

field adaptable restrained joints. Where field cuts are permitted, the pipe to be cut shall be

Page 445: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 10 PCTS No. 13315

supplied by the factory as "gauged full length". Should full length gauged pipe be

unavailable, the pipe to be cut shall be field gauged at the location of the new spigot using a

measuring tape, or other means approved by the manufacturer, to verify that the diameter is

within the tolerances permitted in Table 1 of AWWA C151.

D. Jointing Ductile-Iron Pipe

1. Push-on joints shall be made in strict accordance with manufacturer's instructions, AWWA

C600 and Appendix B of AWWA C111. If there is conflict, the manufacturer's instructions

shall take precedence. Pipe shall be laid with bell ends looking ahead. A rubber gasket shall

be inserted in the groove of the bell end of the pipe. The joint surfaces shall be cleaned and

lubricated and the plain end of the pipe shall be aligned with the bell of the pipe to which it

is to be joined and pushed home. After joining the pipe, a metal feeler shall be used to make

certain that the rubber gasket is properly seated.

2. Mechanical joints shall be assembled in strict accordance with the manufacturer's

instructions, AWWA C600 and Appendix A of AWWA C111. If there is conflict, the

manufacturer's instructions shall take precedence. Pipe shall be laid with bell ends looking

ahead. To assemble the joints in the field, thoroughly clean and lubricate the joint surfaces

and rubber gasket. Bolts shall be tightened to the specified torques. Under no condition

shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure

greater leverage. After installation, bolts and nuts shall be encapsulated using wax sealing

tape per AWWA Standard C217, and install polyethylene encasement as specified.

3. Bolts in mechanical or restrained joints shall be tightened alternately and evenly. Restraint

for mechanical joint pipe shall use retainer glands for restraining joint. All restrained

mechanical joints shall be suitable for the specified test pressure.

4. Restrained joints shall be installed according to pipe manufacturer's instructions.

5. Flanged joints shall be assembled in strict accordance with the manufacturer's instructions

and Appendix C of AWWA C111. If there is conflict, the manufacturer's instructions shall

take precedence. Extreme care shall be taken to ensure that there is no restraint on opposite

ends of pipe or fitting, which would prevent uniform gasket compression, cause

unnecessary stress, bending or torsional strains, or distortion of flanges or flanged fittings.

Adjoining push on joints shall not be assembled until flanged joints have been tightened.

Flange bolts shall be tightened uniformly to compress the gasket uniformly and obtain a

seal. Flange bolts shall be left with approximately 1/2-inch projection beyond the face of the

nut after tightening. After installation bolts and nuts shall be encapsulated using wax sealing

tape per AWWA Standard C217 as specified.

6. Sleeve couplings shall only be installed for closure or as shown on the Drawings. Couplings

shall not be assembled until adjoining joints have been assembled. After installation, bolts

and nuts shall be encapsulated using wax sealing tape per AWWA Standard C217, and

install protective wrap recommended by the manufacturer or as required herein. Care shall

be exercised to insure that the insulating properties of insulating and dielectric couplings are

maintained.

E. All blowoffs, outlets, valves, fittings and other appurtenances required shall be set and jointed as

indicated on the Drawings in accordance with manufacturer's instructions.

Page 446: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 11 PCTS No. 13315

3.03 CONNECTIONS TO STRUCTURES

C. Wherever a pipe 3-in in diameter or larger passes from concrete to earth horizontally, two

flexible joints spaced from 2 to 4-ft apart depending on pipe size shall be installed, within 2-ft of

the exterior face of the wall, whether or not shown on the Drawings.

D. Unless otherwise specified, all pipes passing through a wall will utilize a wall sleeve designed to

pass the thrust through the wall via restrained piping.

E. Piping underneath structures shall be concrete encased.

3.04 FILLING AND TESTING

A. After installation, the pipe shall be tested for compliance as specified herein. Furnish all

necessary equipment and labor for the hydrostatic pressure test on the pipelines.

B. Submit detailed test procedures and method for Engineer's review. In general, testing shall be

conducted in accordance with AWWA C600. The method and procedures for performing the

hydrostatic pressure test shall be approved by the Engineer. Submit the plan for testing to the

Engineer at least 10 days before starting a test.

C. Pressure pipelines shall be subjected to a hydrostatic pressure of 1.25 times the working pressure

at the highest point along the test segment. This test pressure shall be maintained for a minimum

of 2 hours. The hydrostatic testing allowances shall not exceed those indicated in AWWA C600.

Provide suitable restrained bulkheads as required to complete the hydrostatic testing specified.

D. Contractor shall make any taps and furnish all necessary caps, plugs, etc., as may be required in

conjunction with performing the testing.

E. Gravity pipelines shall be subjected to hydrostatic pressure test as specified in AWWA C600.

F. All valves and valve boxes shall be properly located and installed and operable prior to testing.

Bulkheads shall be provided with a sufficient number of outlets for filling and draining the line

and for venting air.

G. Hydrostatic pressure tests shall conform to Section 5.2 of AWWA C600. Furnish gauges, meters,

pressure pumps and other equipment needed to fill the line slowly and perform the required

hydrostatic pressure tests.

H. The Owner will provide a source of supply from the existing treated water distribution system

for Contractor's use in filling the lines. An air break shall be maintained at all times between the

Owner's distribution system and the Contractor's equipment to prevent cross-connection. The

line shall be slowly filled with water and the specified test pressure shall be maintained in the

pipe for the entire test period by means of a pump furnished by the Contractor. Provide accurate

means for measuring the quantity of makeup water required to maintain this pressure. The

amount of water required is a measure of the leakage.

I. The Owner shall supply, at no cost to the Contractor, a maximum quantity of water equal to 110

percent of the volume of the pipelines for testing.

J. Duration of pressure test shall not be less than 2 hours. All leaks evident at the surface shall be

repaired and leakage eliminated regardless of the total leakage as shown by test. Lines which fail

Page 447: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02616 - 12 PCTS No. 13315

to meet tests shall be repaired and retested as necessary until test requirements are complied

with. Defective materials, pipes, valves and accessories shall be removed and replaced.

3.05 CLEANING

A. At the conclusion of the work, thoroughly clean all of the pipe by flushing with water or other

means to remove all dirt, stones, pieces of wood, or other material which may have entered

during the construction period. All debris shall be removed from the pipeline. The lowest

segment outlet shall be flushed last to assure debris removal.

B. After the pipe has been cleaned and if the groundwater level is above the pipe or water in the

pipe trench is above the pipe following a heavy rain, the Engineer will examine the pipe for

leaks. If defective pipes, fittings or joints are discovered at this time, they shall be repaired or

replaced by the Contractor.

END OF SECTION

Page 448: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 1 PCTS No. 13315

SECTION 02821

CHAIN-LINK FENCES AND GATES

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and design and deliver chain-

link fences and gates for the Project as shown on the Drawings and as specified herein.

B. The work includes:

1. Chain-link fences.

1.02 RELATED WORK

A. Concrete is included in Division 3.

1.03 SUBMITTALS

A. Submit in accordance with Section 01300.

B. Product Data: For each type of product indicated. Include construction details, material

descriptions, dimensions of individual components and profiles, and finishes for chain-link

fences and gates.

1. Fence and gate posts, rails, and fittings.

2. Chain-link fabric, reinforcements, and attachments.

C. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.

Show accessories, hardware, gate operation, and operational clearances.

D. Samples: For components with factory-applied color finishes.

1. Polymer-Coated Components: In 6-inch lengths for components and on full-sized units for

accessories.

E. Delegated-Design Submittal: For chain-link fences and gate framework indicated to comply

with performance requirements and design criteria, including analysis data signed and sealed by

the qualified professional engineer responsible for their preparation.

F. Qualification Data: For qualified factory-authorized service representative].

G. Product Certificates: For each type of chain-link fence and gate, from manufacturer.

H. Product Test Reports: For framing strength according to ASTM F 1043.

I. Field quality-control reports.

J. Warranty: Sample of special warranty.

Page 449: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 2 PCTS No. 13315

K. Operation and Maintenance Data: For the following to include in emergency, operation, and

maintenance manuals:

1. Polymer finishes.

2. Gate hardware.

3. Gate operator.

1.04 REFERENCE STANDARDS

A. American Society of Civil Engineers/Structural Engineering Institute

1. ASCE/SEI 7 - Minimum Design Loads for Buildings and Other Structures

B. ASTM International

1. ASTM A 121 - Specification for Zinc-Coated (Galvanized) Steel Barbed Wire

2. ASTM A 123/A 123M - Specification for Zinc (Hot-Dipped Galvanized) Coatings on Iron

and Steel Products

3. ASTM A 392 - Specification for Zinc-Coated Steel Chain Link Fence Fabric

4. ASTM A 491 - Specification for Aluminum-Coated Steel Chain Link Fence Fabric

5. ASTM A 653/A 653M - Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-

Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process

6. ASTM A 817 - Specification for Metallic-Coated Steel Wire for Chain Link Fence Fabric

and Marcelled Tension Wire

7. ASTM A 824 - Specification for Metallic-Coated Steel Marcelled Tension Wire for Use

with Chain Link Fence

8. ASTM B 211 - Specification for Aluminum and Aluminum-Alloy Bar, Rod, and Wire

9. ASTM B 429/B 429M - Specification for Aluminum-Alloy Extruded Structural Pipe and

Tube

10. ASTM C 1107 - for Packaged Dry, Hydraulic-Cement Grout (Nonshrink)

11. ASTM F 567 - Practice for Installation of Chain Link Fence

12. ASTM F 626 - Specification for Fence Fittings

13. ASTM F 668 - Specification for Poly(Vinyl Chloride) (PVC) and Other Organic Polymer-

Coated Steel Chain Link Fence Fabric

14. ASTM F 900 - Specification for Industrial and Commercial Swing Gates

Page 450: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 3 PCTS No. 13315

15. ASTM F 934 - Specification for Standard Colors for Polymer-Coated Chain Link Fence

Materials

16. ASTM F 1043 - Specification for Strength and Protective Coatings on Metal Industrial

Chain Link Fence Framework

17. ASTM F 1083 - Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized)

Welded, for Fence Structures

18. ASTM F 1183 - Specification for Aluminum Alloy Chain Link Fence Fabric

19. ASTM F 1184 - Specification for Industrial and Commercial Horizontal Slide Gates

20. ASTM F 1345 - Specification for Zinc-5% Aluminum-Mischmetal Alloy-Coated Steel

Chain Link Fence Fabric

21. ASTM F 1379 - Terminology Relating to Barbed Tape

22. ASTM F 1553 - Guide for Specifying Chain Link Fence

23. ASTM F 1664 - Specification for Poly(Vinyl Chloride) (PVC)-Coated Steel Tension Wire

Used with Chain Link Fence

24. ASTM F 1665 - Specification for Poly(Vinyl Chloride) (PVC)and Other Conforming

Organic Polymer-Coated Steel Barbed Wire Used with Chain Link Fence

25. ASTM F 1910 - Specification for Long Barbed Tape Obstacles

26. ASTM F 1911 - Practice for Installation of Barbed Tape

27. ASTM F 2200 - Specification for Automated Vehicular Gate Construction

C. Chain Link Fence Manufacturers Institute

1. CLFMI WLG 2445 - Guide for Selection of Line Post Spacings for Chain Link Fence

2. CLFMI Product Manual.

D. The Institute of Electrical and Electronics Engineers, Inc.

1. IEEE 81 - Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface

Potentials of a Ground System (Part 1)

2. IEEE C2 - National Electrical Safety Code

E. National Electrical Manufacturers Association

1. NEMA ICS 6 - Industrial Control and Systems Enclosures

2. NEMA MG 1 - Motors and Generators (Including Revisions 1 through 4)

Page 451: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 4 PCTS No. 13315

F. NFPA

1. NFPA 70 - National Electrical Code

2. NFPA 780 - Installation of Lightning Protection Systems

G. Underwriters Laboratories Inc.

1. UL 325 - Standard for Door, Drapery, Gate, Louver, and Window Operators and Systems

2. UL 467 - Safety Grounding and Bonding Equipment

H. U.S. Architectural & Transportation Barriers Compliance Board

1. Americans with Disabilities Act (ADA) and Architectural Barriers Act (ABA)

Accessibility Guidelines for Buildings and Facilities.

I. Where reference is made to one of the above or other referenced standards, the revisions in

effect at the time of bid opening shall apply.

1.05 PERFORMANCE REQUIREMENTS

A. Delegated Design: Design chain-link fences and gates, including comprehensive engineering

analysis by a qualified professional engineer, using performance requirements and design

criteria indicated.

B. Structural Performance: Chain-link fence and gate framework shall withstand the effects of

gravity loads and the following loads and stresses within limits and under conditions indicated

according to ASCE/SEI 7:

1. Minimum Post Size: Determine according to ASTM F 1043 for framework up to 12 feet

high, and post spacing not to exceed 10 feet for <Insert material group>.

2. Minimum Post Size and Maximum Spacing: Determine according to CLFMI WLG 2445,

based on mesh size and pattern specified and on the following:

a. Wind Loads: 143.

b. Exposure Category: C.

c. Fence Height: 8 feet.

d. Material Group: IA, ASTM F 1043, Schedule 40 steel pipe.

C. Lightning Protection System: Maximum grounding-resistance value of 25 ohms under normal

dry conditions.

1.06 QUALITY ASSURANCE

A. Testing Agency Qualifications: For testing fence grounding. Member company of NETA or an

NRTL.

1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site

testing.

Page 452: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 5 PCTS No. 13315

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,

by a qualified testing agency, and marked for intended location and application.

C. Emergency Access Requirements: Comply with requirements of authorities having jurisdiction

for gates with automatic gate operators serving as a required means of access.

D. Mockups: Build mockups to set quality standards for fabrication and installation.

1. Include 10-foot length of fence.

E. Pre-installation Conference: Conduct conference at Project site.

1. Inspect and discuss electrical roughing-in, equipment bases, and other preparatory work

specified elsewhere.

2. Review sequence of operation for each type of gate operator.

3. Review coordination of interlocked equipment specified in this Section and elsewhere.

4. Review required testing, inspecting, and certifying procedures.

1.07 PROJECT CONDITIONS

A. Field Measurements: Verify layout information for chain-link fences and gates shown on

Drawings in relation to property survey and existing structures. Verify dimensions by field

measurements.

1.08 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or

replace components of chain-link fences that fail in materials or workmanship within specified

warranty period.

1. Failures include, but are not limited to, the following:

a. Deterioration of metals, metal finishes, and other materials beyond normal

weathering.

2. Warranty Period: Five years from date of Substantial Completion.

PART 2 PRODUCTS

2.01 CHAIN-LINK FENCE FABRIC

A. General: Provide fabric in one-piece heights measured between top and bottom of outer edge of

selvage knuckle or twist. Comply with CLFMI Product Manual and with requirements indicated

below:

1. Fabric Height: As indicated on Drawings.

2. Steel Wire Fabric: Wire with a diameter of 0.148 inch.

a. Mesh Size: 2 inches.

Page 453: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 6 PCTS No. 13315

b. Zinc-Coated Fabric: ASTM A 392, Type II, Class 2, 2.0 oz./sq. ft. with zinc coating

applied after weaving.

c. Zn-5-Al-MM Aluminum-Mischmetal-Coated Fabric: ASTM F 1345, Type III, Class

2, 1.0 oz./sq. ft..

d. Polymer-Coated Fabric: ASTM F 668, Class 1 over Zn-5-Al-MM-alloy-coated steel

wire.

1) Color: Black, complying with ASTM F 934.

e. Coat selvage ends of fabric that is metallic coated before the weaving process with

manufacturer's standard clear protective coating.

3. Aluminum Wire Fabric: ASTM F 1183, with mill finish, and wire diameter of 0.148 inch.

a. Mesh Size: 2 inches.

4. Selvage: Knuckled at both selvages.

2.02 FENCE FRAMING

A. Posts and Rails: Comply with ASTM F 1043 for framing, including rails, braces, and line;

terminal; and corner posts. Provide members with minimum dimensions and wall thickness

according to ASTM F 1043 based on the following:

1. Fence Height: As indicated on Drawings.

2. Heavy Industrial Strength: Material Group IA, round steel pipe, Schedule 40.

a. Line Post: 2.375 inches in diameter.

b. End, Corner and Pull Post: 2.875 inches in diameter

3. Horizontal Framework Members: Intermediate, top and bottom rails complying with

ASTM F 1043.

a. Top Rail: 1.66 inches in diameter.

4. Brace Rails: Comply with ASTM F 1043.

5. Metallic Coating for Steel Framing:

a. Type A, consisting of not less than minimum 2.0-oz./sq. ft. average zinc coating per

ASTM A 123/A 123M or 4.0-oz./sq. ft. zinc coating per ASTM A 653/A 653M.

b. Type B, zinc with organic overcoat, consisting of a minimum of 0.9 oz./sq. ft. of zinc

after welding, a chromate conversion coating, and a clear, verifiable polymer film.

c. External, Type B, zinc with organic overcoat, consisting of a minimum of 0.9 oz./sq.

ft. of zinc after welding, a chromate conversion coating, and a clear, verifiable

polymer film. Internal, Type D, consisting of 81 percent, not less than 0.3-mil- thick,

zinc-pigmented coating.

d. Type C, Zn-5-Al-MM alloy, consisting of not less than 1.8-oz./sq. ft. coating.

e. Coatings: Any coating above.

6. Polymer coating over metallic coating.

a. Color: Black, complying with ASTM F 934.

Page 454: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 7 PCTS No. 13315

2.03 TENSION WIRE

A. Metallic-Coated Steel Wire: 0.177-inch- diameter, marcelled tension wire complying with

ASTM A 817 and ASTM A 824, with the following metallic coating:

1. Type I, aluminum coated (aluminized).

2. Type II, zinc coated (galvanized) by hot-dip process, with the following minimum coating

weight:

a. Class 3: Not less than 0.8 oz./sq. ft. of uncoated wire surface.

b. Class 4: Not less than 1.2 oz./sq. ft. of uncoated wire surface.

c. Class 5: Not less than 2 oz./sq. ft. of uncoated wire surface.

d. Matching chain-link fabric coating weight.

3. Type III, Zn-5-Al-MM alloy with the following minimum coating weight:

a. Class 60: Not less than 0.6 oz./sq. ft. of uncoated wire surface.

b. Class 100: Not less than 1 oz./sq. ft. of uncoated wire surface.

c. Matching chain-link fabric coating weight.

B. Polymer-Coated Steel Wire: 0.148-inch- diameter, tension wire complying with ASTM F 1664,

Class 1 overZn-5-Al-MM-alloy-coated steel wire.

1. Color: Black, complying with ASTM F 934.

C. Aluminum Wire: 0.192-inch- diameter tension wire, mill finished, complying with ASTM B

211, Alloy 6061-T94 with 50,000-psi minimum tensile strength.

2.04 FITTINGS

A. General: Comply with ASTM F 626.

B. Post Caps: Provide for each post.

1. Provide line post caps with loop to receive tension wire or top rail.

C. Rail and Brace Ends: For each gate, corner, pull, and end post.

D. Rail Fittings: Provide the following:

1. Top Rail Sleeves: Pressed-steel or round-steel tubing not less than 6 inches long.

2. Rail Clamps: Line and corner boulevard clamps for connecting intermediate and bottom

rails in the fence line-to-line posts.

E. Tension and Brace Bands: Pressed steel.

F. Tension Bars: Steel, length not less than 2 inches shorter than full height of chain-link fabric.

Provide one bar for each gate and end post, and two for each corner and pull post, unless fabric

is integrally woven into post.

G. Truss Rod Assemblies: Steel, hot-dip galvanized after threading rod and turnbuckle or other

means of adjustment.

Page 455: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 8 PCTS No. 13315

H. Tie Wires, Clips, and Fasteners: According to ASTM F 626.

1. Standard Round Wire Ties: For attaching chain-link fabric to posts, rails, and frames,

complying with the following:

a. Hot-Dip Galvanized Steel: 0.148-inch-diameter wire; galvanized coating thickness

matching coating thickness of chain-link fence fabric.

b. Aluminum: ASTM B 211; Alloy 1350-H19; 0.148-inch-diameter, mill-finished wire.

I. Finish:

1. Metallic Coating for Pressed Steel or Cast Iron: Not less than 1.2 oz. /sq. ft. zinc.

a. Polymer coating over metallic coating.

2. Aluminum: Mill finish.

2.05 PRIVACY SLATS

A. Material: PVC, UV-light stabilized, not less than 0.023-inch thick, sized to fit mesh specified

for direction indicated.

B. Color: Black

2.06 GROUT AND ANCHORING CEMENT

A. Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining, noncorrosive,

nongaseous grout complying with ASTM C 1107. Provide grout, recommended in writing by

manufacturer, for exterior applications.

B. Erosion-Resistant Anchoring Cement: Factory-packaged, nonshrink, nonstaining, hydraulic-

controlled expansion cement formulation for mixing with potable water at Project site to create

pourable anchoring, patching, and grouting compound. Provide formulation that is resistant to

erosion from water exposure without needing protection by a sealer or waterproof coating and

that is recommended in writing by manufacturer, for exterior applications.

2.07 FENCE GROUNDING

A. Conductors: Bare, solid wire for No. 6 AWG and smaller; stranded wire for No. 4 AWG and

larger.

1. Material above Finished Grade: Copper.

2. Material on or below Finished Grade: Copper.

3. Bonding Jumpers: Braided copper tape, 1 inch wide, woven of No. 30 AWG bare copper

wire, terminated with copper ferrules.

B. Connectors and Grounding Rods: Comply with UL 467.

1. Connectors for Below-Grade Use: Exothermic welded type.

2. Grounding Rods: Copper-clad steel, 5/8 by 96 inches.

Page 456: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 9 PCTS No. 13315

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine areas and conditions, with Installer present, for compliance with requirements for site

clearing, earthwork, pavement work, and other conditions affecting performance of the Work.

1. Do not begin installation before final grading is completed unless otherwise permitted by

Engineer.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 PREPARATION

A. Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 500 feet or

line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground

structures, benchmarks, and property monuments.

3.03 INSTALLATION, GENERAL

A. Install chain-link fencing to comply with ASTM F 567 and more stringent requirements

indicated.

1. Install fencing on established boundary lines inside property line.

3.04 CHAIN-LINK FENCE INSTALLATION

A. Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings indicated, in

firm, undisturbed soil.

B. Post Setting: Set posts in concrete at indicated spacing into firm, undisturbed soil.

1. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in

position during setting with concrete or mechanical devices.

2. Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp for

consolidation. Protect aboveground portion of posts from concrete splatter.

a. Exposed Concrete: Extend 2 inches above grade; shape and smooth to shed water.

b. Concealed Concrete: Top 2 inches below grade to allow covering with surface

material.

c. Posts Set into Concrete in Sleeves: Use steel pipe sleeves preset and anchored into

concrete for installing posts. After posts have been inserted into sleeves, fill annular

space between post and sleeve with nonshrink, nonmetallic grout, mixed and placed to

comply with anchoring material manufacturer's written instructions, and finished

sloped to drain water away from post.

d. Posts Set into Voids in Concrete: Form or core drill holes not less than 5 inches deep

and 3/4 inch larger than OD of post. Clean holes of loose material, insert posts, and

fill annular space between post and concrete with nonshrink, nonmetallic grout, mixed

and placed to comply with anchoring material manufacturer's written instructions, and

finished sloped to drain water away from post.

Page 457: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 10 PCTS No. 13315

3. Mechanically Driven Posts: Drive into soil to depth of36 inches. Protect post top to

prevent distortion.

C. Terminal Posts: Locate terminal end, corner, and gate posts per ASTM F 567 and terminal pull

posts at changes in horizontal or vertical alignment of 15 degrees or more.

D. Line Posts: Space line posts uniformly at 10 feet o.c.

E. Post Bracing and Intermediate Rails: Install according to ASTM F 567, maintaining plumb

position and alignment of fencing. Diagonally brace terminal posts to adjacent line posts with

truss rods and turnbuckles. Install braces at end and gate posts and at both sides of corner and

pull posts.

1. Locate horizontal braces at midheight of fabric 72 inches or higher, on fences with top rail

and at two-third fabric height on fences without top rail. Install so posts are plumb when

diagonal rod is under proper tension.

F. Tension Wire: Install according to ASTM F 567, maintaining plumb position and alignment of

fencing. Pull wire taut, without sags. Fasten fabric to tension wire with 0.120-inch- diameter

hog rings of same material and finish as fabric wire, spaced a maximum of 24 inches o.c. Install

tension wire in locations indicated before stretching fabric. Provide horizontal tension wire at

the following locations:

1. Extended along top and bottom of fence fabric. Install top tension wire through post cap

loops. Install bottom tension wire within 6 inches of bottom of fabric and tie to each post

with not less than same diameter and type of wire.

G. Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of

fencing. Run rail continuously through line post caps, bending to radius for curved runs and

terminating into rail end attached to posts or post caps fabricated to receive rail at terminal

posts. Provide expansion couplings as recommended in writing by fencing manufacturer.

H. Intermediate and Bottom Rails: Install and secure to posts with fittings.

I. Chain-Link Fabric: Apply fabric to outside of enclosing framework. Leave 2 inches between

finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to

posts, rails, and tension wires. Anchor to framework so fabric remains under tension after

pulling force is released.

J. Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts

with tension bands spaced not more than 15 inches o.c.

K. Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire

at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach

other end to chain-link fabric per ASTM F 626. Bend ends of wire to minimize hazard to

individuals and clothing.

1. Maximum Spacing: Tie fabric to line posts at 12 inches o.c. and to braces at 24 inches o.c.

L. Fasteners: Install nuts for tension bands and carriage bolts on the side of the fence opposite the

fabric side.

Page 458: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 11 PCTS No. 13315

M. Privacy Slats: Install slats in direction indicated, securely locked in place.

1. Vertically, for privacy factor of 90 to 95.

3.05 GROUNDING AND BONDING

A. Fence Grounding: Install as follows:

1. Fences within 100 Feet of Buildings, Structures, Walkways, and Roadways: Ground at

maximum intervals of 750 feet.

a. Gates and Other Fence Openings: Ground fence on each side of opening.

1) Bond metal gates to gate posts.

2) Bond across openings, with and without gates, except openings indicated as

intentional fence discontinuities. Use No. 2 AWG wire and bury it at least 18

inches below finished grade.

B. Protection at Crossings of Overhead Electrical Power Lines: Ground fence at location of

crossing and at a maximum distance of 150 feet on each side of crossing.

C. Fences Enclosing Electrical Power Distribution Equipment: Ground as required by IEEE C2

unless otherwise indicated.

D. Grounding Method: At each grounding location, drive a grounding rod vertically until the top is

6 inches below finished grade. Connect rod to fence with No. 6 AWG conductor. Connect

conductor to each fence component at the grounding location, including the following:

1. Make grounding connections to each barbed wire strand with wire-to-wire connectors

designed for this purpose.

2. Make grounding connections to each barbed tape coil with connectors designed for this

purpose.

E. Bonding Method for Gates: Connect bonding jumper between gate post and gate frame.

F. Connections: Make connections to minimize possibility of galvanic action or electrolysis.

Select connectors, connection hardware, conductors, and connection methods so metals in direct

contact will be galvanically compatible.

1. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make

contact points closer in order of galvanic series.

2. Make connections with clean, bare metal at points of contact.

3. Make aluminum-to-steel connections with stainless-steel separators and mechanical

clamps.

4. Make aluminum-to-galvanized-steel connections with tin-plated copper jumpers and

mechanical clamps.

5. Coat and seal connections having dissimilar metals with inert material to prevent future

penetration of moisture to contact surfaces.

Page 459: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02821 - 12 PCTS No. 13315

G. Bonding to Lightning Protection System: If fence terminates at lightning-protected building or

structure, ground the fence and bond the fence grounding conductor to lightning protection

down conductor or lightning protection grounding conductor complying with NFPA 780.

3.06 FIELD QUALITY CONTROL

A. Grounding-Resistance Testing: Engage a qualified testing agency to perform tests and

inspections.

1. Grounding-Resistance Tests: Subject completed grounding system to a megger test at each

grounding location. Measure grounding resistance no fewer than two full days after last

trace of precipitation, without soil having been moistened by any means other than natural

drainage or seepage and without chemical treatment or other artificial means of reducing

natural grounding resistance. Perform tests by two-point method according to IEEE 81.

2. Excessive Grounding Resistance: If resistance to grounding exceeds specified value,

notify Engineer promptly. Include recommendations for reducing grounding resistance and

a proposal to accomplish recommended work.

3. Report: Prepare test reports certified by a testing agency of grounding resistance at each

test location. Include observations of weather and other phenomena that may affect test

results.

3.07 ADJUSTING

A. Gates: Adjust gates to operate smoothly, easily, and quietly, free of binding, warp, excessive

deflection, distortion, nonalignment, misplacement, disruption, or malfunction, throughout

entire operational range. Confirm that latches and locks engage accurately and securely without

forcing or binding.

3.08 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's personnel to adjust, operate,

and maintain chain-link fences and gates.

END OF SECTION

Page 460: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02931 - 1 PCTS No. 13315

SECTION 02931

LOAMING AND SODDING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and provide erosion control and

place topsoil, finish grade, apply fertilizer, place sod and maintain all sodded areas as shown on

the Drawings and as specified herein, including all areas disturbed.

1.02 RELATED WORK

A. Site preparation is included in Section 02100.

B. Earthwork is included in Section 02200.

C. Erosion and sedimentation control is included in Section 02270.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, samples of all materials for inspection and

acceptance. Submittals shall include the following:

1. Full and complete written instructions for maintenance of the sodded areas to the Owner at

the time of provisional acceptance.

2. Sod grower's name and location and grass type for review and approval prior to delivery of

sod to the site.

3. Schedules for sodding and fertilizing to the Engineer for approval prior to performing the

work.

1.04 DELIVERY

A. Topsoil: Mix or amend topsoil, if required, prior to delivery to the site.

B. Fertilizer: Deliver to the site in original unopened containers, each showing the manufacturer's

guaranteed analysis conforming to applicable state fertilizer laws.

1.05 MAINTENANCE AND PROVISIONAL ACCEPTANCE

A. Keep all sodded areas watered, lawn areas mowed and all areas in good condition. Maintain all

sodded areas in an approved condition until provisional acceptance.

B. The Engineer will inspect all work for provisional acceptance at the end of the 10 week

maintenance period, upon the written request, received at least 10 days before the anticipated

date of inspection. The maintenance period must occur during the growing season between

March 15 and October 1 and shall include a minimum of three mowings.

C. The inspection by the Engineer will determine whether maintenance shall continue in any area

or manner.

Page 461: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02931 - 2 PCTS No. 13315

D. After all necessary corrective work and clean-up has been completed, and maintenance

instructions have been received by the Owner, the Engineer will certify in writing the

provisional acceptance of the lawn areas. Maintenance of lawns or parts of lawns shall cease on

receipt of provisional acceptance.

1.06 GUARANTEE PERIOD AND FINAL ACCEPTANCE

A. Guarantee all sodded areas for not less than six (6) months from the time of provisional

acceptance.

B. The Contractor shall guarantee the sod shall be alive, free from disease, and have a healthy

appearance at the end of the guarantee period.

C. At the end of the guarantee period, inspection will be made by the Engineer upon written

request submitted at least 10 days before the anticipated date. Renovate, resod and maintain

sodded areas not demonstrating satisfactory stands as specified herein and as determined by the

Engineer.

D. After all necessary corrective work has been completed, the Engineer will certify in writing the

final acceptance of the sodded areas.

PART 2 PRODUCTS

2.01 TOPSOIL

A. The topsoil shall consist of natural topsoil, free from subsoil, obtained from an area which has

never been stripped. Remove to a depth of 1-ft or less if subsoil is encountered. Topsoil shall be

of uniform quality free of hard clods, stiff clay, hardpan, sods, partially disintegrated stone,

cement, ashes, slag, concrete, tar residues, tarred paper, boards, chips, sticks and all other

undesirable material.

B. The topsoil shall be classified as a sandy loam by the USDA textural classification system

determined by sieve and pipette or hydrometer analysis. The topsoil shall contain 75 percent

sand by weight. The fine to medium sand fraction (0.10 to 0.50 mm in diameter) shall comprise

at least 90 percent of the sand fraction. No more than 3 percent of the soil shall be gravel (>1

mm <1-in in diameter).

C. The topsoil shall contain between 2 to 8 percent organic matter by weight determined by loss on

ignition of moisture free samples dried at 100 degrees C. To adjust organic matter content, the

soil may be amended, by the addition of composted leaf mold or peat moss. Use of organic

amendments is acceptable only if random soil sampling indicates thorough incorporation.

D. Do not destroy topsoil structure through excessive and unnecessary handling and compaction.

Inappropriate handling leading to the compaction or deterioration of soil structure will result in

rejection of topsoil for use.

2.02 SOIL CONDITIONERS

A. Fertilizer shall be commercial mixed free flowing granules or pelleted fertilizer, 10-20-10 (N-

P2O5-K2O) grade for lawn and 5-10-10 for wetland areas. At least 40 percent of the nitrogen in

the fertilizer used shall be in slowly available (organic) form.

Page 462: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02931 - 3 PCTS No. 13315

B. Fertilizer shall be a standard product complying with State and Federal fertilizer laws.

2.03 SOD

A. Sod shall be as grown by an established sod grower, as approved by the Engineer and shall be

St. Augustine Floratam.

B. Sod shall be vigorous, well rooted, healthy turf, free from insect pests, disease, weeds, other

grasses, stones, bare spots, burned spots and any other harmful or deleterious matter. Sod shall

be machine stripped at a uniform soil thickness of approximately 1-in and not less than 3/4-in.

The measurement for thickness shall not include top growth and thatch and shall be determined

at the time of cutting in the field.

C. Individual pieces of sod shall be cut to the supplier's standard width and length. Maximum

allowable deviation from standard widths and lengths shall be plus or minus 1/2-in on width and

plus or minus 5 percent on length. Broken rolls or torn or uneven rolls will not be acceptable.

D. Standard size sections of sod shall be strong enough to support their own weight and retain their

size and shape when suspended vertically from a firm grasp on the upper 10 percent of the

section.

E. Sod shall not be harvested or transplanted when moisture content (excessively dry or wet) may

adversely affect is survival.

F. Harvest, deliver and transplant sod within a period of 36 hours unless a suitable preservation

method is approved by the Engineer prior to delivery. Sod not transplanted within this period

shall be subject to inspection and approval by the Engineer prior to its installation.

G. Before stripping, mow sod uniformly at a height of 1-in to 2-1/2-in.

2.04 WATER

A. CONTRACTOR shall provide water free of substances harmful to plant growth; free from

chemicals or minerals that stain or discolor.

PART 3 EXECUTION

3.01 APPLICATION OF TOPSOIL AMENDMENTS

A. Unless otherwise shown on the Drawings, place topsoil to a minimum compacted depth of 6-in

on all parts of the site not covered with structures, pavement, or existing vegetation.

B. Do not handle or move topsoil when it is wet or frozen.

C. For all areas to be sodded:

1. Apply fertilizer (10-20-10) at the rate determined by the soil test or at 30 lbs/1000 sq ft.

D. The application of fertilizer may be performed hydraulically. Clean all structures and paved

areas of unwanted deposits of the mixture.

Page 463: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02931 - 4 PCTS No. 13315

3.02 INSTALLATION OF TOPSOIL

A. Maintain previously established grades, as shown on the Drawings, in a true and even condition.

B. Prepare subgrade by tilling prior to placement of topsoil to obtain a more satisfactory bond

between the two layers. Tillage operations shall be across the slope. Tillage shall not take place

on slopes steeper than 2 horizontal to 1 vertical or where tillage equipment cannot be operated.

Accomplish tillage by disking or harrowing to a depth of 9-in parallel to contours. Do not

perform tillage when the subgrade is frozen, excessively wet, extremely dry or in other

conditions which would not permit acceptable results. Rake the subgrade and remove all

rubbish, sticks, roots and stones larger than 2-in. Rake subgrade surfaces, or otherwise loosen,

immediately prior to covering surfaces with loam.

C. Place topsoil over approved areas to a depth sufficiently greater than required so that, after

natural settlement and light rolling, the complete work will conform to the lines, grades and

elevations shown on the Drawings. Do not spread loam in water or while it is frozen or muddy.

D. After topsoil has been spread, carefully prepare it by scarifying or harrowing and hand raking.

Remove all stiff clods, lumps, roots, litter and other foreign material from the loamed area and

dispose of it as approved. The areas shall also be free of smaller stones, in excessive quantities,

as determined by the Engineer. Then roll the whole surface with a hand roller weighing not

more than 100 lbs/ft of width. During the rolling, fill all depressions caused by settlement of

rolling with additional loam, regrade the surface and roll until a smooth and even finished grade

is created.

3.03 INSTALLATION OF SOD

A. Only perform sodding and conditioning during those periods within the seasons which are

normal for such work as determined by the weather, locally accepted practice and as approved

by the Engineer.

B. Perform sodding between the period of March 15 to June 1 or August 15 to October 1. Only

perform sodding during the period from October 2 to March 14 upon approval of the Engineer.

Only perform sodding during the period from June 1 to August 14 if irrigation is provided.

C. Perform sodding within 10 days following soil preparation.

D. During periods of higher than optimal temperature for species being specified and after all

unevenness in the soil surface has been corrected, lightly moisten the soil immediately prior to

laying the sod.

E. Lay the first row of sod in a straight line with subsequent rows placed parallel to and butted

tightly against each other. Stagger lateral joints. Exercise care to ensure that the sod is not

stretched or overlapped and that all joints are butted tight to prevent voids.

F. As sodding is completed in any one section, roll the entire section by making four passes with a

hand roller weighing not more than 100 lbs/ft of width.

G. Water sod immediately after transplanting to prevent excessive drying during progress of the

work. After rolling, thoroughly water the sod to a depth sufficient that the underside of the new

sod pad and soil immediately below the sod are thoroughly wet. Have adequate water available

Page 464: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02931 - 5 PCTS No. 13315

at the site prior to, during and after transplanting the sod. Keep the soil on soil pads moist at all

times. In the absence of adequate rainfall, water daily or as often as necessary after installation

and in sufficient quantities to maintain moist soil to a minimum depth of 4-in. Perform watering

during the heat of the day to help prevent wilting.

3.04 EROSION CONTROL

A. In order to prevent unnecessary erosion of newly topsoiled and graded slopes and unnecessary

siltation of drainage ways, carry out sodding as soon as a unit or portion of the project has been

satisfactorily completed. For the purpose of this project, a unit is defined as 10,000 sq ft. When

protection of newly loamed and graded areas is necessary at a time which is outside of the

normal seeding season, protect those areas by whatever means necessary, as approved by the

Engineer and prevent siltation in the areas beyond the Limit of Work.

B. When newly graded subgrade areas cannot be topsoiled and sodded because of season or

weather conditions and will remain exposed for more than 30 days, protect those areas against

erosion and washouts by temporary mulching. Prior to application of topsoil, thoroughly

incorporate any such materials applied for erosion control into the subgrade by discing. Apply

fertilizer prior to spreading of topsoil.

C. On slopes, provide against washouts by an approved method. Regrade and resod all washouts

that occur until a good sod is established, at no additional cost to the Owner.

END OF SECTION

Page 465: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 02931 - 6 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 466: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 1 PCTS No. 13315

SECTION 03180

CONCRETE COATING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The Contractor shall furnish and install all labor, materials, equipment, and incidentals required

to supply, install and test concrete coating on interior wall surfaces, slabs, and overhead slabs

exposed to wastewater and as indicated on the drawings and specified herein.

B. Concrete coating shall be designed and installed to protect concrete surfaces from corrosion.

C. It is the intent of these Specifications to coat the interior surfaces of the Wet Well and manholes as

required based on Contractor’s Inspection exposed to wastewater, including the walls, slabs and

underside of slabs above the waterline. These surfaces are exposed to H2S, humidity, water, other

components of raw wastewater, and the corrosive by-products formed above the water level.

1.02 SUBMITTALS

A. The Contractor shall submit for review, in accordance with Section 01300, complete detailed

shop drawings and a coating schedule for all materials furnished under this section.

B. The Manufacturer of the coating shall furnish an affidavit attesting to the successful use of its

material as a lining for concrete structures for a minimum period of 10 years in conditions

recognized as corrosive or otherwise detrimental to concrete.

C. Product Data: Submit manufacturer's product data for each coating, including generic

description, complete technical data, material safety data sheets (MSDS), surface preparation,

and application instructions.

D. Applicator’s Quality Assurance: Submit list of a minimum of 5 completed projects in in a

similar environment and of similar size and complexity to this Work. Include for each project:

1. Project name and location.

2. Name of owner.

3. Name of contractor.

4. Name of engineer.

5. Name of coating manufacturer.

6. Approximate area of coatings applied.

7. Date of completion.

E. Submit certification that the applicator has been trained in the handling, mixing and application

of the products to be used.

Page 467: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 2 PCTS No. 13315

F. Submit certification that the equipment to be used for applying the products has been approved

by the protective coating manufacturer and applicator personnel have been trained and certified

for proper use of the equipment.

G. Submit certification that the manufacturer’s representative is a NACE Level 3 Certified Coating

Inspector.

H. Warranty: Submit manufacturer’s standard warranty or a 1-year warranty (whichever is

greater).

1.03 REFERENCES

A. American Society for Testing and Materials (ASTM)

1. ASTM C1583 - Standard Test Method for Tensile Strength of Concrete Surfaces and the

Bond Strength or Tensile Strength of Concrete Repair and Overlay Materials by Direct

Tension (Pull-Off Method)

2. ASTM D16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products

3. ASTM D4258 - Standard Practice for Surface Cleaning Concrete for Coating

4. ASTM D4259 - Standard Practice for Abrading Concrete

5. ASTM D4260 - Standard Practice for Liquid and Gelled Acid Etching of Concrete

6. ASTM D4262 - Standard Test Method for pH of Chemically Cleaned or Etched Concrete

Surfaces

7. ASTM D4263 - Indicating Moisture in Concrete by the Plastic Sheet Method

8. ASTM D6677 - Standard Test Method for Evaluating Adhesion by Knife

9. ASTM D7234 - Standard Test Method for Pull-Off Adhesion Strength of Coatings Using

Portable Pull-Off Adhesion Testers

10. ASTM E1216 - Standard Practice for Sampling for Particulate Contamination by Tape Lift

11. ASTM E1575 - Standard Practice for Pressure Water Cleaning and Cutting

12. ASTM E1857 - Standard Guide for Selection of Cleaning Techniques for Masonry,

Concrete, and Stucco Surfaces

13. ASTM F1869 - Standard Test Method for Measuring Moisture Vapor Emission Rate of

Concrete

B. International Concrete Repair Institute (ICRI)

1. ICRI No. 210.3 - Guide for Using In-Situ Tensile Pull-Off Tests to Evaluate Bond of

Concrete Surface Materials

2. ICRI No. 310.2 - Concrete Surface Preparation

Page 468: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 3 PCTS No. 13315

3. ICRI Guideline No. 03732 - Selecting and Specifying Concrete Surface Preparation for

Sealers, Coatings, and Polymer Overlays.

C. The Society for Protective Coatings (SSPC)

1. SSPC-SP 13/NACE No. 6 - Surface Preparation of Concrete

2. SSPC-Guide No. 11 – Guide for Coating Concrete

3. SSPC-PA 2 - Measurement of Dry Paint Thickness with Magnetic Gages

4. SSPC VIS-1-89T - Pictorial Surface Preparation Standard

D. National Association of Corrosion Engineers (NACE)

1. RP0188-88 - Standard Recommended Practice for Discontinuing (Holiday) Testing of

Protective Coatings

E. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.04 DEFINITIONS

A. Definitions of Painting Terms: ASTM D16, unless otherwise specified.

B. Dry Film Thickness (DFT): Thickness of a coat of paint in fully cured state measured in mils

(1/1000 inch).

1.05 QUALITY ASSURANCE

A. Manufacturer’s Qualifications:

1. Specialize in manufacture of coatings with a minimum of 10 years successful experience.

2. Able to demonstrate successful performance on comparable projects.

3. Single Source Responsibility: Coatings and coating application accessories shall be

products of a single manufacturer.

B. Manufacturer Representative

1. The Contractor shall require the coating manufacturer to furnish a manufacturer’s qualified

technical representative to visit the project site for technical support as required and

ordered and as may be necessary to resolve field questions or problems attributable to or

associated with the manufacturer's products furnished under this Contract or the application

thereof.

2. The manufacturer’s representative shall be a NACE Level 3 Certified Coating Inspector.

C. Applicator’s Qualifications:

Page 469: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 4 PCTS No. 13315

1. The applicator must provide certification from the manufacturer that each person on the

application crew has been trained and certified by the coating manufacturer on the surface

preparation and application of the specific coating to be used.

2. Experienced in application of specified coatings for a minimum of 5 years on projects of

similar size and complexity to this Work.

3. Applicator's Personnel: Employ persons trained for application of specified coatings.

D. Pre-application Meeting: Convene a pre-application meeting one-week before start of

application of coating systems. Require attendance of parties directly affecting work of this

section, including Contractor, Engineer, applicator, and manufacturer’s representative. Review

the following:

1. Environmental requirements.

2. Protection of surfaces not scheduled to be coated.

3. Surface preparation.

a. Surface pH

b. Surface Profile

c. Surface Soundness

d. Surface Cleanliness

4. Application.

5. Inspection.

6. Repair.

7. Field quality control.

8. Cleaning.

9. Protection of coating systems.

10. One-year inspection.

11. Coordination with other work.

E. Inspection and Testing

1. All materials and work shall be accessible and subject to inspection by the Engineer and

the manufacturer’s representative.

2. The completed work shall be inspected visually by the manufacturer’s representative for

skips, holidays, hiding, uniform color and appearance, and other imperfections. All

defective work shall be corrected by the Contractor.

3. Coating integrity for coatings in immersion areas or subjected to splash and spillage shall

be determined in accordance with NACE RP0188-88 using the low voltage wet sponge test

method. All holidays will be clearly marked for repair.

Page 470: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 5 PCTS No. 13315

4. The Contractor shall furnish to the job site and use for coating inspection and make

available to the Engineer, the following test equipment:

a. Wet film thickness gauge.

b. Dry film thickness gauge (with certified thickness calibrator) equal to Mikrotest III;

Elcometer Inspector III; or Positest.

c. Surface Temperature Gauge.

d. Holiday Detector, low voltage type such as Tinker & Rasor Model M-1, Series 9533.

e. SSPC VIS-1-89T "Pictorial Surface Preparation Standard."

f. Keane-Tator Surface Comparator Number 372, or equal.

g. NBS Certified Coating Thickness Standards.

h. Sling Psychrometer.

i. Surface moisture metering device equal to Delmhors Model DB.

F. Warranty Inspection

1. A warranty inspection shall be conducted during the 11th month following completion of

all coating work. The Contractor, coating subcontractor, and a representative of the coating

material manufacturer shall attend this inspection with the Engineer and representative of

the Owner.

2. All defective work shall be repaired in accordance with these specifications and to the

satisfaction of the Engineer. The Owner may, by written notice to the Contractor,

reschedule the warranty inspection to another date within the 1-year correction period or

may cancel the warranty inspection altogether. If a warranty inspection is not held, the

Contractor is not relieved of his responsibilities under the Contract Documents.

1.06 DELIVERY, STORAGE AND HANDLING

A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and

packaging, with labels clearly identifying:

1. Coating or material name.

2. Manufacturer.

3. Color name and number.

4. Batch or lot number.

5. Date of manufacture.

6. Mixing and thinning instructions.

B. Storage:

1. Store materials in a clean dry area and within temperature range in accordance with

manufacturer's instructions.

2. Keep containers sealed until ready for use.

3. Do not use materials beyond manufacturer’s shelf life limits.

Page 471: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 6 PCTS No. 13315

C. Handling: Protect materials during handling and application to prevent damage or

contamination.

1.07 ENVIRONMENTAL REQUIREMENTS

A. Weather:

1. Air and Surface Temperatures: Prepare surfaces and apply and cure coatings within air and

surface temperature range in accordance with manufacturer’s instructions.

2. Surface Temperature: Minimum of 5 degrees F (3 degrees C) above dew point.

3. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity

range in accordance with manufacturer’s instructions.

4. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist.

5. Wind: Do not spray coatings if wind velocity is above manufacturer’s limit.

B. Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas.

C. Dust and Contaminants:

1. Schedule coating work to avoid excessive dust and airborne contaminants.

2. Protect work areas from excessive dust and airborne contaminants during coating

application and curing.

D. Cold Weather Construction

1. All coatings shall be at room temperature before applying, and no painting shall be done

when the temperature is below 40 degrees F, in dust-laden air, when rain or snow is falling,

or until all traces of moisture have completely disappeared from the surface to be painted.

Lower temperatures will only be allowed with written instructions from the coating

manufacturer.

PART 2 PRODUCTS

2.01 MATERIALS

A. The coating shall be Uroflex as manufactured by Epoxytec, Hollywood, FL; or approved equal.

2.02 ACCESSORIES

A. Coating Application Accessories:

1. Accessories required for application of specified coatings in accordance with

manufacturer’s instructions, including thinners.

2. Products of coating manufacturer.

Page 472: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 7 PCTS No. 13315

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine areas and conditions under which coating systems are to be applied. Notify Engineer

of areas or conditions not acceptable. Do not begin surface preparation or application until

unacceptable areas or conditions have been corrected.

3.02 SURFACE PREPARATION OF CONCRETE

A. All Concrete surfaces:

1. Prepare concrete surfaces in accordance with manufacturer’s instructions, SSPC-SP

13/NACE No. 6, and ICRI 03732. Acceptance of concrete surface preparation shall include

evaluation of pH, soundness, cleanliness, and surface profile.

2. Test concrete for moisture in accordance with ASTM D 4263. One test shall be completed

for every 500 square feet or part thereof. Application of coating must begin within 12

hours after the test is completed; otherwise, a new test must be done.

3. All surfaces of the concrete must be either abrasive-blasted using 16-30 mesh sand, or hydro-

blasted. All surfaces must be dry prior to application. Coating MANUFACTURER shall

provide standard testing procedures, such as ASTM-D4263, to determine if excess moisture is

present in the concrete.

4. Suitably finished concrete must have a uniform surface texture exposing fine aggregate, and

resembling coarse sandpaper. If surface texture is not uniform in appearance, repeat surface

preparation procedure until the desired surface is obtained.

5. Fill holes, pits, voids, and cracks with approved Filler and Surfacer. Use filler and surfacer

recommended by the coating manufacturer.

6. If sandblasting is used as the method of surface preparation, remove all sand and debris by

thoroughly vacuuming the area. If hydroblasting is used, all surfaces must be surface dry

without any standing water prior to application of coating.

7. Old Concrete - Prior to application of the coating, old concrete must be examined to see that it

is free of loose particles, oils, grease, chemical contaminants and previously applied paints or

protective coatings. Chemical cleaning or mechanical scarifiers can be used to remove such

surface contaminants.

8. Concrete contaminated with acids, oils, grease, or fats - Spread powdered soda ash or

trisodium phosphate on the surface and wet down with warm water. Scrub surface vigorously

with power scrubber or steel bristle brushes to remove all loose cement and/or aggregate.

Allow to stand 10 minutes. Flush with clean water and check pH. Repeat this procedure if

necessary until a slightly alkaline surface is obtained. (A pH between 10 and 12 is ideal). Dry

thoroughly.

9. Concrete contaminated with alkalis - Remove excess alkalis by steam cleaning or flushing

with high pressure water. Scrub surface with a strong commercial detergent using 1 pound

Page 473: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 8 PCTS No. 13315

per gallon of warm water. Use power scrubber or steel bristle brushes to remove all loose

cement and/or aggregate. Flush with clean water. Dry thoroughly.

10. After the concrete has been treated in this manner, follow either sandblasting or hydroblasting

procedures described under new concrete section above. All concrete to receive the coating

must be surface dry with no standing water and free of contaminants that would affect the

bond of the corrosion-resistant polymer lining to the concrete.

3.03 APPLICATION

A. Apply coatings in accordance with manufacturer's instructions.

B. Mix and thin coatings, including multi-component materials, in accordance with manufacturer’s

instructions.

C. Keep containers closed when not in use to avoid contamination.

D. Do not use mixed coatings beyond pot life limits.

E. Once the compound has begun to set, it cannot be recovered by adding more liquid; such material

must be discarded.

F. Never add water, Portland cement, or any other additive or adulterant to any component or the

mixed compound.

G. Use application equipment, tools, pressure settings, and techniques in accordance with

manufacturer’s instructions.

H. Uniformly apply coatings at spreading rate required to achieve a minimum 125 mil DFT

thickness.

I. Apply coatings to be free of film characteristics or defects that would adversely affect

performance or appearance of coating systems.

J. Stripe paint with brush critical locations on aluminum such as welds, corners, and edges using

specified primer.

K. Curing - CONTRACTOR shall not allow water or chemicals on the coating for a minimum of 24

hours at 70oF. For temperatures below 70oF, cure a minimum of 48 hours prior to water or

chemical exposure.

3.04 REPAIR

A. Materials and Surfaces Not Scheduled to Be Coated: Repair or replace damaged materials and

surfaces not scheduled to be coated.

B. Damaged Coatings: Touch-up or repair damaged coatings. Touch-up of minor damage shall be

acceptable where result is not visibly different from adjacent surfaces. Recoat entire surface

where touch-up result is visibly different, either in sheen, texture, or color.

Page 474: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 9 PCTS No. 13315

C. Coating Defects: Repair in accordance with manufacturer’s instructions coatings that exhibit

film characteristics or defects that would adversely affect performance or appearance of coating

systems.

3.05 FIELD QUALITY CONTROL

A. Manufacturer’s Field Services: Manufacturer’s representative shall provide technical assistance

and guidance for surface preparation and application of coating systems. Manufacturer’s

representative shall hold point inspections to review surface preparation prior to application of

coatings.

B. Quality Control Testing After Coating Application

C. Contractor shall perform low voltage spark testing (ASTM D5162, Method A) for coating less

than 20 mil in thickness and high voltage spark testing (ASTM D5162, Method B) for coating

greater than or equal to 20 mil in thickness. Owner Representative and Manufacturer’s

Representative shall be present. All pinholes, holidays, or other defects shall be repaired in

accordance with the manufacturer’s recommendations and Engineer’s approval. All repairs and

costs associated are the responsibility of the Contractor.

D. Adhesion of the coating to the substrate shall be measured in accordance with ASTM D6677.

Adhesion tests must meet a minimum scale rating of 6. One adhesion test shall be completed for

every 500 square feet of surface area or part thereof. All costs shall be the responsibility of the

Contractor.

3.06 CLEANING

A. Remove temporary coverings and protection of surrounding areas and surfaces.

3.07 PROTECTION OF COATING SYSTEMS

A. Protect surfaces of coating systems from damage during construction.

3.08 ONE-YEAR INSPECTION

A. Owner will set date for one-year inspection of coating systems.

B. Inspection shall be attended by Owner, Contractor, Engineer, and manufacturer’s representative.

C. Repair deficiencies in coating systems as determined by Engineer in accordance with

manufacturer’s instructions.

END OF SECTION

Page 475: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03180 - 10 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 476: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 1 PCTS No. 13315

SECTION 03301

CONCRETE AND REINFORCING STEEL

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install all concrete work

complete as shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Grout is included in Section 03600.

B. Modifications to existing concrete are included in Section 03740.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, shop drawings and product data for:

1. Placing drawings and bar bending details in conformity with the recommendations of ACI

315.

2. Technical data on all materials and components.

3. Material Safety Data Sheets (MSDS) for all concrete admixtures and curing agents.

B. Test Reports

1. Sieve analysis, mechanical properties and deleterious substance content for fine and coarse

aggregates.

2. Concrete mixes: For each formulation of concrete proposed for use, submit constituent

quantities per cubic yard, water cementitious ratio, concrete slump, type and manufacturer

of cement. Provide either a. or b., below, for each mix proposed.

a. Standard deviation data for concrete mixes based on statistical records.

b. Water cementitious ratio curve for concrete mixes based on laboratory tests. Provide

average cylinder strength test results at 7 and 28 days for laboratory concrete mix

designs. Provide results of 14 day tests if available.

C. Certifications

1. Certify that admixtures used in the same concrete mix are compatible with each other and

the aggregates.

2. Certificate of conformance for concrete production facilities from NRMCA.

1.04 REFERENCE STANDARDS

A. ASTM International

1. ASTM A82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.

Page 477: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 2 PCTS No. 13315

2. ASTM A185 - Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete

Reinforcement.

3. ASTM A615 - Standard Specification for Deformed and Plain Carbon-Steel Bars for

Concrete Reinforcement.

4. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the

Field.

5. ASTM C33 - Standard Specification for Concrete Aggregates.

6. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete

Specimens.

7. ASTM C94 - Standard Specification for Ready-Mixed Concrete.

8. ASTM C143 - Standard Test Method for Slump of Hydraulic-Cement Concrete

9. ASTM C150 - Standard Specification for Portland Cement

10. ASTM C173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the

Volumetric Method.

11. ASTM C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the

Pressure Method.

12. ASTM C260 - Standard Specification for Air-Entraining Admixtures for Concrete.

13. ASTM C311 - Standard Test Methods for Sampling and Testing Fly Ash or Natural

Pozzolans for Use as a Mineral Admixture in Portland-Cement Concrete.

14. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete.

15. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural

Pozzolan for Use in Portland Cement Concrete.

B. American Concrete Institute (ACI).

1. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight and

Mass Concrete.

2. ACI 232.2R - Use of Fly Ash in Concrete

3. ACI 301 - Specification for Structural Concrete.

4. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete.

5. ACI 305R - Hot Weather Concreting.

6. ACI 306R - Cold Weather Concreting.

7. ACI 315 - Details and Detailing of Concrete Reinforcement.

Page 478: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 3 PCTS No. 13315

8. ACI 318 - Building Code Requirements for Structural Concrete.

9. ACI 350 - Code Requirement for Environmental Engineering Concrete Structures.

C. Concrete Reinforcing Steel Institute (CRSI)

1. MSP - Manual of Standard Practice

D. National Ready Mixed Concrete Association (NRMCA)

1. Quality Control Manual, Section 3- Certification of Ready Mixed Concrete Production

Facilities

E. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 QUALITY ASSURANCE

A. Comply with ACI 318, ACI 350 and other stated specifications, codes and standards. Apply the

most stringent requirements of stated specifications, codes, standards, and this Section when

conflicts exist.

B. If, during the progress of the work, it is impossible to secure concrete of the specified

workability and strength with the materials being furnished, the Engineer may order such

changes in proportions or materials, or both, as may be necessary to secure the specified

properties. Make all changes so ordered at the no additional cost to the Owner.

C. All field testing and inspection services and related laboratory tests required will be provided by

the Owner. The cost of such work will be paid for by the Owner. Methods of testing will

comply with the latest applicable ASTM methods.

D. Develop concrete mixes and their testing by an independent testing laboratory engaged by and

at the expense of the Contractor. Methods of testing shall comply with the latest applicable

ASTM methods.

1.06 DELIVERY, STORAGE AND HANDLING

A. Ship and store reinforcing steel with bars of the same size and shape fastened in bundles with

durable tags, marked in a legible manner with waterproof markings showing the same

designations as those shown on the submitted placement drawings. Provide reinforcing steel

free from mill scale, loose rust, mud, dirt, grease, oil, ice or other foreign matter. Store off the

ground, protect from moisture and keep free from rust, mud, dirt, grease, oil, ice or other

injurious contaminants.

B. Store products in conformity with the manufacturer's recommendations.

C. Store or stockpile sand, aggregates, cement and fly ash in conformity with ACI 301.

Page 479: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 4 PCTS No. 13315

PART 2 PRODUCTS

2.01 GENERAL

A. The use of manufacturer's name and model or catalog number is for the purpose of establishing

the standard of quality and general configuration desired.

B. Like items of materials shall be the end products of one manufacturer in order to provide

standardization for appearance, maintenance and manufacturer's service.

C. Materials shall comply with this Section and any applicable State or local requirements.

2.02 MATERIALS

A. Cement: Domestic portland cement conforming to ASTM C150. Do not use air entraining

cements. The allowable types of cement for each class of concrete are shown in Table 1.

B. Fine Aggregate: Washed inert natural sand conforming to ASTM C33.

C. Coarse Aggregate: Well-graded crushed stone or washed gravel conforming to ASTM C33, size

57. Limits of deleterious substances and physical property requirements as listed in ASTM C33,

Table 4 for severe weathering regions.

D. Water: Potable water free of oil, acid, alkali, salts, chlorides, (except those attributable to

drinking water) organic matter, or other deleterious substances.

E. Admixtures: Use admixtures free of chlorides and alkalis (except for those attributable to

drinking water). The admixtures shall be from the same manufacturer when it is required to use

more than one admixture in the same concrete mix. Use admixtures compatible with the

concrete mix including other admixtures.

1. Air Entraining Admixture: Conforming to ASTM C260. Proportion and mix in accordance

with manufacturer's recommendations.

2. Water Reducing Admixture: Conforming to ASTM C494, Type A. Proportion and mix in

accordance with manufacturer's recommendations.

3. Do not use admixtures causing retarded or accelerated setting of concrete without written

approval from the Engineer. Use retarding or accelerating water reducing admixtures when

so approved.

F. Fly Ash: Class F fly ash complying with ASTM C618, including the requirements of Table 1

but with the Loss of Ignition (LOI) limited to 3 percent maximum and the optional physical

requirements of Table 3.

G. Deformed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars.

H. Welded Steel Wire Fabric: Conforming to ASTM A185.

I. Reinforcing Steel Accessories

1. Plastic Protected Wire Bar Supports: CRSI Bar Supports, Class 1 - Maximum Protection.

Page 480: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 5 PCTS No. 13315

2. Stainless Steel Protected Wire Bar Supports: CRSI Bar Supports, Class 2 - Moderate

Protection with legs made wholly from stainless steel wire.

3. Precast Concrete Bar Supports: CRSI Bar Supports, Precast Concrete Bar Supports. Precast

concrete blocks that have equal or greater strength than the surrounding concrete.

J. Tie Wires for reinforcement: 16 gauge or heavier black annealed wire.

K. Premolded Joint Filler

1. Premolded Joint Filler – Structures: Self-expanding cork premolded joint filler conforming

to ASTM D1752, Type III. Provide 1-in thickness unless otherwise indicated on the

Drawings.

L. Sealant

1. Provide sealant for joints in horizontal surfaces conforming to ASTM C920, Type S or M,

Grade P or NS, Class 25. Provide sealant for joints in sloping and vertical surfaces

conforming to ASTM C920, Type S or M, Grade NS, Class 25. Provide Use T sealant in

pedestrian and vehicular traffic areas and Use NT in non-traffic areas.

2.03 MIXES

A. Select proportions of ingredients to meet the design strength and materials limits specified in

Table 1 and to produce placeable, durable concrete conforming to these Specifications.

Proportion ingredients to produce a homogenous mixture which will readily work into corners

and angles of forms and around reinforcement without permitting materials to segregate or

allowing free water to collect on the surface.

B. Base concrete mixes on standard deviation data of prior mixes with essentially the same

proportions of the same constituents or, if not available, develop concrete mixes by laboratory

tests using the materials proposed for the work.

C. Compression Tests: Provide testing of the proposed concrete mix or mixes to demonstrate

compliance with the compression strength requirements in conformity with the provisions of

ACI 318.

D. Entrained air, as measured by ASTM C231, shall be as shown in Table 1.

E. Slump of the concrete as measured by ASTM C143, shall be as shown in Table 1.

F. Proportion admixtures according to the manufacturer's recommendations. Two or more

admixtures specified may be used in the same mix provided that the admixtures in combination

retain full efficiency and have no deleterious effect on the concrete or on the properties of the

other admixture(s).

TABLE 1

Class

Design

Strength

(1)

Cement

ASTM

C150

Cementitious

Content

(2)

W/C

(3)

WR

(4)

Fly Ash

(5)

Slump

Range

Inches

Page 481: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 6 PCTS No. 13315

A 2500 Type II 440 0.62 max Yes Yes 1-4

E 4500 Type II 580 0.42 max Yes Yes 3-5

TABLE 1 NOTES:

(1) Minimum compressive strength in psi at 28 days

(2) Minimum cementitious content in lbs per cubic yard (where fly ash is used, cementitious content

is defined as cement content plus fly ash content)

(3) W/C is Maximum Water Cementitious ratio by weight

(4) WR is water reducing admixture

(5) Fly ash content in the range of 20-25 percent of the total cement content plus fly ash content, by

weight

(6) All concrete classes shall have 3.5 to 5 percent air entrainment.

2.04 MEASURING, BATCHING, MIXING AND TRANSPORTING CONCRETE

A. Measure, batch, mix and transport concrete in conformance with ASTM C94 and the

requirements herein or as otherwise approved in writing by the Engineer.

B. Ready-mixed concrete, whether produced by a concrete supplier or the Contractor shall

conform to the requirements above. Do not hand mix.

C. Dispense admixtures into the batch in conformity with the recommendations of the admixture

manufacturer.

D. Mix concrete until there is uniform distribution of the materials and discharge completely

before the mixer is recharged. The mixer shall be rotated at a speed recommended by the mixer

manufacturer and mixing shall be continued for at least 1-1/2 minutes after all the materials are

in the mixer. Place concrete within 1-1/2 hours of the time at which water was first added,

otherwise it will be rejected. Concrete which has been remixed or retempered, or to which an

excess amount of water has been added, will also be rejected.

2.05 FORMS

A. Provide forms free from roughness and imperfections, watertight and braced and tied to prevent

motion when concrete is placed. Wooden spreaders will not be allowed in the concrete.

B. Wire ties will not be allowed. Metal ties or anchorages which are necessary within the forms

shall be so constructed that the metal work can be removed for a depth of at least 1-1/2-in from

the concrete surface without damage by spalling. Clean forms before using and treat with form

release agent, or other approved material.

C. All exposed edges of the finished concrete shall be chamfered 3/4-in.

PART 3 EXECUTION

3.01 CONSTRUCTION JOINTS

A. Locate construction joints where indicated or where approved by the Engineer.

B. Continue all reinforcing steel through the joint.

Page 482: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 7 PCTS No. 13315

C. At construction joints and at concrete joints indicated to be "roughened", uniformly roughen the

surface of the concrete to a full amplitude (distance between high and low points and side to

side) of 1/4-in with chipping tools to expose a fresh face. Thoroughly clean joint surfaces of

loose or weakened materials by waterblasting or sandblasting and prepare for bonding. At least

two hours before and again shortly before the new concrete is deposited, saturate the joints with

water. After glistening water disappears, coat joints with neat cement slurry mixed to the

consistency of very heavy paste. The surfaces shall receive a coating at least 1/8-in thick,

scrubbed-in by means of stiff bristle brushes. Deposit new concrete before the neat cement

dries.

3.02 REINFORCING STEEL

A. Fabricate reinforcing steel accurately to the dimensions shown. Bend bars around a revolving

collar having a diameter of not less than that recommended in ACI 318. All bars shall be bent

cold.

B. Provide tension lap splices in compliance with ACI 318. Stagger splices in adjacent bars where

possible. Provide Class B tension lap splices at all locations unless otherwise indicated.

C. Lap splices in welded wire fabric in accordance with the requirements of ACI 318 but not less

than 12-in. Tie the spliced fabrics together with wire ties spaced not more than 24-in on center

and lace with wire of the same diameter as the welded wire fabric. Offset splices in adjacent

widths to prevent continuous splices.

D. Use precast concrete blocks where the reinforcing steel is to be supported over soil. Use plastic

protected bar supports or steel supports with plastic tips where the reinforcing steel is to be

supported on forms for a concrete surface that will be exposed to weather, high humidity, or

liquid. Use stainless steel supports or plastic tipped metal supports in all other locations unless

otherwise noted on the Drawings or specified herein.

E. Before placing in position, clean reinforcement of loose mill scale and rust, mud, dirt, grease,

oil and other coatings, including ice that reduce or destroy bond. When there is a delay in

depositing concrete after the reinforcement is in place, bars shall be reinspected and cleaned

again when necessary.

F. Coat reinforcement which is to be exposed for a considerable length of time after being placed

with a heavy coat of cement grout.

G. Do not cover any reinforcing steel with concrete until the amount and position of the

reinforcement has been checked and the Engineer has given permission to proceed.

3.03 INSPECTION AND COORDINATION

A. Batching, mixing, transporting, placing and curing of concrete shall be subject to the inspection

of the Engineer at all times. Advise the Engineer of readiness to proceed at least six working

hours prior to each concrete placement. The Engineer will inspect the preparations for

concreting including the preparation of previously placed concrete, the reinforcing and the

alignment, cleanliness and tightness of formwork. Do not place concrete without the inspection

and acceptance of the Engineer.

Page 483: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 8 PCTS No. 13315

3.04 CONCRETE APPEARANCE

A. Remix concrete showing either poor cohesion or poor coating of the coarse aggregate with

paste. If this does not correct the condition, the concrete shall be rejected.

B. Provide concrete having a homogeneous structure which, when hardened, will have the

specified strength, durability and appearance. Provide mixtures and workmanship such that

concrete surfaces, when exposed, will require no finishing except as specified herein.

3.05 PLACING AND COMPACTING

A. Do not place concrete until forms, condition of subgrade and method of placement have been

approved by the Engineer. Remove all debris, foreign matter, dirt, ice and standing water from

the forms before depositing concrete. Do not place concrete on frozen subgrade, snow or ice.

The contact surface between concrete previously placed and new concrete shall be cleaned and

brushed with cement paste. Concrete, except as indicated on the Drawings, shall not be placed

in water or submerged within 24 hours after placing, nor shall running water be permitted to

flow over the surface of fresh concrete within 4 days after its placing.

B. Deposit concrete as near its final position as possible to prevent segregation due to rehandling

or flowing. Pumping of concrete will be permitted when an approved design mix and aggregate

sizes suitable for pumping are used. Do not deposit concrete which has partially hardened or

which has been contaminated by foreign materials. If the section cannot be placed continuously,

place construction joints as specified or as approved. Place concrete for walls using tremie tubes

in 12-in to 24-in lifts, keeping the surface horizontal. Do not drop concrete more than 4-ft.

C. Use high frequency mechanical vibrators to obtain proper consolidation of the concrete. Do not

use vibrators to move or transport concrete in the forms. Do not over-vibrate so as to segregate.

Continue vibration until the frequency returns to normal, trapped air ceases to rise and the

surface appears liquefied, flattened and glistening. Use spades, rods or forks so that concrete is

completely worked around reinforcement, embedded items, pipe stubs, and openings and into

corners of forms.

3.06 CURING AND PROTECTION

A. Protect all concrete work against injury from the elements and defacements of any nature during

construction operations.

B. Cure all concrete in conformance with ACI 301. Concrete that is to be used for the containment

of water shall be water cured. Water curing shall be by ponding, by continuous sprinkling or by

covering with continuously saturated burlap. Other concrete shall be cured by either water

curing, sheet material curing or liquid membrane curing compound except that liquid membrane

curing compound shall not be used on any concrete surface where additional concrete is to be

placed or where the concrete surface is to be coated or painted.

C. Protect finished surfaces and slabs from the direct rays of the sun to prevent checking and crazing.

D. During cold weather concrete shall be batched, delivered, placed, cured and protected in

compliance with the recommendations of ACI 306R. Do not use salt, manure or other chemicals

for cold weather protection.

Page 484: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 9 PCTS No. 13315

E. During hot weather concrete shall be batched, delivered, placed, cured and protected in

compliance with the recommendations of ACI 305R. The temperature of the concrete shall be

such that it will cause no difficulties from loss of slump, flash set or cold joints. Immediately

cover plastic concrete with sheet curing material during hot weather.

3.07 FIELD TESTS

A. Sets of field control cylinder specimens will be taken by the Engineer during the progress of the

work, in compliance with ASTM C31. The number of sets of concrete test cylinders taken of

each class of concrete placed each day will not be less than one set per day, nor less than one set

for each 150 cu yds of concrete nor less than one set for each 5,000 sq ft of surface area for

slabs or walls. Specimens will be formed in 6-in diameter by 12-in long non-absorbent

cylindrical molds.

1. A "set" of test cylinders shall consist of four cylinders: one to be tested at seven days and

two to be tested and their strengths averaged at 28 days. The fourth may be used for a

special test at 3 days or to verify strength after 28 days if 28 day test results are low.

2. When the average 28 day compressive strength of the cylinders in any set falls below the

required compressive strength or below proportional minimum seven-day strengths (where

proper relation between seven and 28 day strengths have been established by tests), change

proportions, cementitious content, or temperature conditions to achieve the required

strengths at no additional cost to the Owner.

B. Cooperate in the making of tests by allowing free access to the work for the selection of

samples. Provide an insulated closed curing box for the specimens and protect the specimens

against injury or loss through construction operations. Furnish material and labor required for

the purpose of taking concrete cylinder samples. All shipping of specimens will be paid for by

the Owner.

C. Slump tests will be made in the field by the Engineer in conformity with ASTM C143.

D. Tests for air content will be made in the field by the Engineer in compliance with either the

pressure method (ASTM C231) or by the volumetric method (ASTM C173).

3.08 STRIPPING AND FINISHING CONCRETE

A. Do not remove forms before the concrete has attained a strength of at least 30 percent of the

specified design strength nor before reaching approximately "100 day-degrees" of moist curing

(whichever is the longer). Degree-days are defined as the total number of 24 hour periods

multiplied by the weighted average daily air temperature at the surface of the concrete (e.g., 7

days at an average 50 degrees F = 350 degree-days).

B. Exercise care to prevent damaging edges or obliterating the lines of chamfers, rustications or

corners when removing the forms or doing any other work adjacent thereto.

C. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete, to the

satisfaction of the Engineer.

D. Immediately after removal of forms remove tie cones and metal portions of ties. Fill holes

promptly upon stripping as follows: Moisten the hole with water, followed by a 1/16-in brush

Page 485: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03301 - 10 PCTS No. 13315

coat of neat cement slurry mixed to the consistency of a heavy paste. Immediately plug the hole

with a 1 to 1.5 mixture of cement and concrete sand mixed slightly damp to the touch (just short

of "balling"). Hammer the grout into the hole until dense, and an excess of paste appears on the

surface in the form of a spider web. Trowel smooth with heavy pressure. Avoid burnishing.

E. Defective concrete and honeycombed areas: Chip down square and at least 1-in deep to sound

concrete with hand chisels or pneumatic chipping hammers. Irregular voids or surface stones need

not be removed if they are sound, free of laitance, and firmly embedded in the parent concrete. If

honeycomb exists around reinforcement, chip to provide a clear space at least 3/8-in wide all

around the steel. For areas less than 1-1/2-in deep, the patch may be made in the same manner as

described above for filling form tie holes, care being exercised to use adequately dry (non-

trowelable) mixtures and to avoid sagging. Thicker repairs will require build-up in successive 1-

1/2-in layers on successive days, each layer being applied (with slurry, etc.) as described above.

F. Concrete to receive dampproofing and concrete not exposed in the finished work shall have off-

form finish with fins and other projections removed and tie cones and defects filled as specified

above.

G. Screed top surface of slabs to the established grades and to a true plane with a tolerance of 1/8-

in when checked with a 10-ft straightedge. Pitch surface to drain unless otherwise noted on the

Drawings. Finish the surface to give a smooth, hard, even surface free from high or low spots or

other defects. Concrete subject to pedestrian traffic shall be given a broom finish. Failure to

meet these conditions shall be cause for removal, grinding, or other correction as directed by the

Engineer.

3.09 SCHEDULE

A. The following (Table 2) are the general applications for the various concrete design strengths to

be used:

TABLE 2

Class

Design Strength

(psi) Description

A 2,500 Concrete fill and electrical raceway encasement, masonry filled cell

grout

E 4,500 All structural concrete

END OF SECTION

Page 486: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03600 - 1 PCTS No. 13315

SECTION 03600

GROUT

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install grout complete as

shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Concrete formwork is included in Section 03301.

B. Concrete reinforcement is included in Section 03301.

C. Cast-in-place concrete is included in Section 03301.

D. Modifications to existing concrete are included in Section 03740.

E. Masonry grout is included in Section 04200.

F. Structural steel is included in Section 05500.

G. Miscellaneous metals are included in Section 05500.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, shop drawings and product data showing materials

of construction and details of surface preparation, mixing and installation for:

1. Commercially manufactured non-shrink cementitious grout. Include catalog cuts, technical

data, storage requirements, product life, working time after mixing, temperature

considerations, conformity to the specified ASTM standards, and Material Safety Data

Sheet.

2. Commercially manufactured non-shrink epoxy grout. Include catalog cuts, technical data,

storage requirements, product life, working time after mixing, temperature considerations,

conformity to the specified ASTM standards, and Material Safety Data Sheet.

3. Cement grout. Include the type and brand of cement, the gradation of fine aggregate,

product data on any proposed admixtures and the proposed grout mix.

B. Samples

1. Submit samples of commercially manufactured grout products when requested by the

Engineer.

2. Submit samples of aggregates proposed for use in grout mixes when requested by the

Engineer.

Page 487: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03600 - 2 PCTS No. 13315

C. Laboratory Test Reports

D. Certifications

1. Certify that the Contractor is not associated with the independent testing laboratory, nor

does the Contractor or its officers have a beneficial interest in the laboratory.

E. Qualifications

1. Submit documentation that grout manufacturers have a minimum of 10 years’ experience

in the production and use of the grouts proposed.

2. Independent Testing Laboratory

a. Name and address

b. Names and positions of principal officers and the name, position, and qualifications of

the responsible registered professional engineer in charge.

c. Listing of technical services to be provided. Indicate external technical services to be

provided by other organizations.

d. Names and qualifications of the supervising laboratory technicians.

e. Statement of conformance provided by evaluation authority defined in ASTM C1077.

Provide report prepared by evaluation authority when requested by the Engineer.

f. Submit as required above for other organizations that will provide external technical

services.

1.04 REFERENCE STANDARDS

A. ASTM International

1. ASTM C33 - Standard Specification for Concrete Aggregates

2. ASTM C150 - Standard Specification for Portland Cement

3. ASTM C579 - Standard Test Methods for Compressive Strength of Chemical-Resistant

Mortars, Grouts, Monolithic Surfacings and Polymer Concretes

4. ASTM C827 - Standard Test Method for Change in Height at Early Ages of Cylindrical

Specimens of Cementitious Mixtures

5. ASTM C1077 - Standard Practice for Laboratories Testing Concrete and Concrete

Aggregates for Use in Construction and Criteria for Laboratory Evaluation

6. ASTM C1107 - Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-

shrink)

7. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics.

8. ASTM E329 - Standard specification for agencies engaged in the testing and/or inspection

of materials used in construction

B. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

Page 488: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03600 - 3 PCTS No. 13315

1.05 QUALITY ASSURANCE

A. Qualifications

1. Grout manufacturers shall have a minimum of 10 years’ experience in the production and

use of the type of grout proposed.

2. Independent testing laboratory shall meet the requirements of ASTM E329 and ASTM

C1077 and be acceptable to the Engineer. Laboratories affiliated with the Contractor or in

which the Contractor or officers of the Contractor's organization have beneficial interest

are not acceptable.

B. Services of Manufacturer's Representative

1. Provide services of a field technician of the non-shrink grout manufacturer who has

performed at least five projects of similar size and complexity during the last five years, to

attend the pre-installation meeting, to be present for the initial installation of each type of

non-shrink grout, and to correct installation problems.

C. Field Testing

1. All field testing and inspection services will be provided by the Owner. Assist in the

sampling of materials, and cooperate by allowing free access to the work and permitting

the use of ladders, scaffolding, and such incidental equipment as may be required. Methods

of testing will comply with the applicable ASTM Standards.

1.06 DELIVERY, STORAGE AND HANDLING

A. Deliver materials to the jobsite in original, unopened packages, clearly labeled with the

manufacturer's name, product identification, batch numbers and printed instructions.

B. Store materials in full compliance with the manufacturer's recommendations. Limit total storage

time from date of manufacture to date of installation to six months or the manufacturer's

recommended storage time, whichever is less.

C. Remove immediately from the site material which becomes damp, contains lumps, or is

hardened and replace with acceptable material at no additional cost to the Owner.

D. Deliver non-shrink cementitious grout as a pre-portioned blend in prepackaged mixes requiring

only the addition of water.

E. Deliver non-shrink epoxy grout as a pre-proportioned, prepackaged, three component system

requiring only mixing as directed by the manufacturer.

1.07 DEFINITIONS

A. Non-shrink Grout: A commercially manufactured product that does not shrink in either the

plastic or hardened state, is dimensionally stable in the hardened state and bonds to a clean base

plate.

Page 489: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03600 - 4 PCTS No. 13315

PART 2 PRODUCTS

2.01 GENERAL

A. The use of a manufacturer's name and product or catalog number is for the purpose of

establishing the standard of quality desired.

B. Like materials shall be the products of one manufacturer or supplier in order to provide

standardization of appearance.

2.02 MATERIALS

A. Non-shrink Cementitious Grout

1. Non-shrink cementitious grouts: Conform to ASTM C1107. Grouts shall be portland

cement based, contain a pre-proportioned blend of selected aggregates and shrinkage

compensating agents and require only the addition of water. Non-shrink cementitious

grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no

shrinkage when tested in conformity with ASTM C827.

a. General purpose non-shrink cementitious grout: Conform to the standards stated

above. SikaGrout 212 by Sika Corp.; Set Grout by BASF Building Systems; NS Grout

by The Euclid Chemical Co.; Five Star Grout by Five Star Products, Inc., or equal.

b. Flowable (Precision) non-shrink cementitious grout: Conform to the standards stated

above. Masterflow 928 by BASF Building Systems; Hi-Flow Grout by The Euclid

Chemical Co.; SikaGrout 212 by Sika Corp.; Five Star Grout by Five Star Products,

Inc., or equal.

B. Non-shrink Epoxy Grout

1. Non-shrink epoxy grout: Grout shall be pre-proportioned, prepackaged, three component,

100 percent solids system consisting of epoxy resin, hardener and blended aggregate. It

shall have a compressive strength of 10,000 psi in 7 days when tested in conformity with

ASTM D695 and have a maximum coefficient of thermal expansion of 30 x 10-6

in/in/degrees F when tested in conformity with ASTM C531. Masterflow 648 CP by BASF

Building Systems; Five Star HP Epoxy Grout by Five Stars Products, Inc; Sikadur 42

Grout-Pak by Sika Corp.; E3-G Epoxy Grout by the Euclid Chemical Co. or equal.

C. Cement Grout

1. A mixture of one part portland cement conforming to ASTM C150, Type I, II, or III and

one to two parts sand conforming to ASTM C33 with sufficient water to place the grout.

The water content shall be sufficient to impart workability to the grout but not to the

degree that it will allow the grout to flow.

D. Water

1. Potable water free of oil, acid, alkali, salts, chlorides (except those attributable to drinking

water), organic matter, or other deleterious substances.

Page 490: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03600 - 5 PCTS No. 13315

PART 3 EXECUTION

3.01 PREPARATION

A. Place grout where indicated or specified over existing concrete and cured concrete which has

attained its specified design strength unless otherwise approved by the Engineer.

B. Concrete surfaces to receive grout shall be clean and sound; free of ice, frost, dirt, dust, grease,

oil, form release agent, laitance and paints and free of all loose material or foreign matter which

may affect the bond or performance of the grout.

C. Roughen concrete surfaces by chipping, sandblasting, or other dry mechanical means to bond

the grout to the concrete. Remove loose or broken concrete. Irregular voids or projecting coarse

aggregate need not be removed if they are sound, free of laitance and firmly embedded into the

parent concrete.

1. Air compressors used to clean surfaces in contact with grout shall be the oilless type or

equipped with an oil trap in the airline to prevent oil from being blown onto the surface.

D. Remove all loose rust, oil or other deleterious substances which may affect the bond or

performance of the grout from metal embedments or bottom of baseplates prior to the

installation of the grout.

E. Wash concrete surfaces clean and then keep moist for at least 24 hours prior to the placement of

non-shrink cementitious or cement grout. Saturation may be achieved by covering the concrete

with saturated burlap bags, use of a soaker hose, or flooding the surface or other method

acceptable to the Engineer. Upon completion of the 24-hour period, remove visible water from

the surface prior to grouting.

F. Non-shrink epoxy grouts do not require saturation of the concrete substrate. Do not wet

concrete surfaces to receive non-shrink epoxy grout. Surfaces in contact with epoxy grout shall

be completely dry before grouting.

G. Provide forms for grout. Line or coat forms with release agents recommended by the grout

manufacturer. Provide forms anchored in place and shored to resist the forces imposed by the

grout and its placement.

1. Forms for all grout other than concrete grout shall be designed to allow the formation of a

hydraulic head and shall have chamfer strips built into forms.

H. Level and align the structural or equipment bearing plates in accordance with the structural

requirements or the recommendations of the equipment manufacturer, as applicable.

I. Support equipment during alignment and installation of grout by shims, wedges, blocks or other

approved means. The shims, wedges and blocking devices shall be prevented from bonding to

the grout by bond breaking coatings and removed after grouting unless otherwise approved by

the Engineer. Grout voids created by the removal of shims, wedges and blocks.

Page 491: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03600 - 6 PCTS No. 13315

3.02 INSTALLATION - GENERAL

A. Mix, apply and cure products in strict compliance with the manufacturer's recommendations and

these specifications.

B. Provide staffing and equipment available for rapid and continuous mixing and placing. Keep all

necessary tools and materials ready and close at hand.

C. Maintain temperatures of the base plate, supporting concrete, and grout between 40 and 90

degrees F during grouting and for at least 24 hours after placement, until grout compressive

strength reaches 1000 psi or as recommended by the grout manufacturer, whichever is longer.

Do not allow differential heating or cooling of baseplates and grout during the curing period.

D. Take special precautions for hot weather or cold weather grouting as recommended by the

manufacturer when ambient temperatures and/or the temperature of the materials in contact with

the grout are outside of the 40 to 90 degrees F range.

E. Install grout to preserve the isolation between the elements on either side of the joint where

grout is placed in the vicinity of an expansion or partial contraction joint.

F. Reflect all existing underlying expansion, partial contraction and construction joints through the

grout.

3.03 INSTALLATION - NON-SHRINK CEMENTITIOUS GROUTS AND CEMENT GROUTS

A. Mix in accordance with manufacturer's recommendations. Do not add cement, sand, pea gravel

or admixtures without prior approval by the Engineer.

B. Do not mix by hand. Mix in a mortar mixer with moving blades. Pre-wet the mixer and empty

excess water. Add pre-measured amount of water for mixing, followed by the grout. Begin with

the minimum amount of water recommended by the manufacturer and then add the minimum

additional water required to obtain workability. Do not exceed the manufacturer's maximum

recommended water content.

C. Placements greater than 3-in in depth shall include the addition of clean, washed pea gravel to

the grout mix when approved by the manufacturer. Comply with the manufacturer's

recommendations for the size and amount of aggregate to be added.

D. Provide forms as specified in Paragraph 3.01G. Place grout into the designated areas and

prevent segregation and entrapment of air. Do not vibrate grout to release air or to consolidate

the material. Fill all spaces and provide full contact between the grout and adjoining surfaces.

Provide grout holes and vent holes as necessary.

E. Place grout rapidly and continuously to avoid cold joints. Do not place grout in layers. Do not

add additional water to the mix (retemper) after initial stiffening.

F. Just before the grout reaches its final set, cut back the grout to the substrate at a 45-degree angle

from the lower edge of bearing plate unless otherwise ordered and approved by the Engineer.

Finish this surface with a wood float or brush finish.

Page 492: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03600 - 7 PCTS No. 13315

G. Begin curing immediately after form removal, cutback, and finishing. Keep grout moist and

within its recommended placement temperature range for at least 24 hours after placement, until

grout compressive strength reaches 1000 psi or as recommended by the manufacturer,

whichever is longer. Saturate the grout surface by use of saturated burlap bags, soaker hoses or

ponding. Provide sunshades. If drying winds inhibit the ability of a given curing method to keep

grout moist, erect wind breaks until wind is no longer a problem or curing is finished.

3.04 INSTALLATION – NON-SHRINK EPOXY GROUTS

A. Mix in accordance with manufacturer's recommendations. Mix full batches only, to maintain

proper proportions of resin, hardener and aggregate. Do not vary the ratio of components or add

solvent to change the consistency of the grout mix. Do not overmix. Do not entrain air bubbles

by mixing too quickly.

B. Monitor ambient weather conditions and contact the grout manufacturer for special placement

procedures to be used for temperatures below 60 or above 90 degrees F.

C. Place grout rapidly and continuously to avoid cold joints. Place grout in lifts in accordance with

manufacturer's recommendations.

D. Provide forms as specified in Paragraph 3.01G. Place grout into the designated areas and

prevent entrapment of air. Fill all spaces and provide full contact between the grout and

adjoining surfaces. Provide grout holes and vent holes as necessary.

E. Minimize "shoulder" length (extension of grout horizontally beyond base plate). In no case shall

the shoulder length of the grout be greater than the grout thickness.

F. Finish grout by puddling to cover all aggregate and provide a smooth finish. Break bubbles and

smooth the top surface of the grout in conformity with the manufacturer's recommendations.

G. Epoxy grouts are self-curing and do not require the application of water. Maintain the formed

grout within its recommended placement temperature range for at least 24 hours after

placement, until grout compressive strength reaches 1000 psi or as recommended by the

manufacturer, whichever is longer.

H. Provide grout control joints as indicated on the Drawings.

3.05 SCHEDULE

A. The following list indicates where the particular types of grout are to be used:

1. General purpose non-shrink cementitious grout: Use at all locations where non-shrink

grout is indicated on the Drawings, except for base plates greater in area than 3-ft wide by

3-ft long.

2. Flowable (precision) non-shrink cementitious grout: Use under all base plates greater in

area than 3-ft wide by 3-ft long. Use at all locations indicated on the Drawings to receive

flowable (precision) non-shrink grout. Flowable (precision), non-shrink, cementitious grout

may be substituted for general purpose non-shrink cementitious grout.

Page 493: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03600 - 8 PCTS No. 13315

3. Non-shrink epoxy grout: Use at all locations specifically indicated on the Drawings to

receive non-shrink epoxy grout.

4. Cement grout: Use where indicated on the Drawings.

END OF SECTION

Page 494: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03740 - 1 PCTS No. 13315

SECTION 03740

MODIFICATIONS TO EXISTING CONCRETE

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required to cut, remove, or otherwise

modify parts of existing concrete structures or appurtenances as shown on the Drawings and as

specified herein as necessary to complete the work. Work under this Section shall also include

bonding new concrete to existing concrete.

1.02 RELATED WORK

A. Concrete reinforcement is included in Section 03301.

B. Cast-in-place concrete is included in Section 03301.

C. Grout is included in Section 03600.

D. Concrete repair is included in Section 03741.

E. Miscellaneous metals are included in Section 05500.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, the following:

1. Manufacturer's technical literature and installation/application instructions for all products.

a. Manufacturer's current printed recommendations and product data sheets for all

products provided under this Section including manufacturers printed performance

criteria, product life, working time after mixing, surface preparation and application

requirements and procedures, curing, volatile organic compound data, and safety

requirements.

b. Material Safety Data Sheets (MSDS) for any materials brought on-site including all

resurfacing system materials, solvents, and abrasive blast media.

c. Storage requirements including temperature, humidity, and ventilation.

2. Documentation of the qualifications as specified in Paragraphs 1.05.A, 1.05.B, 1.05.C, and

1.05.D.

B. Submit for adhesive anchoring system manufacturer’s ICC ESR report for anchorage to cracked

concrete.

1.04 REFERENCE STANDARDS

A. ASTM International (ASTM):

1. ASTM C109 - Standard Test Method for Compressive Strength of Hydraulic Cement

Mortars (Using 2-in Cube Specimens).

2. ASTM C273 - Standard Test Method for Shear Properties of Sandwich Core Materials.

Page 495: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03740 - 2 PCTS No. 13315

3. ASTM C881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for

Concrete.

4. ASTM C882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems Used

with Concrete by Slant Shear.

5. ASTM D412 – Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers

and Thermoplastic Elastomers – Tension.

6. ASTM D570 - Standard Test Method for Water Absorption of Plastics.

7. ASTM D624 - Standard Test Methods for Tear Strength of Conventional Vulcanized

Rubber and Thermoplastic Elastomers.

8. ASTM D638 - Standard Test Method for Tensile Properties of Plastics.

9. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics.

10. ASTM D732 - Standard Test Method for Shear Strength of Plastics by Punch Tool.

11. ASTM D751 - Standard Test Methods for Coated Fabrics.

12. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and

Reinforced Plastics and Electrical Insulating Materials.

13. ASTM D1042 - Standard Test Method for Linear Dimensional Changes of Plastics Under

Accelerated Service Conditions.

14. ASTM D1622 - Standard Test Method for Apparent Density of Rigid Cellular Plastics.

15. ASTM D1623 - Standard Test Method for Tensile and Tensile Adhesion Properties of

Rigid Cellular Plastics.

16. ASTM D2126 - Standard Test Method for Response of Rigid Cellular Plastics to Thermal

and Humid Aging.

17. ASTM D2240 - Standard Test Method for Rubber Property – Durometer Hardness.

18. ASTM D2842 - Standard Test Method for Water Absorption of Rigid Cellular Plastics.

19. ASTM D4263 - Standard Test Method for Indicating Moisture in Concrete by the Plastic

Sheet Method.

20. ASTM D4541 - Standard Test Method for L.R. Standard Method for Pull-Off Strength of

Coatings using Portable Adhesion Testers.

21. ASTM E96 - Standard Test Method for Water Vapor Transmission of Materials.

22. ASTM G109 - Standard Test Method for Determining the Effects of Chemical Admixtures

on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride

Environments.

Page 496: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03740 - 3 PCTS No. 13315

B. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 QUALITY ASSURANCE

A. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until

authorization is given by the Engineer.

B. When removing materials or portions of existing structures and when making openings in

existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing

and other protective devices shall be erected to prevent damage to the structures beyond the

limits necessary for the new work, protect personnel, control dust and to prevent damage to the

structures or contents by falling or flying debris.

C. Unless otherwise permitted, shown or specified, line drilling will be required in cutting existing

concrete.

D. Contractor qualifications. Complete a program of instruction in the application of the approved

manufacturer's material and provide certification from the manufacturer attesting to their

training and status as an approved applicator.

E. Manufacturer's qualifications. Have a minimum of ten years’ experience within the last ten

years in the manufacture and use of the products specified and have an ongoing program of

training, certifying and technically supporting the Contractor's personnel.

F. Provide a notarized certificate stating that each material to be provided meets the requirements

of this Section and has the manufacturer's current printed literature on the product package or

container.

G. The Contractor's supervisor shall have attended a training program sponsored by the

manufacturer supplying the materials approved for this project.

H. A representative of the product manufacturer shall be present for the first three days of

installation to give instructions to the installation crew.

I. A representative of the product manufacturer shall make periodic site visits to ensure the

product is being installed in accordance with published instructions.

J. Construction tolerances shall be as specified elsewhere in Division 3, except as modified herein

and elsewhere in the Contract Documents.

K. The Contractor shall make available all locations and phases of the work for access by the

Engineer or other personnel designated by the Engineer. The Contractor shall provide

ventilation and safe access to the work.

L. The Contractor is solely responsible for the workmanship and quality of the modification work.

Inspections by the manufacturer, the Engineer, or others do not limit the Contractor's

responsibility for the quality of the work.

M. Apply the most stringent requirements of other stated specifications, codes, standards, and this

Section when conflicts exist.

Page 497: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03740 - 4 PCTS No. 13315

1.06 DELIVERY, STORAGE AND HANDLING

A. Delivery of Materials:

1. Deliver all materials in original, new and unopened packages and containers clearly labeled

with the following information:

a. Manufacturer's name.

b. Name or title of material, and other product identification.

c. Manufacturer's stock number and batch number.

d. Date of manufacture.

e. Instructions.

f. Expiration or "use by" date.

B. Storage of Materials:

1. Store the products in accordance with the manufacturers' recommendations, and

supplementary requirements below.

2. Store only approved materials on site.

3. Store in a suitable location approved by Engineer. Keep area clean and accessible.

4. Restrict storage to repair materials and related equipment.

5. Comply with health and fire regulations including the requirements of the Occupational

Safety and Health Administration (OSHA).

C. Handling of Materials:

1. Handle the products in accordance with the manufacturers' recommendations, and

supplementary requirements below.

2. Handle materials carefully to prevent inclusion of foreign materials.

3. Do not open containers or mix components until necessary preparatory work has been

completed and application work will start immediately.

PART 2 PRODUCTS

2.01 MATERIALS

A. General:

1. Materials shall comply with these Specifications and any state or local regulations.

B. Epoxy Bonding Agent:

1. General:

a. The epoxy bonding agent shall be a two-component, solvent-free, asbestos-free

moisture insensitive epoxy resin material used to bind plastic concrete to hardened

concrete and complying with the requirements of ASTM C881, Type V, Grade 2,

Class C.

Page 498: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03740 - 5 PCTS No. 13315

2. Approved Manufacturers;

a. Sika Corporation, Lyndhurst, NJ – Sikadur 32, Hi-Mod.

b. Euclid Chemical Company, Cleveland, OH – Dural 452 MV.

c. Simpson Strong-Tie Company Inc., Pleasanton, CA – FX-762.

d. Or approved equal.

C. Epoxy Paste Adhesive:

1. General:

a. Epoxy paste adhesive shall be a two-component, solvent-free, moisture insensitive

epoxy resin material used as an adhesive for mating surfaces where the glue line is

1/8-in or less and to bond fresh, plastic concrete to clean, sound hardened concrete.

The material shall comply with the requirements of ASTM C881, Type IV, Grade 3,

Class C.

2. Approved Manufacturers:

a. Sika Corporation, Lyndhurst, NJ – Sikadur 31 Hi-Mod Gel.

b. Euclid Chemical Company, Cleveland, OH – Dural 452 Gel.

c. BASF Corporation, Shakopee, MN – MasterEmaco ADH 1420.

d. Or approved equal.

D. Adhesive Anchor System:

1. Provide an adhesive anchor system utilizing an injection adhesive manufactured for the

installation of drilled-in reinforcing steel dowels where indicated on the Drawings.

2. Injection Adhesive:

a. Injection adhesive shall be a two-component epoxy system including a hardener and a

resin, furnished in pre-measured side-by-side cartridges which keep the two

components separate. Side-by-side cartridges shall be designed to accept a static

mixing nozzle which thoroughly blends the two components and allows injection

directly into the drill hole.

3. Adhesive anchor system shall be Hilti HIT HY-200 Adhesive Anchor System; Simpson

Strong-Tie SET-XP Adhesive Anchor System; ITW Red Head EPCON G5 Adhesive

Anchor System; or equal. Adhesive anchors are designed based on Hilti HIT HY-200,

unless otherwise noted.

E. Repair Mortar (Polymer-Modified Portland Cement Mortar):

1. Horizontal Surfaces:

a. Repair mortar is a two-component polymer-modified, portland cement based mortar

used to repair horizontal surfaces with a migrating corrosion inhibitor and having a

minimum compressive strength at 28 days of 7,000psi.

b. Approved Manufacturers:

1) Sika Corporation, Lyndhurst, NJ – SikaTop 122 Plus.

2) Euclid Chemical Company, Cleveland, OH – DuralTop Flowable Mortar.

3) BASF Corporation, Shakopee, MN – MasterEmaco T 310CI.

4) or approved equal.

Page 499: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03740 - 6 PCTS No. 13315

2. Vertical and Overhead Surfaces:

a. Repair mortar is a two-component polymer-modified, portland cement based, fast

setting, non-sag mortar used to repair vertical and overhead surfaces with a migrating

corrosion inhibitor and having a minimum compressive strength at 28 days of

7,000psi..

b. Approved Manufacturers:

1) Sika Corporation, Lyndhurst, NJ – SikaTop 123 Plus.

2) Euclid Chemical Company, Cleveland, OH – DuralTop Gel.

3) US MIX Co., Denver, CO – US SPEC H2.

4) or approved equal.

PART 3 EXECUTION

3.01 GENERAL

A. Cut, remove, or otherwise modify parts of the existing structures or appurtenances, as indicated

on the Drawings, specified, or necessary to complete the work. Finishes, joints, reinforcements,

sealants, etc, are specified in their respective Sections. All work shall comply with the

requirements of this Section and as shown on the Drawings.

B. The locations, details, and limits of the modifications are shown on the Drawings. All work

shall comply with the requirements of this Section and as indicated on the Drawings.

C. Examine areas and conditions under which the modifications work is to be installed, and notify

Engineer in writing of conditions detrimental to proper and timely completion of work. Do not

proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to

Engineer.

D. All commercial products shall be stored, mixed, applied and cured in strict compliance with the

manufacturer's instructions.

E. Where concrete is to be modified in the vicinity of an expansion joint or control joint, preserve

the isolation between components on either side of the joint.

F. When drilling holes for dowels/bolts, stop drilling if reinforcing is encountered. As approved by

the Engineer, relocate the hole to avoid reinforcing. Do not cut reinforcing without prior

approval by the Engineer. Where possible, identify reinforcing locations prior to drilling using

"rebar locators" so that drill hole locations may be adjusted to avoid reinforcing interference.

G. All saw-cut edges for modification areas shall be vertically and horizontally straight.

Intersecting cuts shall be perpendicular to each other.

H. Saw cutting shall stop if rebar is encountered. Rebar shall not be cut without prior approval by

the Engineer. Where possible, Contractor shall identify rebar locations within one foot of saw

cut locations in any direction prior to saw cutting using "rebar locators."

I. Clean concrete surfaces of all efflorescence, deteriorated concrete, dirt, laitance, existing repair

materials (liners, adhesives, epoxies, etc.), and foreign matter by sandblasting, airblasting,

scarifying or other mechanical means to sound original concrete.

J. Care shall be taken to fully consolidate the modification material, completely filling all portions

of the area to be filled.

Page 500: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03740 - 7 PCTS No. 13315

K. The finished surfaces shall be brought into alignment with the adjacent existing surfaces to

provide a uniform, even surface. The modified surfaces shall match adjacent existing surfaces in

texture and shall receive any coatings or surface treatments that had been provided for the

existing surface.

L. The Engineer may from time to time direct the Contractor to make additional modifications to

existing concrete. These modifications shall be made as specified or by such other methods as

may be appropriate.

M. Repair or replace concrete shown or specified to be left in place which is damaged as a result of

the work by approved means at no additional cost to the Owner.

3.02 CONCRETE REMOVAL

A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by

the Engineer, shall be done by line drilling at limits of removal followed by chipping or

jack- hammering as appropriate in areas where concrete is to be taken out. Remove concrete in

such a manner that surrounding concrete and existing reinforcing to be left in place and existing

in place equipment are not damaged. Sawcutting at limits of concrete to be removed shall only

be done if indicated on the Drawings, specified herein, or after obtaining written approval from

the Engineer.

B. Where existing reinforcing is exposed due to saw cutting/line drilling and no new material is to

be placed on the cut surface, a coating or surface treatment of epoxy paste shall be applied to

the entire cut surface to a thickness of 1/4-in.

C. In all cases where the joint between new concrete or grout and existing concrete will be exposed

in the finished work, except as otherwise shown or specified, the edge of concrete removal shall

be a 1-in deep saw cut on each exposed surface of the existing concrete or as indicated on the

Drawings.

D. Concrete specified to be left in place which is damaged shall be repaired by approved means to

the satisfaction of the Engineer.

3.03 CONNECTION SURFACE PREPARATION

A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching,

repairs or modifications as shown on the Drawings, specified, or as directed by the Engineer.

B. Remove all loose and deteriorated materials, efflorescence, existing repair materials (sealants,

adhesives, epoxies, etc.) dirt, oil, grease, and all other bond inhibiting materials from the surface

by dry mechanical means, i.e. - sandblasting, chipping, wire brushing, or other mechanical

means as approved by the Engineer. Uniformly roughen the concrete surface to approximately

1/4-in amplitude with pointed chipping tools. Thoroughly clean surface of loose or weakened

material by sandblasting or airblasting. Irregular voids or surface stones need not be removed if

they are sound, free of laitance, and firmly embedded into parent concrete.

C. If reinforcing steel is exposed, it must be mechanically cleaned to remove all loose material,

contaminants, rust, etc, as approved by the Engineer. If half of the diameter of the reinforcing

steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a

minimum of 1-in. Reinforcing to be incorporated in new concrete and/or repair mortar shall not

be damaged during the removal operation.

Page 501: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03740 - 8 PCTS No. 13315

D. Reinforcing from existing removed or deteriorated concrete which is shown to be incorporated

in new concrete and/or repair mortar shall be cleaned by mechanical means to remove all loose

material and products of corrosion before proceeding. It shall be cut, bent or lapped to new

reinforcing as shown on the Drawings and provided with one inch minimum cover all around.

E. The following are specific concrete surface preparation "methods" to be used where called for

on the Drawings, specified or as directed by the Engineer.

1. Method A - After the existing concrete surface at connection has been roughened and

cleaned, thoroughly saturate with water with no standing water during application. Repair

mortar must be scrubbed into substrate filling all pores and voids. While the scrub coat is

still plastic, force repair material against surface. If area is too large, an epoxy bonding

agent may be used. Place new repair mortar as detailed on Drawings. Field preparation and

application shall comply strictly with manufacturer's recommendations.

2. Method B - After the existing concrete surface has been roughened and cleaned, apply

epoxy bonding agent at connection surface. The field preparation and application of the

epoxy bonding agent shall comply strictly with the manufacturer's recommendations.

Place new concrete or grout mixture to limits shown on the Drawings within time

constraints recommended by the manufacturer to ensure bond.

3. Method C – Adhesive anchoring system shall be used for installation of all reinforcing

steel dowels into existing concrete where indicated on Drawings. The installation shall

comply strictly with manufacturer's recommendations, including drill bit diameter, surface

preparation, injection and installation of dowel. Use oil free compressed air to blast out

loose particles and dust from the drilled holes. Dowels must be clean and free of dirt, oil,

grease, ice or other material which would reduce bond. Deformed bars shall be drilled and

embedded to the depth indicated on the Drawings. Concrete in all existing structures shall

be considered to have a strength of 3000 psi.

3.04 GROUTING

A. Grouting shall be as specified in Section 03600.

3.05 INSPECTION

A. At completion of all modification work, the Contractor, Engineer, and installers of the materials

used on the repairs shall inspect the work. Modifications not in conformance with the Drawings

or Specifications shall be repaired in accordance with the manufacturer's instructions at no

additional cost to the Owner. At the completion of these repairs, the Contractor, Engineer, and

installers of the materials shall inspect the repaired problem areas.

END OF SECTION

Page 502: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 1 PCTS No. 13315

SECTION 03741

CONCRETE REPAIRS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required to perform all concrete repair

work as shown on the Drawings and as specified herein. Work under this Section shall also

include removal of existing concrete and bonding new concrete and repair mortar to existing

concrete at areas to be repaired.

B. The work shall include but not be limited to the following:

1. Crack/Leaking Construction Joint Repair (Polyurethane Chemical Grout Injection).

2. Crack Repair (Epoxy Adhesive Injection).

3. Spalled/Deteriorated/Disintegrated Concrete Repair.

4. Surface Waterstop Repair.

5. Sealing of Joints Between Existing and New Concrete.

1.02 RELATED WORK

A. Concrete formwork is included in Section 03301.

B. Concrete reinforcement is included in Section 03301.

C. Cast-in-place concrete is included in Section 03301.

D. Modifications to existing concrete is included in Section 03740.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, the following:

1. Manufacturer's technical literature and installation/application instructions for all products.

a. Manufacturer's current printed recommendations and product data sheets for all

products provided under this Section including manufacturers printed performance

criteria, product life, working time after mixing, surface preparation and application

requirements and procedures, curing, volatile organic compound data, and safety

requirements.

b. Material Safety Data Sheets (MSDS) for any materials brought on-site including all

resurfacing system materials, solvents, and abrasive blast media.

c. Storage requirements including temperature, humidity, and ventilation.

2. A list of five of the Contractor's projects for which the types of repair specified herein were

successfully completed. The list for each type of repair shall contain the following

information for each project:

a. Project name and location.

Page 503: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 2 PCTS No. 13315

b. Owner of project.

c. Owner's representative including address and phone number.

d. Brief description of work

e. Cost of the repair work and the total project cost

f. Date of completion of the repair work

3. Documentation of the qualifications as specified in Paragraphs 1.05.A, 1.05.B, 1.05.C, and

1.05.D.

1.04 REFERENCE STANDARDS

A. ASTM International (ASTM):

1. ASTM C109 - Standard Test Method for Compressive Strength of Hydraulic Cement

Mortars (Using 2-in Cube Specimens).

2. ASTM C273 - Standard Test Method for Shear Properties of Sandwich Core Materials.

3. ASTM C881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for

Concrete.

4. ASTM C882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems Used

with Concrete by Slant Shear.

5. ASTM D412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers

and Thermoplastic Elastomers - Tension.

6. ASTM D570 - Standard Test Method for Water Absorption of Plastics.

7. ASTM D624 - Standard Test Methods for Tear Strength of Conventional Vulcanized

Rubber and Thermoplastic Elastomers.

8. ASTM D638 - Standard Test Method for Tensile Properties of Plastics.

9. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics.

10. ASTM D732 - Standard Test Method for Shear Strength of Plastics by Punch Tool.

11. ASTM D751 - Standard Test Methods for Coated Fabrics.

12. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and

Reinforced Plastics and Electrical Insulating Materials.

13. ASTM D1042 - Standard Test Method for Linear Dimensional Changes of Plastics Under

Accelerated Service Conditions.

14. ASTM D1622 - Standard Test Method for Apparent Density of Rigid Cellular Plastics.

15. ASTM D1623 - Standard Test Method for Tensile and Tensile Adhesion Properties of

Rigid Cellular Plastics.

Page 504: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 3 PCTS No. 13315

16. ASTM D2126 - Standard Test Method for Response of Rigid Cellular Plastics to Thermal

and Humid Aging.

17. ASTM D2240 - Standard Test Method for Rubber Property – Durometer Hardness.

18. ASTM D2842 - Standard Test Method for Water Absorption of Rigid Cellular Plastics.

19. ASTM D3574 - Standard Test Methods for Flexible Cellular Materials-Slab, Bonded, and

Molded Urethane Foams.

20. ASTM D4060 - Standard Test Method for Abrasion Resistance of Organic Coatings by the

Taber Abraser.

21. ASTM D4258 - Standard Practice for Surface Cleaning Concrete for Coating.

22. ASTM D4263 - Standard Test Method for Indicating Moisture in Concrete by the Plastic

Sheet Method.

23. ASTM D4541 - Standard Test Method for L.R. Standard Method for Pull-Off Strength of

Coatings using Portable Adhesion Testers.

24. ASTM E96 - Standard Test Method for Water Vapor Transmission of Materials.

25. ASTM G109 - Standard Test Method for Determining the Effects of Chemical Admixtures

on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride

Environments.

B. American National Standards Institute (ANSI):

1. ANSI/NSF 61 - Drinking Water Systems Components – Health Effects.

C. International Concrete Repair Institute (ICRI):

1. ICRI 03732 - Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings,

and Polymer Overlays.

D. The Society for Protective Coatings:

1. SSPC-SP13 - Surface Preparation of Concrete.

E. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 QUALITY ASSURANCE

A. Contractor qualifications. Complete a program of instruction in the application of the approved

manufacturer's material and provide certification from the manufacturer attesting to their

training and status as an approved applicator.

B. Manufacturer's qualifications. Have a minimum of ten years’ experience within the last ten

years in the manufacture and use of the products specified and have an ongoing program of

training, certifying and technically supporting the Contractor's personnel.

Page 505: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 4 PCTS No. 13315

C. Provide a notarized certificate stating that each material to be provided meets the requirements

of this Section and has the manufacturer's current printed literature on the product package or

container.

D. The Contractor's supervisor shall have attended a training program sponsored by the

manufacturer supplying the materials approved for this project.

E. A representative of the product manufacturer shall be present for the first three days of

installation to give instructions to the installation crew.

F. A representative of the product manufacturer shall make periodic site visits to ensure the

product is being installed in accordance with published instructions.

G. Do not shift, cut, remove, or otherwise alter any existing structure or concrete until authorized

by the Engineer.

H. When removing materials or portions of existing structures, or when making openings in

existing structures, erect barriers, shoring and bracing and other protective devices to prevent

damage to the structures beyond the limits of new work, protect personnel, control dust and

prevent damage by falling or flying debris.

I. Unless otherwise indicated or specified, cut existing concrete by line drilling.

J. Construction tolerances shall be as specified elsewhere in Division 3, except as modified herein

and elsewhere in the Contract Documents.

K. The Contractor shall make available all locations and phases of the work for access by the

Engineer or other personnel designated by the Engineer. The Contractor shall provide

ventilation and safe access to the work.

L. The Contractor is solely responsible for the workmanship and quality of the repair work.

Inspections by the manufacturer, the Engineer, or others do not limit the Contractor's

responsibility for the quality of the work.

M. Apply the most stringent requirements of other stated specifications, codes, standards, and this

Section when conflicts exist.

N. Surface Waterstop Repair:

1. Check daily, prior to installation of elastomeric coating, for the presence of substrate

moisture in the concrete by performing the Standard Test method for Indicating Moisture

in Concrete by the Plastic Sheet Method in accordance with ASTM D4263.If the presence

of moisture is indicated, take measures to force dry the concrete substrate prior to

commencing with coating system application. Force drying can be accomplished using

indirect heaters and fans. If the source of substrate moisture cannot be eliminated by force

drying, the Contractor shall advise the Engineer. Perform this test once for every 200 sq ft

of area to be coated, once per day, or more frequently at darkened concrete areas.

2. Provide and record adhesion of the elastomeric coating material in accordance with ASTM

D4541. Testing shall be performed once per day minimum. Use the following procedure:

a. Clean the coating surface to remove all oil, dirt, dust or other contaminants.

Page 506: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 5 PCTS No. 13315

b. Cut through the coating material into the substrate using a circular core drill.

c. Mix and apply a rapid setting two component epoxy adhesive onto an abrasive blast

cleaned disk or plug. Install the disk or plug firmly over the cut out circular area and

hold in place using tape or other means to secure it until adhesive has cured.

d. Remove the disk or plug with a Pull-off Testing instrument, strictly following the

instrument manufacturer's instructions.

e. Read or calculate the adhesive tensile pull value and record in pounds per square inch

(psi).The adhesive tensile pull value must exceed 300 psi and must remove concrete

that is attached to the underside of the disk or plug. If it does not, two additional

adhesion tests will be performed in the same repaired area. If the requirements above

are still not met, the coating installation in this area will be deemed unacceptable and

shall be removed and reinstalled immediately until acceptable adhesion is achieved, at

no additional cost to the Owner. All test locations are to be repaired by the Contractor

to achieve a pinhole free coating directly following acceptable results at no additional

cost to the Owner.

3. Measure and record the thickness of the elastomeric coating system using the following

methods:

a. Use notched gauge in accordance with ASTM D4414 for Wet Film Thickness at least

once every area where the coating is applied.

b. Following cure, the coating shall be tested for dry film thickness once for every 500

sq ft of surface area using a Positector 100 DFT Gauge calibrated in accordance with

the instrument manufacturer's instructions. Any areas found to be below the specified

DFT above filled bugholes and above the prepared substrate profile shall receive an

additional application of the coating or shall be removed/recoated as required to meet

the total DFT requirement. Additional thickness may be problematic in areas where

mechanical moving equipment tolerances are critical. At such locations, coating

removal and reapplication to the specified film thickness may be required.

1.06 DELIVERY, STORAGE AND HANDLING

A. Delivery of Materials:

1. Deliver all materials in original, new and unopened packages and containers clearly labeled

with the following information:

a. Manufacturer's name.

b. Name or title of material, and other product identification.

c. Manufacturer's stock number and batch number.

d. Date of manufacture.

e. Instructions.

f. Expiration or "use by" date.

B. Storage of Materials:

1. Store the products in accordance with the manufacturers' recommendations, and

supplementary requirements below.

2. Store only approved materials on site.

3. Store in a suitable location approved by Engineer. Keep area clean and accessible.

Page 507: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 6 PCTS No. 13315

4. Restrict storage to repair materials and related equipment.

5. Comply with health and fire regulations including the requirements of the Occupational

Safety and Health Administration (OSHA).

C. Handling of Materials:

1. Handle the products in accordance with the manufacturers' recommendations, and

supplementary requirements below.

2. Handle materials carefully to prevent inclusion of foreign materials.

3. Do not open containers or mix components until necessary preparatory work has been

completed and application work will start immediately.

1.07 WARRANTY

A. The Contractor shall warrant, and shall obtain from the manufacturers their warranties, that the

products used will be free from defects in materials and workmanship for a period of five years

from the date of substantial completion. Said manufacturer's warranty shall be in a form

acceptable to and for the benefit of the Owner and shall be submitted by the Contractor as a

condition of final payment. The Contractor shall repair or replace, at the sole option of, and at

no cost to, the Owner, any work found to be defective within said warranty period. Such repair

or replacement shall include the cost of removal and reinstallation.

PART 2 PRODUCTS

2.01 MATERIALS

A. General:

1. Materials shall comply with this Section and any state or local regulations.

2. All materials shall be approved for use in contact with potable water after 30 days (non-

toxic and free of taste or odor).

3. When tested following the procedure prescribed by the Environmental Control

Administration of the U.S. Public Health Service, the cured material shall be in conformity

with the Federal Regulation requiring water extractables of less than 18 mg/sq in of

exposed surface for potable water containers.

2.02 POLYURETHANE CHEMICAL GROUT

A. General:

1. Polyurethane Chemical Grout shall be a single component, expanding, moisture reactive

polyurethane grout that is designed to seal cracks and open joints in concrete and is

ANSI/NSF approved for potable water contact. The cured chemical grout shall form a

compressed closed cell urethane foam that shall completely fill the crack or joint.

2. An accelerator may be used if recommended by the approved polyurethane chemical grout

manufacturer.

Page 508: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 7 PCTS No. 13315

3. Injection packers shall be required for the application of polyurethane chemical grout.

B. Approved Manufacturers:

1. Sika Corporation, Lyndhurst, NJ – SikaFix HH.

2. W. R. Grace & Co., Cambridge, MA – De Neef HA Multigel NF.

3. BASF Corporation, Shakopee, MN – Concresive 1210 IUG.

4. or approved equal.

2.03 CRACK REPAIR EPOXY ADHESIVE

A. General:

1. Crack Repair Epoxy Adhesive shall be a two-component, solvent-free, moisture insensitive

epoxy resin material suitable for repairing cracks in concrete by injection or gravity feed. It

shall be formulated for the specific size of opening or crack being injected. Crack Repair

Epoxy Adhesive shall comply with the requirements of ASTM C881, Type V, Grade 2,

Class C.

2. All concrete surfaces containing potable water or water to be treated for potable use that

are repaired by epoxy adhesive injection shall be coated with an acceptable epoxy coating

approved for use in contact with potable water.

3. Approved Manufacturers:

a. Sika Corporation, Lyndhurst, NJ – Sikadur 32, Hi-Mod.

b. or approved equal.

2.04 EPOXY BONDING AGENT

A. Epoxy Bonding Agent shall be a two-component, solvent-free, asbestos-free moisture

insensitive epoxy resin material used to bond plastic concrete to hardened concrete where

indicated on the Drawings and complying with the requirements of ASTM C881, Type V,

Grade 2, Class C.

B. Approved Manufacturers:

1. Sika Corporation, Lyndhurst, NJ – Sikadur 32, Hi-Mod.

2. Euclid Chemical Company, Cleveland, OH – Dural 452 MV.

3. Simpson Strong-Tie Company Inc., Pleasanton, CA – FX-762.

4. or approved equal.

2.05 ADHESIVE ANCHOR SYSTEM

A. Provide an adhesive anchor system utilizing an injection adhesive manufactured for the

installation of drilled-in reinforcing steel dowels where indicated on the Drawings.

B. Injection Adhesive:

1. Injection adhesive shall be a two-component epoxy system including a hardener and a

resin, furnished in pre-measured side-by-side cartridges which keep the two components

separate. Adhesive shall be made for use in contact with potable water. Side-by-side

cartridges shall be designed to accept a static mixing nozzle which thoroughly blends the

two components and allows injection directly into the drilled hole.

Page 509: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 8 PCTS No. 13315

C. Adhesive anchor system shall be Hilti HIT HY 200 Adhesive Anchor System; or approved

equal. Adhesive anchors are designed based on Hilti HIT HY 200 Adhesive Anchor System,

unless otherwise noted.

2.06 REPAIR MORTARS (POLYMER-MODIFIED PORTLAND CEMENT MORTAR)

A. Horizontal Surfaces:

1. Repair mortar is a two-component polymer-modified, portland cement based mortar used

to repair horizontal surfaces with a migrating corrosion inhibitor and having a minimum

compressive strength at 28 days of 7,000psi.

2. Approved Manufacturers:

a. Sika Corporation, Lyndhurst, NJ – SikaTop 122 Plus.

b. Euclid Chemical Company, Cleveland, OH – DuralTop Flowable Mortar.

c. BASF Corporation Shakopee, MN – MasterEmaco T 310CI.

d. or approved equal.

B. Vertical and Overhead Surfaces:

1. Repair mortar is a two-component polymer-modified, portland cement based, fast setting,

non-sag mortar used to repair vertical and overhead surfaces with a migrating corrosion

inhibitor and having a minimum compressive strength at 28 days of 7,000psi.

2. Approved Manufacturers:

a. Sika Corporation, Lyndhurst, NJ – SikaTop 123 Plus.

b. Euclid Chemical Company, Cleveland, OH – DuralTop Gel.

c. US MIX Co., Denver, CO – US SPEC H2.

d. or approved equal.

2.07 SURFACE WATERSTOP REPAIR – ELASTOMERIC COATING SYSTEM

A. General:

1. Elastomeric Coating System shall be a high solids elastomeric modified polyurethane or

urethane coating that is certified by ANSI/NSF 61 for use in potable water applications.

B. Physical Properties:

1. All cured elastomeric coating shall be free of cracks, pinholes or other defects adversely

affecting the waterproofing characteristics of the material. The Engineer may authorize the

repair of such defects by approved methods.

2. The coating shall have good impact resistance and shall have sufficient elongation to

bridge existing cracks and joints in the concrete.

3. The coating shall be repairable at any time during the life of the tank structure.

4. The elastomeric coating system shall have the physical properties as given below:

a. Abrasion: Less than 1.2 mg loss, using CS17 wheel with 1000 grams load, per ASTM

D4060.

Page 510: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 9 PCTS No. 13315

b. Elongation: 300%, per ASTM D412.

c. Hardness, Shore A: ≥ 65, per ASTM D2240 @ 77 ºF.

d. Mullen Burst Strength: 150 psi, per ASTM D751, 50 mil.

e. Solids by Volume: 88%.

f. Tensile Strength: 1,000 psi, per ASTM D412, 100 mil sheet.

g. Tear Strength: 180 psi, per ASTM D624 (Die C).

C. Approved manufacturer's include:

1. CIM 1061 by C.I.M. Industries, Inc., Peterborough, New Hampshire.

2. Tnemec Series 264 Elasto-Shield by Tnemec Company, Inc., Kansas City, Missouri.

3. Or equal.

2.08 STRIP AND SEAL SYSTEM

A. The system shall be designed to seal moving joints and cracks in concrete and be ANSI/NSF

approved for potable water contact. The strip and seal joint repair system shall consist of two

components: an epoxy resin adhesive and hypalon sheeting.

1. Provide a two-component epoxy resin as follows:

a. Component A shall be a modified epoxy resin of the epichlorohydrin bisphenol A type

containing suitable viscosity control agents and pigments. It shall not contain butyl

glycidyl ether.

b. Component B shall be primarily a reaction product of a selected amine blend with an

epoxy resin of the epichlorohydrin bisphenol A type containing suitable viscosity

control agents, pigments and accelerators.

c. The ratio of Component A: Component B shall be 2:1 by volume.

2. Provide Hypalon sheeting as follows:

a. Hypalon sheeting shall consist of Hypalon rubber. It shall be perforated along the

bonding edges to provide a mechanical key. It shall have the ability to be vulcanized

with hydrocarbon solvent to permit its adhesion to an epoxy resin adhesive.

b. The sheeting width shall be as shown on the Drawings with a thickness of 40 mils.

c. The sheeting shall be able to be lapped or seamed by heat or by an aromatic

hydrosolvent strip.

d. The sheeting shall be supplied with a removable center expansion strip.

B. Properties of the cured epoxy resin adhesive:

1. Tensile Properties (ASTM D638) at 14 days:

a. Tensile Strength: 3,600 psi.

b. Elongation at Break: 0.4 percent.

c. Modulus of Elasticity: 7.5 x 105 psi.

2. Compressive Properties (ASTM D695) at 28 days:

a. Compressive Strength: 12,000 psi.

b. Modulus of Elasticity: 3.9 x 105 psi.

3. Flexural Properties (ASTM D790) at 14 days:

Page 511: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 10 PCTS No. 13315

a. Flexural Strength (Modulus of Rupture): 4,400 psi.

b. Tangent Modulus of Elasticity in Bending: 1.0 x 106 psi.

4. Shear Strength (ASTM D732) at 14 days: 3,400 psi.

5. Water Absorption (ASTM D570) at 1 day: 0.79 percent.

6. Bond Strength (ASTM C882) Hardened Concrete to Hardened Concrete:

a. 2 day (dry cure) Bond Strength: 3,300 psi.

b. 14 day (moist cure) Bond Strength: 2,400 psi.

7. The epoxy resin shall conform to ASTM C881.

C. Properties of the Hypalon Sheeting:

1. Tensile Properties (ASTM D412):

a. Tensile Strength: 1,000 psi.

b. Elongation at Break: 800 percent.

c. Tensile Set after Break: 400 percent.

2. Tear Resistance (ASTM D624) Die C:

a. Resistance to Tear: 250 1b/in.

3. Low Temperature of Performance: Maintained to minus 40 degrees F.

D. Approved Manufacturer:

1. Sikadur Combiflex as manufactured by Sika Corporation, Lyndhurst, NJ or equal.

2.09 BACKER RODS

A. Open Cell Backer Rod – Extruded, open cell polyurethane foam. Diameter shall not be less than

200 percent of the joint width dimension.

B. Closed Cell Backer Rod – Extruded, non-staining, resilient closed cell polyethylene foam,

compatible with sealant. Diameter shall not be less than 25 percent greater than the joint width.

Sealant shall not adhere to backer rod.

2.10 CARBON FIBER REINFORCED PLASTIC LAMINATE SYSTEM

A. Impregnating Resin:

1. Provide a two-component, solvent-free, asbestos free, moisture insensitive epoxy resin

material used to bond carbon fiber reinforced plastic laminates to concrete. Impregnating

resin shall be Sikadur Hex 300 by Sika Corporation, Lyndhurst, NJ.

B. Carbon Fiber Reinforced Plastic Laminate:

1. Provide carbon fiber reinforced plastic laminate designed for strengthening concrete

structures as an external reinforcement. Carbon fiber reinforced plastic laminate shall be

SikaWrap Hex 103C by Sika Corporation, Lyndhurst, NJ.

Page 512: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 11 PCTS No. 13315

2.11 EPOXY PASTE ADHESIVE

A. General:

1. Epoxy paste adhesive shall be a two-component, solvent-free, moisture insensitive epoxy

resin material used as an adhesive for mating surfaces where the glue line is 1/8-in or less

and to bond fresh, plastic concrete to clean, sound hardened concrete. The material shall

comply with the requirements of ASTM C881, Type IV, Grade 3, Class C.

2. Approved Manufacturers:

a. Sika Corporation, Lyndhurst, NJ – Sikadur 31 Hi-Mod Gel.

b. Euclid Chemical Company, Cleveland, OH – Dural 452 Gel.

c. BASF Corporation, Shakopee, MN – MasterEmaco ADH 1420.

d. or approved equal.

PART 3 EXECUTION

3.01 GENERAL

A. The locations, details, and limits of the repairs are shown on the Drawings. All work shall

comply with the requirements of this Section and as indicated on the Drawings.

B. Examine areas and conditions under which repair work is to be installed, and notify Engineer in

writing of conditions detrimental to proper and timely completion of work. Do not proceed with

work until unsatisfactory conditions have been corrected in a manner acceptable to Engineer.

C. All commercial products shall be stored, mixed, applied and cured in strict compliance with the

manufacturer's instructions.

D. Where concrete is repaired in the vicinity of an expansion joint or control joint, preserve the

isolation between components on either side of the joint.

E. When drilling holes for dowels/bolts, stop drilling if reinforcing is encountered. As approved by

the Engineer, relocate the hole to avoid reinforcing. Do not cut reinforcing without prior

approval by the Engineer. Where possible, identify reinforcing locations prior to drilling using

"rebar locators" so that drill hole locations may be adjusted to avoid reinforcing interference.

F. Concrete designated to be removed to specific limits as shown on the Drawings or directed by

the Engineer, shall be done by saw cutting (1-in deep as shown on the Drawings) at limits of

removal followed by line drilling and chipping or sandblasting, or airblasting, as appropriate in

the areas where deteriorated, damaged unsound concrete is to be taken out .Remove concrete

such that surrounding concrete and existing reinforcing to be left in place and existing in place

equipment are not damaged.

G. All saw-cut edges for repair areas shall be vertically and horizontally straight. Intersecting cuts

shall be perpendicular to each other.

H. Saw cutting shall stop if rebar is encountered. Rebar shall not be cut without prior approval by

the Engineer. Where possible, Contractor shall identify rebar locations within one foot of saw

cut locations in any direction prior to saw cutting using "rebar locators."

Page 513: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 12 PCTS No. 13315

I. Clean concrete surfaces of all efflorescence, deteriorated concrete, dirt, laitance, existing repair

materials (liners, adhesives, epoxies, etc.), and foreign matter by sandblasting, airblasting,

scarifying or other mechanical means to sound original concrete.

J. Care shall be taken to fully consolidate the repair material, completely filling all portions of the

area to be filled.

K. The finished repair surfaces shall be brought into alignment with the adjacent existing surfaces

to provide a uniform, even surface. The repair surfaces shall match adjacent existing surfaces in

texture and shall receive any coatings or surface treatments that had been provided for the

existing surface.

L. The Engineer may from time to time direct the Contractor to make additional repairs to existing

concrete. These repairs shall be made as specified or by such other methods as may be

appropriate.

M. Repair or replace concrete shown or specified to be left in place which is damaged as a result of

the work by approved means at no additional cost to the Owner.

3.02 CRACK/CONSTRUCTION JOINT REPAIR (POLYURETHANE CHEMICAL GROUT

INJECTION REPAIR TYPE "A")

A. Apply polyurethane chemical grout to leaking cracks, joints, and voids in existing concrete.

B. Clean concrete surfaces as specified herein and as required by the manufacturer of the

polyurethane chemical grout.

C. Install polyurethane chemical grout through drilled-in injection ports installed as recommended

by the polyurethane chemical grout manufacturer. Installation and curing of polyurethane

chemical grout shall be in accordance with manufacturer's requirements.

D. Remove all excess material from the faces of walls, floors, and slabs.

E. Remove all injection ports and seal with grout. The repair area shall be flush with the

surrounding concrete surface.

F. At completion of repairs, the Contractor, Engineer, and installers of the materials used on the

repairs shall inspect the work. Any leaking joints, cracks, or voids shall be repaired in

accordance with the manufacturer's instructions at no additional cost to the Owner. At the

completion of these repairs, the Contractor, Engineer, and installers of the materials shall

inspect the repaired problem areas.

3.03 CRACK REPAIR (EPOXY ADHESIVE INJECTION REPAIR TYPE "B")

A. Cracks on horizontal surfaces shall be repaired by gravity feeding crack repair epoxy adhesive

into cracks per manufacturer's recommendations. If cracks are less than 1/16 in in thickness they

shall be pressure injected.

B. Cracks on vertical surfaces shall be repaired by pressure injecting crack repair epoxy adhesive

through injection ports sealed to surface with crack repair epoxy adhesive per manufacturer's

recommendations.

Page 514: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 13 PCTS No. 13315

C. The cracks shall be cleaned by sandblast, water jet or high pressure air to remove loose matter,

dirt, laitance, oil, grease or other contaminants in accordance with the manufacturer's

instructions. Prior to injection of the crack a surface seal of epoxy paste shall be applied to the

faces of the crack. Openings in the surface seal (injection ports) shall be established along the

crack. The distance between injection ports shall not be greater than the thickness of the slab or

wall. Injection shall begin at the first port at one end of the crack. For vertical or inclined

surfaces this shall be the lowest point of the crack. Injection shall continue at the first port until

the injected epoxy begins to flow out of the second port in line. The first port shall be plugged

and injection started at the second port. The entire crack shall be injected with the same

sequence. Continue injecting crack and do not stop until crack is completely injected. After the

injected epoxy has cured, remove or cut off ports and grind flush with adjacent concrete surface.

There shall be no indentations or protrusions caused by placement of ports.

D. The Engineer may take random 2-in diameter core samples for visual inspection and strength

testing to verify adequacy of repairs.

3.04 SPALLED/DETERIORATED CONCRETE REPAIR (REPAIRS TYPE "C", "E", AND "F")

A. The only material acceptable for surface repair of spalled or deteriorated concrete is polymer-

modified cementitious repair mortar as specified herein.

B. Saw cut perimeter of deteriorated concrete to form a rectangle with straight edges to a depth as

shown on the Drawings. Remove all fractured, loose, broken, softened, and deteriorated

concrete by abrasive blasting, chipping or other appropriate means down to sound concrete.

Chip concrete substrate to obtain a surface profile with a new fractured aggregate surface.

C. Remove all dirt, oil, grease, and other bond inhibiting materials from the surface by dry

mechanical means such as sand blasting, chipping, or wire brushing. Thoroughly clean surface

of loose or weakened material and dust by dry mechanical means such as air blast. Additional

surface preparation shall follow the recommendations of the repair mortar manufacturer.

D. Do not damage reinforcing steel that is to be incorporated into new concrete. Where reinforcing

steel with active corrosion is encountered, the procedure shall be as follows:

1. Use dry mechanical means to remove all loose material, contaminants and rust from

exposed reinforcing steel.

2. When more than half of the diameter of a reinforcing bar is exposed, chip out behind the

reinforcing steel, 1-in minimum.

3. The distance chipped behind a reinforcing bar shall be equal to or exceed the minimum

placement depth of the material to be used, 1-in minimum.

4. If existing reinforcing steel has lost more than 15 percent of its original cross sectional

area, splice in new reinforcing as shown on the Drawings.

E. Cracks encountered in the substrate in the area of the spalled/deteriorated concrete repair shall

be repaired as specified herein, as directed by the Engineer.

F. Repair Mortar Placement:

Page 515: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 14 PCTS No. 13315

1. Follow the procedures recommended by the manufacturer for the mixing and placement of

the repair mortar.

2. After the initial mixing of the repair mortar, additional water shall not be added to change

the consistency should the mix begin to stiffen.

3. Substrate shall be saturated surface dry (SSD) with no standing water during application.

4. Apply scrub coat to substrate, filling all pores and voids.

5. While scrub coat is still plastic, apply the polymer-modified repair mortar. The repair

mortar shall be placed to an even, uniform plane to restore the member to its original

surface.

6. For applications greater than 1-in in depth, apply repair mortar in lifts. Score the exposed

surface of each lift to produce a roughened surface before applying the next lift. Allow the

lift to reach final set before proceeding with the next lift.

G. Finishing:

1. The repair mortar shall receive a smooth, steel trowel finish, unless otherwise noted.

2. When completed, there shall be no sharp edges. All exterior corners, such as at

penetrations, shall be made with a one-inch radius. All interior corners shall be square.

H. Curing: Curing shall be performed as recommended by the repair mortar manufacturer except

that the cure period shall be at least 24 hours and shall be by means of a continuous fog spray or

moist cure with wet burlap.

3.05 SURFACE WATERSTOP REPAIR TYPE "D"– ELASTOMERIC COATING SYSTEM

A. Surface Preparation of Existing Concrete Substrates:

1. Abrasive blast clean all previously coated concrete surfaces to remove all existing

protective coating materials, degraded concrete, and to produce a sound, clean substrate

free of laitance, surface contaminants, loose materials, or otherwise deleterious substances

which would reduce or prevent bond. Cleaning shall be in accordance with SSPC-SP-

13/NACE.

2. Cleaning of all existing concrete surfaces shall produce a minimum, uniform substrate

anchor pattern or profile similar to CSP 4 to 6 in accordance with ICRI 03732.

3. Should cleaning not remove degraded concrete, chipping or other abrading tools shall be

used to remove the deteriorated concrete until a sound, clean substrate is achieved which is

free of calcium sulfate, loose coarse or fine aggregate, laitance, loose hydrated cement

paste, and otherwise deleterious substances which would reduce or prevent bond. Abrasive

blast cleaning and any other means necessary shall be used to open up all air voids or

"bugholes" to expose their complete perimeter. Do not leave shelled over, hidden air voids

beneath the exposed concrete surface. Concrete substrate must be dry prior to the

application of any surface filler or coating materials.

Page 516: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 15 PCTS No. 13315

4. Following inspection of the concrete surface preparation by the Contractor, and acceptance

by the Engineer, thoroughly vacuum clean all concrete surfaces to be coated to remove all

loose dust, dirt, and spent abrasive leaving a dust free, sound concrete substrate. All debris

produced by blast cleaning shall be removed and disposed of by the Contractor. Inspect

again and if specified conditions are met, the Engineer will accept the substrate prior to

commencement of coating installation.

B. Control of Ambient Conditions in Tank Structures to be Coated:

1. Control ambient conditions in the tank structures to be coated, and provide protective

enclosures during surface preparation, application, and curing, to meet the manufacturer's

recommendations. This control work shall be continued throughout the coating system

installation and curing.

2. Do not apply coating materials when dust is being generated.

3. Provide all temporary lighting during the work equivalent to a minimum of one 200 watt

explosion proof incandescent lamp per 100 square feet of work area.

C. Installation of Coating System:

1. Installation of material shall strictly comply with the coating system manufacturer's most

recent instructions. The installed coating system must provide a watertight seal at the

construction joints as shown on the Drawings.

2. Repair all deep voids or damaged areas of the concrete substrates to be coated as shown on

the Drawings and specified herein.

3. Apply binder coat/primer coat as required by the coating system manufacturer's most

recent instructions. Binder coat/primer coat shall be applied only to areas where

elastomeric system is intended for application. Protect adjacent surfaces with tape prior to

application of system.

4. Trowel, roll or spray apply the approved coating material evenly over the concrete surfaces

as recommended and instructed by the coating manufacturer to a minimum total dry film

thickness of 60 mils above the prepared profile and above all filled air voids and bugholes

in the concrete substrates. Depending upon the selected product, installation may require

more than one application of the coating material to achieve the total dry film thickness. To

ensure a pinhole free coating surface and to remove sags or trowel marks, the wet coating

shall be rolled or otherwise treated to leave a relatively smooth coating surface free of

excessive trowel marks, sags or other variations in thickness. The coating material shall be

forced into the surface profile or roughness of the substrate as recommended by the coating

manufacturer.

5. When the surface temperatures of the concrete substrates to be coated are rising or when

these substrates are in direct sunlight, outgasing of air from the concrete will result in

bubbling, pinhole formations, and/or blistering in the coating or resurfacing materials.As

such, the application of the coating or surfacing materials in such locations shall be

postponed until the cooler evening hours or other measures shall be taken to prevent such

rising substrate temperatures. Should bubbles, pinholes, or discontinuities form in the

applied materials, they shall be repaired as recommended by the manufacturer.

Page 517: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 16 PCTS No. 13315

6. Any or all sloughs, sags, ridges, runs, or other surface irregularities shall be smoothed by

methods and means approved by the manufacturer prior to application of successive coats

and prior to cure of the coating material. The completed coating shall be smooth, pinhole

free, and free of seams or cold joints.

3.06 STRIP AND SEAL SYSTEM

A. Clean both sides of the joint by mechanical methods as approved by the manufacturer of the

approved system.

B. Remove any unsound or deteriorated concrete adjacent to the joint prior to repair .Rebuild to

original or required concrete dimensions as directed by the Engineer.

C. Where shown on the Drawings, pack open cell polyurethane foam backer rods saturated with

polyurethane chemical grout into the joint. Spray the saturated foam with water to activate grout

and create a seal.

D. Apply adhesive on each side of the joint as recommended by the manufacturer. Work into the

substrate for positive adhesion.

E. Firmly roll Hypalon sheet to the joint as recommended by the manufacturer. At expansion

joints, sheets shall be continuous and draped and/or loose into the expansion joint as shown on

the Drawings.

F. Apply top layer of adhesive from each edge of joint to outer edge of sheet as recommended by

the manufacturer. The adhesive shall seal the outer edge of the sheet. Remove the expansion

strip from the sheeting before the epoxy resin has set. Liners with expansion strips shall be used.

3.07 REPAIR USING CARBON FIBER REINFORCED PLASTIC LAMINATE SYSTEM

A. Remove all paint, dirt, dust, laitance, oil, grease and all other bond inhibiting materials from

concrete surface by sandblasting or other dry mechanical means.

B. Apply impregnating resin to the clean dry concrete surface by brush or roller in accordance with

the manufacturer's written instructions.

C. Apply impregnating resin to the carbon fiber reinforced plastic laminate in accordance with the

manufacturer's written instructions.

D. Place the laminate onto the concrete surface and press them together with hard rubber rollers or

other methods as recommended by the manufacturer. Lap splice laminate as shown.

E. Allow the repair to set and do not disturb the laminate.

3.08 FIELD QUALITY CONTROL

A. At completion of all repairs, the Contractor, Engineer, and installers of the materials used on the

repairs shall inspect the work. Leaking joints, cracks or voids shall be repaired in accordance

with the manufacturer's instructions at no additional cost to the Owner. Repairs not in

conformance with the Drawings or Specifications shall be repaired in accordance with the

manufacturer's instructions at no additional cost to the Owner. At the completion of these

Page 518: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 17 PCTS No. 13315

repairs, the Contractor, Engineer, and installers of the materials shall inspect the repaired

problem areas.

END OF SECTION

Page 519: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 03741 - 18 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 520: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 1 PCTS No. 13315

SECTION 04200

UNIT MASONRY

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install unit masonry

complete as shown on the Drawings and as specified herein.

B. Sections includes:

1. Concrete masonry units (CMUs)

2. Mortar and grout

3. Masonry joint reinforcement

4. Ties and anchors

5. Embedded flashing

6. Miscellaneous masonry accessories

7. Masonry-cell insulation

1.02 RELATED WORK

A. Reinforcing steel is included in Section 03300.

B. Sealing control and expansion joints in unit masonry Division 07.

C. Cement Plaster (Stucco) is included in Section 09200.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, detailed information on materials proposed and

installation methods.

B. Product Data: For each type of product indicated.

C. Shop Drawings: For the following:

1. Masonry Units: Show sizes, profiles, coursing, and locations of special shapes.

2. Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars.

Comply with ACI 315, "Details and Detailing of Concrete Reinforcement."

3. Fabricated Flashing: Detail corner units, end-dam units, and other special applications.

D. Qualification Data: For testing agency.

Page 521: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 2 PCTS No. 13315

E. Material Certificates: Include statements of material properties indicating compliance with

requirements including compliance with standards and type designations within standards.

Provide for each type and size of the following:

1. Masonry units.

a. Include data on material properties, material test reports substantiating compliance

with requirements.

b. For masonry units used in structural masonry, include data and calculations

establishing average net-area compressive strength of units.

2. Cementitious materials. Include brand, type, and name of manufacturer.

3. Pre-blended, dry mortar mixes. Include description of type and proportions of ingredients.

4. Grout mixes. Include description of type and proportions of ingredients.

5. Joint reinforcement.

6. Anchors, ties, and metal accessories.

F. Mix Designs: For each type of mortar and grout. Include description of type and proportions of

ingredients.

1. Include test reports, per ASTM C 780, for mortar mixes required to comply with property

specification.

2. Include test reports, per ASTM C 1019, for grout mixes required to comply with

compressive strength requirement.

G. Statement of Compressive Strength of Masonry: For each combination of masonry unit type

and mortar type, provide statement of average net-area compressive strength of masonry units,

mortar type, and resulting net-area compressive strength of masonry determined according to

Tables 1 and 2 in ACI 530.1/ASCE 6/TMS 602.

H. Cold-Weather and Hot-Weather Procedures: Detailed description of methods, materials, and

equipment to be used to comply with cold-weather requirements.

1.04 REFERENCES

A. American Concrete Institute/American Concrete Institute

1. ACI 315 - Details and Detailing of Concrete Reinforcement

B. American Concrete Institute/American Concrete Institute; American Society of Civil Engineers;

and The Masonry Society

1. ACI 530.1/ASCE 6/TMS 602 - Specification for Masonry Structures

C. ASTM International

1. ASTM A 153/A 153M - Specification for Zinc Coating (Hot-Dip) on Iron and Steel

Hardware

Page 522: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 3 PCTS No. 13315

2. ASTM A 240/A 240M - Specification for Chromium and Chromium-Nickel Stainless Steel

Plate, Sheet, and Strip for Pressure Vessels and for General Applications

3. ASTM A 307 - Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile

Strength

4. ASTM A 563 - Specification for Carbon and Alloy Steel Nuts

5. ASTM A 951/A 951M - Specification for Masonry Joint Reinforcement

6. ASTM C 90 - Specification for Loadbearing Concrete Masonry Units

7. ASTM C 140 - Test Methods for Sampling and Testing Concrete Masonry Units and

Related Units

8. ASTM C 143/C 143M - Test Method for Slump of Hydraulic Cement Concrete

9. ASTM C 144 - Specification for Aggregate for Masonry Mortar

10. ASTM C 150 - Specification for Portland Cement

11. ASTM C 207 - Specification for Hydrated Lime for Masonry Purposes

12. ASTM C 270 - Specification for Mortar for Unit Masonry

13. ASTM C 404 - Specification for Aggregates for Masonry Grout

14. ASTM C 476 - Specification for Grout for Masonry

15. ASTM C 494/C 494M - Specification for Chemical Admixtures for Concrete

16. ASTM C 578 - Specification for Rigid, Cellular Polystyrene Thermal Insulation

17. ASTM C 780 - Test Method for Preconstruction and Construction Evaluation of Mortars

for Plain and Reinforced Unit Masonry

18. ASTM C 1019 - Test Method for Sampling and Testing Grout

19. ASTM C 1093 - Practice for Accreditation of Testing Agencies for Unit Masonry

20. ASTM C 1314 - Test Method for Compressive Strength of Masonry Prisms

21. ASTM C 1506 - Test Method for Water Retention of Hydraulic Cement-Based Mortars

and Plasters

22. ASTM D 226 - Specification for Asphalt-Saturated Organic Felt Used in Roofing and

Waterproofing

23. ASTM D 1056 - Specification for Flexible Cellular Materials - Sponge or Expanded

Rubber

24. ASTM F 568M - Specification for Carbon and Alloy Steel Externally Threaded Metric

Fasteners

Page 523: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 4 PCTS No. 13315

D. National Concrete Masonry Association

1. NCMA TEK 8 - Removal of Stains from Concrete Masonry Walls

E. Sheet Metal and Air Conditioning Contractors' National Association

1. Architectural Sheet Metal Manual.

F. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 DEFINITIONS

A. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells.

B. CMU(s): Concrete masonry unit(s).

1.06 PERFORMANCE REQUIREMENTS

A. Provide structural unit masonry that develops indicated net-area compressive strengths (f'm) at

28 days.

B. Determine net-area compressive strength (f'm) of masonry from average net-area compressive

strengths of masonry units and mortar types (unit-strength method) according to Tables 1 and 2

in ACI 530.1/ASCE 6/TMS 602.

1. For concrete masonry unit construction: f 'm = 1500 psi.

C. Determine net-area compressive strength (f'm) of masonry by testing masonry prisms according

to ASTM C 1314.

1.07 QUALITY ASSURANCE

A. Testing Agency Qualifications: Qualified according to ASTM C 1093 for testing indicated.

B. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and

color, or a uniform blend within the ranges accepted for these characteristics, through one

source from a single manufacturer for each product required.

C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality,

including color for exposed masonry, from a single manufacturer for each cementitious

component and from one source or producer for each aggregate.

D. Masonry Standard: Comply with ACI 530.1/ASCE 6/TMS 602 unless modified by

requirements in the Contract Documents.

E. Sample Panels: Build sample panels to verify selections made under sample submittals and to

demonstrate aesthetic effects.

1. Build sample panels for typical exterior wall in sizes approximately) 60 inches long by 48

inches high by full thickness.

2. Protect approved sample panels from the elements with weather-resistant membrane.

Page 524: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 5 PCTS No. 13315

3. Approval of sample panels is for color, texture, and blending of masonry units; relationship

of mortar and sealant colors to masonry unit colors; tooling of joints; aesthetic qualities of

workmanship; and other material and construction qualities specifically approved by

Engineer in writing.

a. Approval of sample panels does not constitute approval of deviations from the

Contract Documents contained in sample panels unless such deviations are

specifically approved by Engineer in writing.

4. Coordinate the requirements of the masonry sample panel with the requirements of the

Cement Plaster (Stucco) Sample Panel.

1.08 PRECONSTRUCTION TESTING

A. Preconstruction Testing Service: Owner will engage a qualified independent testing agency to

perform preconstruction testing indicated below. Retesting of materials that fail to comply with

specified requirements shall be done at Contractor's expense.

1. Concrete Masonry Unit Test: For each type of unit required, according to ASTM C 140

for compressive strength.

2. Mortar Test (Property Specification): For each mix required, according to ASTM C 109/C

109M for compressive strength[, ASTM C 1506 for water retention, and ASTM C 91 for

air content].

3. Mortar Test (Property Specification): For each mix required, according to ASTM C 780

for compressive strength.

4. Grout Test (Compressive Strength): For each mix required, according to ASTM C 1019.

5. Prism Test: For each type of construction required, according to ASTM C 1314.

1.09 DELIVERY, STORAGE AND HANDLING

A. Store masonry units on elevated platforms in a dry location. If units are not stored in an

enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units

become wet, do not install until they are dry.

B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not

use cementitious materials that have become damp.

C. Store aggregates where grading and other required characteristics can be maintained and

contamination avoided.

D. Deliver pre-blended, dry mortar mix in moisture-resistant containers designed for lifting and

emptying into dispensing silo. Store pre-blended, dry mortar mix in delivery containers on

elevated platforms, under cover, and in a dry location or in a metal dispensing silo with

weatherproof cover.

E. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt

and oil.

Page 525: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 6 PCTS No. 13315

1.10 PROJECT CONDITIONS

A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with

waterproof sheeting at end of each day's work. Cover partially completed masonry when

construction is not in progress.

1. Extend cover a minimum of 24 inches (600 mm) down both sides of walls and hold cover

securely in place.

B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least

3 days after building masonry walls or columns.

C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left

exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such

masonry.

1. Protect base of walls from rain-splashed mud and from mortar splatter by spreading

coverings on ground and over wall surface.

2. Protect sills, ledges, and projections from mortar droppings.

3. Protect surfaces of window and door frames, as well as similar products with painted and

integral finishes, from mortar droppings.

4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from

splashing mortar and dirt onto completed masonry.

D. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice

or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost

or by freezing conditions. Comply with cold-weather construction requirements contained in

ACI 530.1/ASCE 6/TMS 602.

1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg

F (4 deg C) and higher and will remain so until masonry has dried, but not less than seven

days after completing cleaning.

E. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in

ACI 530.1/ASCE 6/TMS 602.

PART 2 PRODUCTS

2.01 MASONRY UNITS, GENERAL

A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to

contain chips, cracks, or other defects exceeding limits stated in the standard. Do not use units

where such defects will be exposed in the completed Work.

2.02 CONCRETE MASONRY UNITS (CMUS)

A. Shapes: Provide shapes indicated and as follows:

1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers,

bonding, and other special conditions.

Page 526: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 7 PCTS No. 13315

2. Provide square-edged units for outside corners, unless otherwise indicated.

B. CMU's: ASTM C 90.

1. Unit Compressive Strength: Provide units with minimum average net-area compressive

strength of 2000 psi.

2. Density Classification: Normal weight.

3. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions.

4. Exposed Faces: Provide color and texture matching the range represented by Engineer's

sample.

2.03 CONCRETE LINTELS

A. General: Provide precast concrete lintels, complying with requirements below.

B. Precast lintels complying with requirements on structural drawings and with reinforcing bars

indicated.

2.04 MORTAR AND GROUT MATERIALS

A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold-weather

construction. Provide natural color or white cement as required to produce mortar color

indicated.

B. Hydrated Lime: ASTM C 207, Type S.

C. Portland Cement-Lime Mix: Packaged blend of portland cement complying with ASTM C 150,

Type I or Type III, and hydrated lime complying with ASTM C 207, Type S.

D. Aggregate for Mortar: ASTM C 144.

1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or

crushed stone.

2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No.

16 sieve.

3. White-Mortar Aggregates: Natural white sand or crushed white stone.

E. Aggregate for Grout: ASTM C 404.

F. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with

ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar

of composition indicated.

1. Products:

a. Euclid Chemical Company (The); Accelguard 80.

b. Grace Construction Products, a unit of W. R. Grace & Co. - Conn.; Morset.

c. Sonneborn Products, BASF Aktiengesellschaft; Trimix-NCA.

d. Or equal.

Page 527: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 8 PCTS No. 13315

G. Water: Potable.

2.05 REINFORCEMENT

A. Steel reinforcing bars are specified in Division 03.

B. Masonry Joint Reinforcement, General: ASTM A 951/A 951M.

1. Interior Walls: Hot-dip galvanized, carbon steel.

2. Exterior Walls: Hot-dip galvanized, carbon steel.

3. Wire Size for Side Rods: 0.187-inch (4.76-mm) diameter.

4. Wire Size for Cross Rods: 0.187-inch (4.76-mm) diameter.

5. Spacing of Cross Rods, Tabs, and Cross Ties: Not more than 16 inches (407 mm) o.c.

6. Provide in lengths of not less than 10 feet (3 m), with prefabricated corner and tee units.

C. Masonry Joint Reinforcement for Single-Wythe Masonry: Either ladder or truss type with

single pair of side rods.

2.06 MISCELLANEOUS ANCHORS

A. Dovetail Slots in Concrete: Furnish dovetail slots with filler strips, of slot size indicated,

fabricated from 0.034-inch (0.86-mm), galvanized steel sheet.

B. Anchor Bolts: Headedsteel bolts complying with ASTM A 307, Grade A (ASTM F 568M,

Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat

washers; hot-dip galvanized to comply with ASTM A 153/A 153M, Class C; of dimensions

indicated.

2.07 EMBEDDED FLASHING MATERIALS

A. Metal Flashing: Provide metal flashing, where flashing is exposed or partly exposed and where

indicated, complying with SMACNA's "Architectural Sheet Metal Manual as follows:

1. Stainless Steel: ASTM A 240/A 240M, Type 304, 0.016 inch (0.40 mm) thick.

2. Copper: ASTM B 370, Temper H00, cold-rolled copper sheet, 16-oz./sq. ft. (4.9-kg/sq. m)

weight.

3. Fabricate continuous flashings in sections 96 inches (2400 mm) long minimum, but not

exceeding 12 feet (3.7 m). Provide splice plates at joints of formed, smooth metal flashing.

4. Metal Drip Edges: Fabricate from stainless steel. Extend at least 3 inches (76 mm) into

wall and 1/2 inch (13 mm) out from wall, with outer edge bent down 30 degrees.

5. Metal Flashing Terminations: Fabricate from stainless steel. Extend at least 3 inches (76

mm) into wall and out to exterior face of wall. At exterior face of wall, bend metal back on

itself for 3/4 inch (19 mm) and down into joint 1/4 inch (6 mm) to form a stop for retaining

sealant backer rod.

Page 528: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 9 PCTS No. 13315

B. Application: Unless otherwise indicated, use the following:

1. Where flashing is indicated to receive counterflashing, use metal flashing.

2. Where flashing is indicated to be turned down at or beyond the wall face, use metal

flashing.

3. Where flashing is partly exposed and is indicated to terminate at the wall face, use metal

flashing with a drip edge.

4. Where flashing is fully concealed, use metal flashing.

C. Single-Wythe CMU Flashing System: System of CMU cell flashing pans and interlocking

CMU web covers made from high-density polyethylene incorporating chemical stabilizers that

prevent UV degradation. Cell flashing pans have integral weep spouts that are designed to be

built into mortar bed joints and weep collected moisture to the exterior of CMU walls and that

extend into the cell to prevent clogging with mortar.

1. Product: Subject to compliance with requirements, provide Mortar Net USA, Ltd.; Blok-

Flash.

D. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products

or products recommended by flashing manufacturer for bonding flashing sheets to each other

and to substrates.

2.08 MISCELLANEOUS MASONRY ACCESSORIES

A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1;

compressible up to 35 percent; of width and thickness indicated; formulated from neoprene.

B. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber compound, complying

with ASTM D 2000, Designation M2AA-805 and designed to fit standard sash block and to

maintain lateral stability in masonry wall; size and configuration as indicated.

C. Bond-Breaker Strips: Asphalt-saturated, organic roofing felt complying with ASTM D 226,

Type I (No. 15 asphalt felt).

D. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanning masonry

unit cells with loops for holding reinforcing bars in center of cells. Units are formed from 0.142-

inch steel wire, hot-dip galvanized after fabrication. Provide units with either two loops or four

loops as needed for number of bars indicated.

1. Products:

a. Dayton Superior Corporation, Dur-O-Wal Division; D/A 810, D/A 812 or D/A 817.

b. Heckmann Building Products Inc.; No. 376 Rebar Positioner.

c. Hohmann & Barnard, Inc.; #RB or #RB-Twin Rebar Positioner.

d. Wire-Bond; O-Ring or Double O-Ring Rebar Positioner.

e. Or equal.

Page 529: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 10 PCTS No. 13315

2.09 MASONRY-CELL INSULATION

A. Molded-Polystyrene Insulation Units: Rigid, cellular thermal insulation formed by the

expansion of polystyrene-resin beads or granules in a closed mold to comply with ASTM C

578, Type I. Provide specially shaped units designed for installing in cores of masonry units.

1. Products:

a. Concrete Block Insulating Systems; Korfil.

b. Shelter Enterprises Inc.; Omni Core.

c. Or equal.

2.10 MASONRY CLEANERS

A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing

mortar/grout stains, efflorescence, and other new construction stains from new masonry without

discoloring or damaging masonry surfaces. Use product expressly approved for intended use by

cleaner manufacturer and manufacturer of masonry units being cleaned.

1. Manufacturers:

a. Diedrich Technologies, Inc.

b. EaCo Chem, Inc.

c. ProSoCo, Inc.

d. Or equal.

2.11 MORTAR AND GROUT MIXES

A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators,

retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise

indicated.

1. Do not use calcium chloride in mortar or grout.

2. Limit cementitious materials in mortar to portland cement and lime.

3. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to

view, regardless of weather conditions, to ensure that mortar color is consistent.

B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix.

Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients

before delivering to Project site.

C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification. Provide the

following types of mortar for applications stated unless another type is indicated.

1. For masonry below grade or in contact with earth, use Type S.

2. For reinforced masonry, use Type S.

3. For exterior, above-grade, load-bearing and non-load-bearing walls and parapet walls; for

interior load-bearing walls; for interior non-load-bearing partitions; and for other

applications where another type is not indicated, use Type N.

Page 530: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 11 PCTS No. 13315

D. Grout for Unit Masonry: Comply with ASTM C 476.

1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will

comply with Table 1.15.1 in ACI 530.1/ASCE 6/TMS 602 for dimensions of grout spaces

and pour height.

2. Proportion grout in accordance with ASTM C 476, paragraph 4.2.2 for specified 28-day

compressive strength indicated, but not less than 2000 psi.

3. Provide grout with a slump of 10 to 11 inches as measured according to ASTM C 143/C

143M.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine conditions, with Installer present, for compliance with requirements for installation

tolerances and other conditions affecting performance of work.

1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental

to performance of work.

2. Verify that foundations are within tolerances specified.

3. Verify that reinforcing dowels are properly placed.

B. Before installation, examine rough-in and built-in construction for piping systems to verify

actual locations of piping connections.

C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 INSTALLATION, GENERAL

A. Thickness: Build single-wythe walls to actual widths of masonry units, using units of widths

indicated.

B. Build chases and recesses to accommodate items specified in this and other Sections.

C. Leave openings for equipment to be installed before completing masonry. After installing

equipment, complete masonry to match the construction immediately adjacent to opening.

D. Use full-size units without cutting if possible. If cutting is required to provide a continuous

pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, sharp,

unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut

units with cut surfaces and, where possible, cut edges concealed.

E. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and

textures.

1. Mix units from several pallets or cubes as they are placed.

F. Matching Existing Masonry: Match coursing, bonding, color, and texture of existing masonry.

Page 531: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 12 PCTS No. 13315

3.03 TOLERANCES

A. Dimensions and Locations of Elements:

1. For dimensions in cross section or elevation do not vary by more than plus 1/2 inch (12

mm) or minus 1/4 inch (6 mm).

2. For location of elements in plan do not vary from that indicated by more than plus or minus

1/2 inch (12 mm).

3. For location of elements in elevation do not vary from that indicated by more than plus or

minus 1/4 inch (6 mm) in a story height or 1/2 inch (12 mm) total.

B. Lines and Levels:

1. For bed joints and top surfaces of bearing walls do not vary from level by more than 1/4

inch in 10 feet (6 mm in 3 m), or 1/2 inch (12 mm) maximum.

2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary

from level by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6

m), or 1/2 inch (12 mm) maximum.

3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet (6

mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm) maximum.

4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion

and control joints, do not vary from plumb by more than 1/8 inch in 10 feet (3 mm in 3 m),

1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum.

5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet (6 mm in

3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2 inch (12 mm) maximum.

6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4

inch in 10 feet (6 mm in 3 m), or 1/2 inch (12 mm) maximum.

7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more

than 1/16 inch (1.5 mm) except due to warpage of masonry units within tolerances

specified for warpage of units.

C. Joints:

1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3

mm), with a maximum thickness limited to 1/2 inch (12 mm).

2. For exposed bed joints, do not vary from bed-joint thickness of adjacent courses by more

than 1/8 inch (3 mm).

3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch

(9 mm) or minus 1/4 inch (6 mm).

4. For exposed head joints, do not vary from thickness indicated by more than plus or minus

1/8 inch (3 mm). Do not vary from adjacent bed-joint and head-joint thicknesses by more

than 1/8 inch (3 mm).

Page 532: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 13 PCTS No. 13315

5. For exposed bed joints and head joints of stacked bond, do not vary from a straight line by

more than 1/16 inch (1.5 mm) from one masonry unit to the next.

3.04 LAYING MASONRY WALLS

A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint

thicknesses and for accurate location of openings, movement-type joints, returns, and offsets.

Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at

other locations.

B. Lay concealed masonry with all units in a wythe in running bond. Bond and interlock each

course of each wythe at corners. Do not use units with less than nominal 4-inch horizontal face

dimensions at corners or jambs.

C. Stopping and Resuming Work: Stop work by racking back units in each course from those in

course below; do not tooth. When resuming work, clean masonry surfaces that are to receive

mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh

masonry.

D. Built-in Work: As construction progresses, build in items specified in this and other Sections.

Fill in solidly with masonry around built-in items.

E. Fill space between steel frames and masonry solidly with mortar, unless otherwise indicated.

F. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of

metal lath, wire mesh, or plastic mesh in the joint below and rod mortar or grout into core.

G. Fill cores in hollow concrete masonry units with grout 24 inches (600 mm) under bearing plates,

beams, lintels, posts, and similar items, unless otherwise indicated.

H. Build non-load-bearing interior partitions full height of story to underside of solid floor or roof

structure above, unless otherwise indicated.

1. Install compressible filler in joint between top of partition and underside of structure

above.

2. Fasten partition top anchors to structure above and build into top of partition. Grout cells of

CMUs solidly around plastic tubes of anchors and push tubes down into grout to provide

1/2-inch (13-mm) clearance between end of anchor rod and end of tube. Space anchors [48

inches (1200 mm)] o.c., unless otherwise indicated.

3.05 MORTAR BEDDING AND JOINTING

A. Lay concrete masonry units as follows:

1. With face shells fully bedded in mortar and with head joints of depth equal to bed joints.

2. With webs fully bedded in mortar in all courses of piers, columns, and pilasters.

3. With webs fully bedded in mortar in grouted masonry, including starting course on

footings.

Page 533: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 14 PCTS No. 13315

4. With entire units, including areas under cells, fully bedded in mortar at starting course on

footings where cells are not grouted.

B. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient

mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head

joints.

C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint

thickness, unless otherwise indicated.

D. Cut joints flush for masonry walls to receive plaster or other direct-applied finishes (other than

paint), unless otherwise indicated.

3.06 MASONRY-CELL INSULATION

A. Pour granular insulation into cavities to fill void spaces. Maintain inspection ports to show

presence of insulation at extremities of each pour area. Close the ports after filling has been

confirmed. Limit the fall of insulation to 1 story in height, but not more than 20 feet (6 m).

B. Install molded-polystyrene insulation units into masonry unit cells before laying units.

3.07 MASONRY JOINT REINFORCEMENT

A. General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8

inch (16 mm) on exterior side of walls, 1/2 inch (13 mm) elsewhere. Lap reinforcement a

minimum of 6 inches (150 mm).

1. Space reinforcement not more than 16 inches (406 mm) o.c.

2. Space reinforcement not more than 8 inches (203 mm) o.c. in foundation walls and parapet

walls.

3. Provide reinforcement not more than 8 inches (203 mm) above and below wall openings

and extending 12 inches (305 mm) beyond openings in addition to continuous

reinforcement.

B. Interrupt joint reinforcement at control and expansion joints, unless otherwise indicated.

C. Provide continuity at wall intersections by using prefabricated T-shaped units.

D. Provide continuity at corners by using prefabricated L-shaped units.

E. Cut and bend reinforcing units as directed by manufacturer for continuity at corners, returns,

offsets, pipe enclosures, and other special conditions.

3.08 ANCHORING MASONRY TO CONCRETE

A. Anchor masonry to concrete where masonry abuts or faces concrete to comply with the

following:

Page 534: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 15 PCTS No. 13315

1. Provide an open space not less than 1/2 inches (50 mm) wide between masonry and

concrete unless otherwise indicated. Keep open space free of mortar and other rigid

materials.

2. Anchor masonry with anchors embedded in masonry joints and attached to structure.

3. Space anchors as indicated on structural drawings.

3.09 CONTROL AND EXPANSION JOINTS

A. General: Install control and expansion joint materials in unit masonry as masonry progresses.

Do not allow materials to span control and expansion joints without provision to allow for in-

plane wall or partition movement.

B. Form control joints in concrete masonry using one of the following methods:

1. Fit bond-breaker strips into hollow contour in ends of concrete masonry units on one side

of control joint. Fill resultant core with grout and rake out joints in exposed faces for

application of sealant.

2. Install preformed control-joint gaskets designed to fit standard sash block.

3. Install interlocking units designed for control joints. Install bond-breaker strips at joint.

Keep head joints free and clear of mortar or rake out joint for application of sealant.

4. Install temporary foam-plastic filler in head joints and remove filler when unit masonry is

complete for application of sealant.

C. Provide horizontal, pressure-relieving joints by inserting a compressible filler of width required

for installing sealant and backer rod specified in Division 07, but not less than 3/8 inch (10

mm).

1. Locate horizontal, pressure-relieving joints beneath shelf angles supporting masonry.

3.10 LINTELS

A. Provide concrete lintels where shown and where openings of more than 12-inches (305 mm) for

brick-size units and 24 inches (610 mm) for block-size units are shown without structural steel

or other supporting lintels.

B. Provide minimum bearing of 8 inches (200 mm) at each jamb, unless otherwise indicated.

3.11 FLASHING

A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges,

other obstructions to downward flow of water in wall, and where indicated.

B. Install flashing as follows, unless otherwise indicated:

1. Prepare masonry surfaces so they are smooth and free from projections that could puncture

flashing. Where flashing is within mortar joint, place through-wall flashing on sloping bed

of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing

with adhesive, sealant, or tape as recommended by flashing manufacturer.

Page 535: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 16 PCTS No. 13315

2. At lintels and shelf angles, extend flashing a minimum of 6 inches (150 mm) into masonry

at each end. At heads and sills, extend flashing 6 inches (150 mm) at ends and turn up not

less than 2 inches (50 mm) to form end dams.

3. Interlock end joints of ribbed sheet metal flashing by overlapping ribs not less than 1-1/2

inches (38 mm) or as recommended by flashing manufacturer, and seal lap with

elastomeric sealant complying with requirements in Division 07 for application indicated.

4. Install metal drip edges and sealant stops with ribbed sheet metal flashing by interlocking

hemmed edges to form hooked seam. Seal seam with elastomeric sealant complying with

requirements in Division 07 for application indicated.

C. Install single-wythe CMU flashing system in bed joints of CMU walls where indicated to

comply with manufacturer's written instructions. Install CMU cell pans with upturned edges

located below face shells and webs of CMUs above and with weep spouts aligned with face of

wall. Install CMU web covers so that they cover upturned edges of CMU cell pans at CMU

webs and extend from face shell to face shell.

D. Install reglets and nailers for flashing and other related construction where they are shown to be

built into masonry.

3.12 REINFORCED UNIT MASONRY INSTALLATION

A. Temporary Formwork and Shores: Construct formwork and shores as needed to support

reinforced masonry elements during construction.

1. Construct formwork to provide shape, line, and dimensions of completed masonry as

indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie,

and support forms to maintain position and shape during construction and curing of

reinforced masonry.

2. Do not remove forms and shores until reinforced masonry members have hardened

sufficiently to carry their own weight and other temporary loads that may be placed on

them during construction.

B. Placing Reinforcement: Comply with requirements in ACI 530.1/ASCE 6/TMS 602.

C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough

strength to resist grout pressure.

1. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for cleanouts and for grout

placement, including minimum grout space and maximum pour height.

2. Limit height of vertical grout pours to not more than 48 inches.

3.13 FIELD QUALITY CONTROL

A. Testing and Inspecting: Owner will engage special inspectors to perform tests and inspections

and prepare reports. Allow inspectors access to scaffolding and work areas, as needed to

perform tests and inspections. Retesting of materials that fail to comply with specified

requirements shall be done at Contractor's expense.

B. Testing Prior to Construction: One set of tests.

Page 536: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 17 PCTS No. 13315

C. Testing Frequency: One set of tests for each 5000 sq. ft. (464 sq. m) of wall area or portion

thereof.

D. Clay Masonry Unit Test: For each type of unit provided, according to ASTM C 67 for

compressive strength.

E. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C 140 for

compressive strength.

F. Mortar Aggregate Ratio Test (Proportion Specification): For each mix provided, according to

ASTM C 780.

G. Mortar Test (Property Specification): For each mix provided, according to ASTM C 780. Test

mortar for mortar air content and compressive strength.

H. Grout Test (Compressive Strength): For each mix provided, according to ASTM C 1019.

I. Prism Test: For each type of construction provided, according to ASTM C 1314 at 7 days and

at 28 days.

3.14 REPAIRING, POINTING AND CLEANING

A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise

damaged or that do not match adjoining units. Install new units to match adjoining units; install

in fresh mortar, pointed to eliminate evidence of replacement.

B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and

completely fill with mortar. Point up joints, including corners, openings, and adjacent

construction, to provide a neat, uniform appearance. Prepare joints for sealant application,

where indicated.

C. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove

mortar fins and smears before tooling joints.

D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows:

1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes

or chisels.

2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for

comparison purposes. Obtain Engineer's approval of sample cleaning before proceeding

with cleaning of masonry.

3. Protect adjacent stone and non-masonry surfaces from contact with cleaner by covering

them with liquid strippable masking agent or polyethylene film and waterproof masking

tape.

4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by

rinsing surfaces thoroughly with clear water.

5. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's

written instructions.

Page 537: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 04200 - 18 PCTS No. 13315

6. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to

type of stain on exposed surfaces.

3.15 MASONRY WASTE DISPOSAL

A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's

property. At completion of unit masonry work, remove from Project site.

B. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as

described above, and other masonry waste, and legally dispose of off Owner's property.

3.16 SITE ENVIRONMENTAL PROCEDURES

A. Mixing equipment: Minimize water used to wash equipment.

B. Coordinate with manufacturer for take-back program. Set aside scrap and packaging to be

returned to manufacturer for recycling into new product.

END OF SECTION

Page 538: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05321 - 1 PCTS No. 13315

SECTION 05321

COMPOSITE STEEL FLOOR DECK

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install composite steel floor

deck complete as shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Cast-in-place concrete is included in Section 03301.

B. Structural steel is included in Section 05500.

C. Miscellaneous metal is included in Section 05500.

D. Roofing, flashing and insulation are included in Division 7.

E. Field painting is included in Section 09902.

1.03 SUBMITTALS

A. Shop Drawings: Submit, in accordance with Section 01300, shop drawings showing:

1. Location and size of all members

2. Projections and openings.

3. Fastener types and layout patterns.

4. Erection marks. Mark each bundle to correspond to the shop drawings.

B. Product Data: Submit, in accordance with Section 01300, product data showing:

1. Materials, finishes and details of construction of all members.

2. Manufacturer's load table including design thickness in inches and section properties, gravity

load carrying capability at the span used, diaphragm shear capacity and ICC Evaluation

Report.

C. Quality Assurance/Control:

1. Certification from the Steel Deck Institute (SDI) that the steel roof deck is designed in

accordance with the SDI.

2. Certification for welders.

3. Written Welding Procedure Specifications (WPS's) in accordance with AWS D1.3 and SDI

requirements for each different welded joint proposed for use whether prequalified or

qualified by testing.

Page 539: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05321 - 2 PCTS No. 13315

4. Electrode manufacturer's data for actual electrodes proposed. Data shall include

manufacturer's recommended welding parameters for each electrode to be used.

1.04 REFERENCE STANDARDS

A. Steel Deck Institute (SDI)

1. SDI Specifications and Commentary for Composite Steel Floor Deck.

B. ASTM International

1. ASTM A653 - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-

Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.

2. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip

Galvanized Coatings.

3. ASTM A924 - Standard Specification for General Requirements for Steel Sheet, Metallic-

Coated by the Hot-Dip Process.

C. American Iron and Steel Institute (AISI)

1. AISI SG-673 - Cold-Formed Steel Design Manual.

D. American Welding Society (AWS)

1. AWS D1.3 – Structural Welding Code – Sheet Steel.

E. International Code Council (ICC)

F. Where reference is made to one of the above standards, the revision in effect at the time of the

bid opening shall apply.

1.05 QUALITY ASSURANCE

A. Composite steel floor deck: Conform to the requirements of the SDI Standard Specifications for

Composite Steel Floor Deck.

B. Field welding shall be done by certified welders and shall be in accordance with AWS D1.3 and

the AISI.

1. Qualify welders in accordance with AWS D1.3 for each process, position, and joint

configuration.

2. WPS's for each joint type shall indicate proper AWS qualification and be available where

welding is performed.

1.06 DELIVERY, STORAGE AND HANDLING

A. Handle material with cranes and derricks. Do not dump materials off cars or trucks, or handle in

any way that will cause damage.

Page 540: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05321 - 3 PCTS No. 13315

B. Store materials off the ground with one end elevated to provide drainage. Protect from the

elements with a waterproof covering, ventilated to avoid condensation.

C. Material with excessive damage, in the opinion of the Engineer, shall not be incorporated in the

work. Remove and replace them with new undamaged material at no additional cost to the

Owner.

1.07 PROJECT/SITE REQUIREMENTS

A. Notify the Engineer in writing of any inaccuracies in alignment or level of structural steel and

CMU. Correct inaccuracies before the deck is placed at no additional cost to the Owner.

B. Coordinate sizes and locations of HVAC openings and hatch penetrations with architectural,

structural, mechanical, or HVAC drawings, using the approved curb and equipment details.

C. Coordinate size, location and details of all penetrations with the Drawings, other trades and

details of approved equipment.

D. Provide reinforcement and miscellaneous framing for all penetrations as shown on the Drawings

and as specified herein.

1.08 DEFINITIONS

A. Transverse supports - supports which are perpendicular to the direction of the deck ribs.

B. Longitudinal support - supports which are parallel to the direction of the deck ribs.

PART 2 PRODUCTS

2.01 MATERIALS

A. Composite Steel Floor Deck and Accessories

1. Composite steel floor deck depth, type and gauge shall be as shown on the Drawings.

Unless otherwise noted, composite steel floor deck shall be 1-1/2-in rib depth, 1.5 VL by

Vulcraft or equal. Deck sheets shall be 36-in wide with nestable side laps. For a proposed

deck to be considered equal, the deck gauge, fastening pattern to supports, and side lap

connections must be sufficient to provide diaphragm shears greater than or equal to those

published in ICC Evaluation Report 2078P for the deck specified using the same spans,

welding pattern, and type and spacing of side lap connections shown on the Drawings. An

ICC Evaluation Report will be required to substantiate all values.

2. Composite steel floor deck and accessories shall be galvanized in accordance with ASTM

A653, coating designation G90.

3. Composite steel floor deck and accessories shall be manufactured from steel conforming to

ASTM A653 SQ, Grade 33, 40 or 80.

4. Accessories: Provide minimum 20 gauge galvanized cell closures, flat closure plates,

girder fillers, column closures and pour stops as shown on the Drawings and as specified

herein.

Page 541: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05321 - 4 PCTS No. 13315

B. Frame fasteners shall be self-drilling, self-tapping No.12 HWH drill screws by Hilti, Inc. with

Climaseal coating by Buildex Division, Illinois Tool Works, Itasca, IL., or similar screws with

corrosion resistant coating recommended by the steel deck manufacturer.

C. Side lap connectors shall be No.10 drill screws or equal with corrosion resistant coating

recommended by the steel deck manufacturer.

D. Provide galvanize touch-up to repair damaged surfaces. Use Endupor, zinc-rich coating by

Dampney Manufacturing Co., Everett, MA; ZiRP, zinc-rich coating by Duncan Galvanizing

Corp, Everett, MA; ZRC Cold Galvanizing Compound by ZRC Chemical Products Co.,

Division of Norfolk Corp., Quincy, MA, or equal.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install composite steel floor deck as shown on the Drawings, in accordance with manufacturer's

instructions and in accordance with approved shop drawings. Extend deck sheets over three or

more spans.

B. End laps of composite steel floor deck shall be at least 2-in long and shall occur over transverse

supporting members. End bearing length of composite steel floor deck shall be at least 2-in.

C. Provide temporary shoring for composite steel floor deck in accordance with the SDI

Specifications and the manufacturer's written instructions.

D. Fasten deck to all supporting steel to accommodate diaphragm action as specified below:

1. Fasten at interior and end transverse supports with No. 12 TEK screws on a 36/4 pattern at

the bottom of every rib at each support and at a spacing not to exceed 6-in with one

fastener always occurring at the side laps. Fasten partial sheets (those less than 36-in wide)

at the bottom of every rib.

2. Connect the deck sheets along their side laps with No. 10 TEKS screws, at a spacing not to

exceed 24-in.

E. Maintain contact between deck sheets and between deck sheets and steel supports while

fastening composite steel floor deck to reduce burn holes at welded connections and to

eliminate eccentricities between the connected parts at screwed connections.

F. Welds to supporting members at end laps and side laps shall go through both sheets and fuse to

the supporting steel.

G. Install screws using tools that prevent fracturing screws, damaging screw heads or stripping

threads due to overdriving.

H. Install another screw adjacent to fractured or stripped screws. Remove screws where

eccentricities exist between deck sheets and between deck sheets and steel supports and install

another screw nearby while maintaining contact between the parts to be connected.

Page 542: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05321 - 5 PCTS No. 13315

I. Coordinate indicated penetration size, location and details with other trades and details of

approved equipment. Pipe and conduit openings in the steel floor deck shall be reinforced

according to the manufacturer's recommendation.

1. Cutting and Fittings

a. Cut and fit steel floor deck units and accessories around projections through steel deck.

b. Cuts shall be square and free of burrs.

c. Cut openings in steel deck true to dimensions. Do not use cutting torches if deck is to

be exposed in the finished condition.

d. Reinforce openings greater than 6-in and less than 12-in in greatest dimension with a

24-in by 24-in flat plate, minimum 20 gauge thickness, centered on the opening.

J. Weld accessories directly to composite steel floor deck.

1. Flat Closure Plates, Girder Fillers and Column Closures

a. Weld to top surface of composite steel floor deck and supporting steel at no more than

12-in on center.

b. Lap end joints not less than 3-in.

2. Cell Closures

a. Install cell closures at all open uncovered ends and edges of composite steel floor

deck and in voids between deck and other construction.

b. Weld to top surface of composite steel floor deck at not more than 12-in on center.

3. Pour Stops

a. Provide pour stops at the perimeter of composite steel floor deck.

b. Provide minimum 2-in bearing on supporting steel. Weld to supporting steel with 1-in

long fillet welds, at a maximum spacing of 12-in.

K. Do not attach suspended ceilings, light fixtures, ducts, piping, conduits or other utilities to

composite steel floor deck.

L. Do not use deck for storage or work platforms until permanently secured into position.

M. Construction loads shall not exceed safe capacity of deck and supporting construction.

3.02 PREPARATION FOR CONCRETING

A. After erection, remove metal cuttings and construction debris from cells for entire length.

Remove grease, oil, ice, snow, water, and other foreign material. Leave deck and cells in clean

condition for obtaining bond with concrete fill, spray fireproofing and/or paint coatings as

shown on the Drawings and as specified herein.

3.03 TOUCH-UP PAINTING

A. Clean and repair all steel surfaces which have become abraded or where galvanizing has been

damaged due to welding and/or erection procedures.

B. Repair abraded or damaged areas using the touch-up material specified above to produce a dry

film thickness of not less than 6 mils. Conduct all repairs of galvanizing in accordance with

ASTM A780.

Page 543: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05321 - 6 PCTS No. 13315

3.04 INSPECTION

A. Field welding will be inspected visually and by non-destructive testing by AWS certified

welding inspectors provided by the Owner.

B. The Engineer will inspect composite steel floor deck in the field for compliance with this

Section and the approved shop drawings. The Engineer shall reject and require repair or

replacement of any composite steel deck or accessories not meeting the requirements of this

Section at no additional cost to the Owner.

END OF SECTION

Page 544: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 1 PCTS No. 13315

SECTION 05500

MISCELLANEOUS METALS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install all miscellaneous

metal complete as shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Concrete is included in Division 3.

B. Equipment anchor bolts are included in the respective Sections of Divisions 11, 14 and 15.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, shop drawings and product data showing materials

of construction and details of installation for:

1. Shop drawings, showing sizes of members, method of assembly, anchorage and connection

to other members.

B. Samples:

1. Submit samples as requested by the Engineer during the course of construction.

C. Design Data:

1. Submit calculations or test data demonstrating that the railings will resist the loads

specified in the Florida Building Code at the post spacing provided. Calculations shall be

stamped by a professional engineer registered in the state of Florida.

2. Submit manufacturer's load and deflection tables for grating.

D. Test Reports:

1. Certified copy of mill test reports on each metal proposed for use showing the physical

properties and chemical analysis.

E. Certificates:

1. Submit certification that the railing system is in compliance with OSHA requirements and

Florida Building Code

2. Certify that welders have been qualified under AWS, within the previous 12 months, to

perform the welds required under this Section.

Page 545: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 2 PCTS No. 13315

1.04 REFERENCE STANDARDS

A. Aluminum Association (AA):

1. AA M31C22A41:

a. M31: Mechanical Finish, Fine Satin.

b. C22: Finish, Medium Matte.

c. A41: Clear Anodic Coating, Class I.

B. ASTM International (ASTM):

1. ASTM A36 - Standard Specification for Carbon Structural Steel.

2. ASTM A48 - Standard Specification for Gray Iron Castings.

3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated,

Welded and Seamless.

4. ASTM A108 - Standard Specification for Steel Bars, Carbon, Cold Finished, Standard

Quality.

5. ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and

Steel Products.

6. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel

Hardware.

7. ASTM A240 - Standard Specification for Heat-Resisting Chromium and Chromium-Nickel

Stainless Plate, Sheet, and Strip Pressure Vessels.

8. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes.

9. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 Psi Tensile

Strength.

10. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi

Minimum Tensile Strength.

11. ASTM A500 - Standard Specification for Cold-Formed Welded and Seamless Carbon

Steel Structural Tubing in Rounds and Shapes.

12. ASTM A501 - Standard Specification for Hot-Formed Welded and Seamless Carbon Steel

Structural Tubing.

13. ASTM A536 - Standard Specification for Ductile Iron Castings.

14. ASTM A570 - Standard Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled,

Structural Quality.

15. ASTM A1008 - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural,

High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution

Hardened, and Bake Hardenable.

Page 546: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 3 PCTS No. 13315

16. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and

Plate.

17. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars,

Rods, Wire, Profiles and Tubes.

18. ASTM B429 - Standard Specification for Aluminum-Alloy Extruded Structural Pipe and

Tube.

19. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and

Studs.

20. ASTM F594 - Standard Specification for Stainless Steel Nuts.

21. ASTM F1554 -Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield

Strength.

22. ASTM F2329 - Specification for Zinc Coating, Hot-Dip, Requirements for Application to

Carbon Screws, Washers, Nuts, and Special Threaded Fasteners.

C. American Institute of Steel Construction (AISC):

1. Specification for Structural Steel Buildings – Allowable Stress Design and Plastic Design.

D. American Welding Society (AWS):

1. AWS D1.1 - Structural Welding Code - Steel.

2. AWS D1.2 - Structural Welding Code - Aluminum.

3. AWS D1.6 - Structural Welding Code - Stainless Steel

E. Federal Specifications:

1. FS-FF-B-575C - Bolts, Hexagonal and Square.

F. Occupational Safety and Health Administration (OSHA).

G. Florida Building Code, 5th Edition (2014 FBC).

H. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 QUALITY ASSURANCE

A. The work of this Section shall be completely coordinated with the work of other Sections.

Verify, at the site, both the dimensions and work of other trades adjoining items of work in this

Section before fabrication and installation of items herein specified.

B. Furnish to the pertinent trades all items included under this Section that are to be built into the

work of other Sections.

Page 547: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 4 PCTS No. 13315

C. All welding shall be performed by qualified welders and shall conform to the applicable AWS

welding code. Welding of steel shall conform to AWS D1.1 and welding of aluminum shall

conform to AWS D1.2 and welding of stainless steel shall conform to AWS D1.6.

1.06 DELIVERY, STORAGE AND HANDLING

A. Deliver items to be incorporated into the work of other trades in sufficient time to be checked

prior to installation.

B. Store materials on skids and not on the ground and block up so that they will not become bent

or otherwise damaged. Handle materials with cranes or derricks. Do not dump material off cars

or trucks nor handle in any other way that will cause damage.

C. Repair items that have become damage or corroded to the satisfaction of the Engineer prior to

incorporating them into the work.

1.07 PROJECT/SITE REQUIREMENTS

A. Field measurements shall be taken at the site, prior to fabrication of items, to verify or

supplement indicated dimensions and to ensure proper fitting of all items.

PART 2 PRODUCTS

2.01 GENERAL

A. The use of manufacturer's name and model or catalog number is for the purpose of establishing

the standard of quality and general configuration desired.

B. Like items of materials shall be the end products of one manufacturer in order to provide

standardization for appearance, maintenance and manufacturer's service.

2.02 MATERIALS

A. Unless otherwise noted, materials for miscellaneous metals shall conform to the following

standards:

1. Structural Steel: Wide flange shapes: ASTM A992.

2. Other shapes; plates; rods and bars: ASTM A36.

3. Structural Steel Tubing: ASTM A500, Grade B.

4. Welded and Seamless Steel Pipe: ASTM A501 or ASTM A53, Type E or S,

Grade B Schedule 40. Use standard

malleable iron fittings, galvanized for

exterior work.

5. Steel Sheets: ASTM A1008.

6. Gray Iron Castings: ASTM A48, Class 35.

7. Ductile Iron Castings: ASTM A536, Grade 65-45-12.

Page 548: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 5 PCTS No. 13315

8. Aluminum Extruded Pipe: ASTM B429, Alloy 6063 T6 and Alloy

6061 T6 as indicated.

9. Aluminum Extruded Shapes: ASTM B221, Alloy 6061 T6.

10. Aluminum Sheet and Plate: ASTM B209, Alloy 6061 T6.

11. Stainless Steel Plates, Sheets, and Washers:

a. Exterior, Submerged or Industrial Use: ASTM A240, Type 316 (Type 316L for

welded components).

b. Interior and Architectural Use: ASTM A240, Type 304.

12. Stainless Steel Shapes and Bars:

a. Exterior, Submerged or Industrial Use: ASTM A276, Type 316 (Type 316L for

welded components).

b. Interior and Architectural Use: ASTM A276, Type 304.

13. Stainless Steel Bolts ASTM F593, Type 316.

14. Stainless Steel Nuts: ASTM F594, Type 316.

15. Carbon Steel Bolts and Studs: ASTM A307, Grade A (hot dip galvanized

nuts and washers where noted).

16. High Strength Steel Bolts, Nuts and washers: ASTM A325 (mechanically galvanized

per ASTM B695, Class 50, where noted)

a. Elevated Temperature Exposure: Type I.

b. General Application: Type I or Type II.

17. Galvanizing: ASTM A123, Zn w/0.05 percent

minimum Ni.

18. Galvanizing, hardware: ASTM A153, Zn w/0.05 percent

minimum Ni.

19. Galvanizing, anchor bolts: ASTM F2329, Zn w/0.05 percent

minimum Ni.

20. Welding electrodes, steel: AWS A5.1 E70xx.

2.03 ANCHORS, BOLTS AND FASTENING DEVICES

A. Unless otherwise noted, anchor bolts shall be ASTM F1554, Grade 36. Provide standard headed

bolts with heavy hex nuts and Grade A washers. Where galvanized anchor bolts are shown or

specified, provide standard headed bolts with heavy hex nuts and Grade A washers, all

galvanized in accordance with ASTM F2329.

B. Unless otherwise noted, bolts for the connection of carbon steel or iron shall be steel machine

bolts; bolts for the connection of galvanized steel or iron shall be galvanized steel or stainless

steel machine bolts; and bolts for the connection of aluminum or stainless steel shall be stainless

steel machine bolts.

Page 549: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 6 PCTS No. 13315

C. Unless otherwise noted, expansion anchors shall be zinc plated carbon steel wedge type anchors

complete with nuts and washers. Type 316 stainless steel wedge type anchors shall be used

where they will be submerged or exposed to the weather or where stainless steel wedge type

anchors are shown or specified. When the length or embedment of the bolt is not noted on the

Drawings, provide length sufficient to place the wedge and expansion cone portion of the bolt at

least 1-in behind the concrete reinforcing steel. Expansion anchors shall be Hilti Kwik-Bolt III;

Simpson Strong-Tie Wedge-All; Powers Power-Stud or equal.

D. Adhesive anchor system, for fastening to solid concrete substrate, shall be a system

manufactured for the installation of post installed studs including anchoring hardware and

chemical dispenser. Injection adhesive shall be a two-component epoxy system including a

hardener and a resin, furnished in pre-measured side-by-side cartridges which keep the two

components separate. Side-by-side cartridges shall be designed to accept a static mixing nozzle

which thoroughly blends the two components and allows injection directly into the drilled hole.

Provide zinc plated carbon steel or Type 316 stainless steel stud assemblies as indicated on the

Drawings consisting of an all-thread anchor rod with nut and washer. Adhesive anchor system

shall be Hilti HIT HY-200 or approved equal.

E. Adhesive anchors, for fastening to hollow concrete block or brick, or hollow-core precast

concrete planks shall be a three-part stud, screen tube and chemical dispenser anchoring system.

Adhesive cartridges shall contain pre-measured amounts of resin and hardener which are mixed

and deposited in a screen tube by a dispenser. Provide zinc plated carbon steel or Type 316

stainless steel stud assemblies as indicated on the Drawings consisting of an all-thread anchor

rod with nut and washer. Anchors shall be Hilti HIT HY-70 System; Rawlplug Company

Chem-Fast; ITW Ramset Redhead Ceramic 6 Epcon System, or equal.

F. Machine bolts and nuts shall conform to Federal Specification FF-B-575C. Bolts and nuts shall

be hexagon type. Bolts, nuts, screws, washers and related appurtenances shall be Type 316

stainless steel.

G. Toggle bolts shall be Hilti, Toggler Bolt or equal.

2.04 METAL GRATING

A. Grating shall have rectangular, 3/16-in thick, bearing bars spaced 1-3/16-in on center with cross

bars spaced at 4-in on center. All grating panels shall be banded with a bar the same size as the

bearing bars.

1. Grating shall be of the same depth shown on the Drawings, not exceed the fabricator's

maximum recommended span, and meet or exceed the following load and deflection

criteria for the maximum span length at the opening being covered by the grating.

a. The grating shall produce a deflection of 1/360 of the span or less under a uniform

live load of 100 lbs/sq ft on the maximum span.

b. The grating shall produce a deflection of 1/360 of the span or less under a

concentrated live load of 300 lbs applied at the mid-point of the maximum span.

2. Openings 2-in or greater in diameter/dimension and grating edges shall be banded with a

bar of the same depth and thickness as the bearing bars. Cut bearing bars or cross bars shall

be welded to the banding bar.

3. Provide trench grating with symmetrical cross bar arrangement.

Page 550: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 7 PCTS No. 13315

4. Grating clamps, nuts, bolts, washers and other fastening devices for grating and grating

supports shall be Type 316 stainless steel. Anchor blocks, when used, shall be of the same

material as the grating. All grating shall be anchored to the supporting system using saddle

clips

B. Aluminum grating material shall be aluminum alloy 6063-T6 with an anodized finish. Cross

bars shall be attached to the bearing bars with interlocked swaged joints. The grating shall be

Type BS by Harsco Industrial IKG, Houston, TX; Type 19 SG-4 by Ohio Gratings, Inc.,

Canton, OH; Type 19S4 by Seidelhuber Metal Products, San Carlos, CA or equal.

C. Steel grating material shall conform to ASTM A570, Grade 36 or ASTM A36, galvanized.

Cross bars shall be attached to the bearing bars by welding or with interlocked swaged joints.

Grating with cross bars pressed into notches in the top of the bearing bars will not be

acceptable. Grating shall be hot-dipped galvanized finish complying with the requirements of

ASTM A123, however, the average minimum weight of the zinc coating shall not be less than 2

oz/sq ft. The galvanized steel grating shall be Type 19-W-4 by Ohio Gratings, Inc., Canton, OH

or approved equal.

D. Metal frames and supports for grating shall be of the same material as the grating unless

otherwise shown on the Drawings. Where aluminum supports are used, they shall be fabricated

from aluminum alloy 6061-T6.

2.05 RAILINGS

A. Handrail and railing systems shall comply with the requirements of OSHA and FBC.

B. Aluminum railing and handrail shall be a welded or mechanically fastened, seamless, extruded

aluminum pipe system. Rails shall be 6063-T6 alloy. Posts shall be 6061-T6 alloy. Splice and

reinforcing sleeves, brackets, end caps, toeboards, etc, shall be aluminum alloy 6063-T6 or

6061-T6. Cast fittings shall be aluminum alloy No. 214. Railing system fastening hardware

shall be Type 316 stainless steel. After welding, aluminum shall be anodized.

C. Railings shall be 2 rail welded railing systems, as shown on the Drawings, fabricated with 1-

1/2-in nominal diameter pipe. Posts shall be Schedule 80 pipe, minimum and rails and handrail

shall be Schedule 40 pipe, minimum. Posts and top rails shall be continuous. Spacing of posts

shall not exceed 5-ft on center and shall be uniformly spaced except as otherwise shown on the

Drawings. Posts will be required on each side of structure expansion joints. All railing posts

shall be vertical.

D. Welds shall be circumferential welds ground smooth and even to produce a railing that is neat in

appearance and structurally sound. Welding methods shall be in conformity with AWS

standards for the materials being joined. For welding aluminum, use a weld filler alloy that is

compatible with the alloys to be joined, that will not discolor the pieces to be joined and that

will not be discolored by anodizing. All rails to post connections shall be coped and fastened by

continuous welds. There shall be no burrs, sharp edges or protrusions on any weld on any part

of the handrail system. After fabrication, the welds and surrounding area shall be cleaned and

hand buffed to blend with the adjacent finish. All mechanical fasteners shall be unobtrusively

located in countersunk holes with the top flush with the surface of the rail. Bends in the railing

shall be as indicated by the Drawings. No distortion of the circular railing shape will be

allowed. Bends and terminal sections shall be made without the use of fittings. Corner bends

shall be mitered and welded bends

Page 551: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 8 PCTS No. 13315

E. Railing shall be assembled in sections as long as practical but shall not be greater than 24-ft in

length. A field splice shall be used when an assembled section is to be attached to another

section.

1. Field splices shall use internal splice sleeves located within 8-in of railing posts. The sleeve

shall be welded to the rail on one side and fastened with a set screw to the rail on other

side. The field splice shall be detailed to take the differential expansion between the railing

system and the supporting structure.

F. The bases or supports for railing posts and handrail shall be the types indicated on the

Drawings.

1. Where non-removable railing is set in concrete, the posts shall be placed in 2-1/2-in

diameter formed concrete openings and firmly caulked with cement grout. Collars shall be

placed around the post bases and fastened in place with set screws on the side of the post

away from the walkway. Posts shall be placed with the centerline 4-in from the edge of the

concrete except that posts shall be set at the centerline of concrete curbs.

2. Stainless steel and aluminum railing posts, which may collect condensation, shall have a

3/16-in drain hole drilled immediately above the concrete encased area, the base flange, or

supporting socket on the side away from the walking area. The bottom of the rail post

between the drain hole and the bottom of the post shall be filled with an inert material such

as a compressed closed cell neoprene rod.

3. Where handrail is to be fastened to walls, the rails shall be provided with screwed wall

flanges fastened to the walls with three 3/8-in stainless steel flat head machine screws. The

horizontal projection of the handrail support off the wall shall provide 2-1/2-in minimum

clearance below the bottom of the handrail.

G. Safety gates, for railing openings, shall be fabricated of matching pipe and rail material and

configuration. The gates shall be self-closing gates with approved stop, latch and stainless steel

closure spring and hinges.

H. Barrier chains, for railing openings, shall be fabricated of stainless steel chains. Chain shall be

1/4-in stainless steel links, with eleven links per foot as manufactured by Eastern Chain Works,

Inc., NY; Lawrence Metal Products, Inc. or equal. Chains shall be fastened to the handrail posts

at the elevation of each rail. One end of each chain shall be connected to one post with a 1/4-in

diameter stainless steel eye bolt and the other end shall be connected to the other post by means

of a heavy chromium plated bronze swivel eye slide harness snap and a similar eye bolt.

I. Toeboards shall be provided on all railing adjacent to a drop in elevation of 4-ft or more.

Toeboards are not required on the inclined portion of stairway railings or where concrete or

steel curbs, 4-in or more in height, are present. Toeboards shall be 4-in high channels of the

same material as the railing. The channels shall have a minimum thickness of 1/8-in and have

flanges of not less than 3/4-in nor more than 1-1/2-in in width. Toeboards shall be positioned

with a maximum clearance of 1/4-in from the floor and fastened to railing posts with 1/4-in

stainless steel U-bolts, with J-bolts at corner posts and with clip angles and two 1/4-in stainless

steel expansion bolts at walls.

J. All railings shall be properly protected by paper, or by an approved coating or by both against

scratching, splashes or mortar, paint, or other defacements during transportation and erection

Page 552: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 9 PCTS No. 13315

and until adjacent work by other trades has been completed. After protective materials are

removed, the surfaces shall be made clean and free from stains, marks, or defects of any kind.

2.06 LADDERS

A. Ladders, ladder accessories and ladder clearances shall conform to the requirements of OSHA.

B. Aluminum ladders shall be fabricated with Schedule 40, 2” O.D. continuous extruded aluminum

pipe side rails spaced a minimum 18-in apart. Rungs shall be fabricated from extruded

aluminum shapes, alloy 6063-T5/T6, with a serrated tread, number A5680 by Washington

Aluminum Company or equal spaced 12-in on center. Wall support brackets shall be aluminum

6061-T6 spaced 4-ft on center with Type 316 stainless steel fasteners. Where possible, the side

rails shall be fastened to the floor with 1/2-in diameter Type 316 stainless steel expansion bolts.

C. Galvanized steel ladders shall be fabricated with 2” O.D. continuous extruded galvanized steel

pipe side rails spaced a minimum 18-in apart. Rungs shall be fabricated from extruded

galvanized steel shapes spaced 12-in on center. The rungs shall be passed through the side rails,

be plug welded on the exterior surface and the weld ground flush and smooth with the exterior

surface. Wall support brackets shall be galvanized steel 4-ft on center with galvanized steel

fasteners. Where possible, the side rails shall be fastened to the floor with 1/2-in diameter

galvanized steel expansion bolts.

D. Ladder safety post extensions shall be provided on all fixed ladders 20 feet or less in height

located below hatches and roof scuttles and as indicated on the Drawings. The steel telescoping

tubular safety post extension shall lock in its vertical position and extend a minimum of 36-in

above the opening and shall be secured to the ladder rungs with stainless steel fasteners and

brackets. The ladder post extension shall be Ladder UP Safety Post, Model LU-2 by Bilco Co.;

Series L1E Safety Extension by Halliday Products; Pull-up Bar by Access Manufacturing, or

equal.

2.07 MISCELLANEOUS ALUMINUM

A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined

profiles and smooth surfaces of uniform color and texture and free from defects impairing

strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without

burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are

not definitely shown or specified.

B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and

strains to which they will be subjected. Exposed joints shall be close fitting and jointed where

least conspicuous. Threaded connections shall have the threads concealed where practical.

Welded connections shall have continuous welds or intermittent welds as specified or shown.

The face of welds shall be dressed flush and smooth. Welding shall be on the unexposed side as

much as possible in order to prevent pitting or discoloration of the aluminum exposed surface.

Grind smooth continuous welds that will be exposed. Provide holes for temporary field

connections and for attachment of the work of other trades.

C. Miscellaneous aluminum items shall include: beams, angles, closure angles, grates, hatches,

floor plates, stop plates, stair nosings and any other miscellaneous aluminum called for on the

Drawings and not otherwise specified.

Page 553: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 10 PCTS No. 13315

D. Angle frames for hatches, beams, grates, etc., shall be complete with welded strap anchors

attached.

E. Stair treads for aluminum stairs shall have abrasive non-slip nosing as approved.

F. Aluminum nosing at concrete stairs shall be Wooster Products, Inc.; Alumogrit Treads, Type

116; similar by Barry Pattern and Foundry Co.; Andco or equal. Furnish with wing type anchors

and flat head stainless steel machine screws, 12-in on center. Nosing shall also be used at

concrete ladder openings. Nosing shall a single piece for each step extending to within 3-in at

each side of stair or full ladder width. Set nosing flush with stair tread finish at concrete stairs.

Furnish treads with heavy duty protective tape cover.

2.08 MISCELLANEOUS STEEL

A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined

profiles and smooth surfaces of uniform color and texture and free from defects impairing

strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without

burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are

not definitely shown or specified.

B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and

strains to which they will be subjected. Exposed joints shall be close fitting and jointed where

least conspicuous. Threaded connections shall have the threads concealed where practical.

Welded connections shall have continuous welds or intermittent welds as specified or shown.

The face of welds shall be dressed flush and smooth. Grind smooth continuous welds that will

be exposed. Provide holes for temporary field connections and for attachment of the work of

other trades.

C. Miscellaneous steel items shall include: beams, angles, lintels, metal stairs, support brackets,

base plates for other than structural steel or equipment, closure angles, bridge crane rails,

monorail hoist beams, holddown straps and lugs, door frames, splice plates, subframing at roof

openings and any other miscellaneous steel called for on the Drawings and not otherwise

specified.

D. Lintels, relief angles or other steel supporting masonry or embedded in masonry shall be

galvanized.

E. All steel finish work shall be thoroughly cleaned, by effective means, of all loose mill scale, rust

and foreign matter and shall be given one shop coat of primer compatible with the finish coat

after fabrication but before shipment. Paint shall be omitted within 3-in of proposed field welds.

Paint shall be applied to dry surfaces and shall be thoroughly and evenly spread and well

worked into joints and other open spaces.

F. Galvanizing, where required, shall be the hot-dip zinc process after fabrication. Coating shall be

not less than 2 oz/sq ft of surface.

2.09 MISCELLANEOUS STAINLESS STEEL

A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined

profiles and smooth surfaces of uniform color and texture and free from defects impairing

strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without

Page 554: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 11 PCTS No. 13315

burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are

not definitely shown or specified.

B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and

strains to which they will be subjected. Exposed joints shall be close fitting and jointed where

least conspicuous. Threaded connections shall have the threads concealed where practical.

Welded connections shall have continuous welds or intermittent welds as specified or shown.

The face of welds shall be dressed flush and smooth. Grind smooth continuous welds that will

be exposed. Provide holes for temporary field connections and for attachment of the work of

other trades.

C. Miscellaneous stainless steel items shall include: beams, angles, bar racks and any other

miscellaneous stainless steel called for on the Drawings and not otherwise specified.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install all items except those to be embedded in concrete or other masonry which shall be

installed under Division 3 and Division 4 respectively. Items to be attached to concrete or

masonry after such work is completed shall be installed in accordance with the details shown.

Fastening to wood plugs in masonry will not be permitted.

B. Abrasions in the shop primer shall be touched up immediately after erection. Areas left

unprimed for welding shall be painted with primer after welding.

C. Zinc coating which has been burned by welding, abraded, or otherwise damaged shall be

cleaned and repaired after installation. The damage area shall be thoroughly cleaned by wire

brushing and all traces of welding flux and loose or cracked zinc coating removed prior to

painting. The cleaned area shall be painted with two coats of zinc oxide-zinc dust paint

conforming to the requirements of Military Specifications MIL-P-15145. The paint shall be

properly compounded with a suitable vehicle in the ratio of one part zinc oxide to four parts

zinc dust by weight.

D. Specialty products shall be installed in accordance with the manufacturer's recommendations.

E. Expansion bolts shall be checked for tightness a minimum of 24 hours after initial installation.

F. Install adhesive anchor system in strict compliance with the manufacturer's recommendations,

including drill bit diameter, surface preparation, temperature, moisture conditions, injection and

installation of bolts. Use oil free compressed air to blast out loose particles and dust from the

drilled holes. Bolts must be clean and free of dirt, oil, grease, ice or other material which would

reduce bond.

G. Headed anchor studs shall be welded in accordance with manufacturer's recommendations.

H. All railings shall be erected to line and plumb.

I. All steel surfaces that come into contact with exposed concrete or masonry shall receive a

protective coating of an approved heavy bitumastic troweling mastic applied in accordance with

the manufacturer's instructions prior to installation.

Page 555: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 05500 - 12 PCTS No. 13315

J. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zinc-chromate primer

followed by two coats of aluminum metal and masonry paint to the dissimilar metal.

K. Where aluminum contacts masonry or concrete, apply a heavy coat of approved alkali resistant

paint to the masonry or concrete.

L. Where aluminum contacts wood, apply two coats of aluminum metal and masonry paint to the

wood.

M. Between aluminum gratings, aluminum stair treads, or aluminum handrail brackets and steel

supports, insert 1/4-in thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer,

sized for full width and length of bracket or support.

END OF SECTION

Page 556: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 06100 - 1 PCTS No. 13315

SECTION 06100

ROUGH CARPENTRY

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install rough carpentry

complete as shown on the drawings and as specified herein.

1.02 RELATED WORK

A. Roofing is included in Section 07520

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, detailed information on materials proposed and

installation methods.

B. Product Data: For each type of process and factory-fabricated product. Indicate component

materials and dimensions and include construction and application details.

1. Include data for wood-preservative treatment from chemical treatment manufacturer and

certification by treating plant that treated materials comply with requirements. Indicate

type of preservative used and net amount of preservative retained.

2. For products receiving a waterborne treatment, include statement that moisture content of

treated materials was reduced to levels specified before shipment to Project site.

3. Include copies of warranties from chemical treatment manufacturers for each type of

treatment.

1.04 REFERENCES

A. American Wood Protection Association (AWPA)

1. AWPA C2 - Lumber, Timber, Bridge Ties and Mine Ties - Preservative Treatment by

Pressure Processes

2. AWPA M4 - Care of Preservative-Treated Wood Products

B. ASME International

1. ASME B18.2.1 - Square and Hex Bolts and Screws (Inch Series)

2. ASME B18.6.1 - Wood Screws (Inch Series)

C. ASTM International

1. ASTM A 153/A 153M - Specification for Zinc-Coating (Hot-Dip) of Iron and Steel

Hardware

Page 557: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 06100 - 2 PCTS No. 13315

2. ASTM A 307 - Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile

Strength

3. ASTM A 563 - Specification for Carbon and Alloy Steel Nuts

4. ASTM B 633 - Specification for Electrodeposited Coatings of Zinc on Iron and Steel

5. ASTM E 488 - Test Methods for Strength of Anchors in Concrete and Masonry Elements

6. ASTM F 1667 - Specification for Driven Fasteners: Nails, Spikes, and Staples

D. ICC Evaluation Service, Inc.

1. NES NER-272 - Pneumatic or Mechanically Driven Staples, Nails, P-Nails and Allied

Fasteners for Use in All Types of Building Construction

E. Southern Building Code Congress International, Inc.

1. Standard Building Code.

F. The Southern Pine Inspection Bureau

1. Standard Grading Rules for Southern Pine Lumber.

G. U.S. Department of Commerce, National Institute of Standards and Technology

1. DOC PS 20 - American Softwood Lumber Standard

H. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 DEFINITIONS

A. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches nominal in

least dimension.

1.06 DELIVERY, STORAGE AND HANDLING

A. Stack lumber flat with spacers between each bundle to provide air circulation. Provide for air

circulation around stacks and under coverings.

B. Deliver interior wood materials that are to be exposed to view only after building is enclosed

and weatherproof, wet work other than painting is dry, and HVAC system is operating and

maintaining temperature and humidity at occupancy levels.

PART 2 PRODUCTS

2.01 WOOD PRODUCTS, GENERAL

A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency

is indicated, provide lumber that complies with the applicable rules of any rules-writing agency

Page 558: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 06100 - 3 PCTS No. 13315

certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the

ALSC Board of Review to inspect and grade lumber under the rules indicated.

1. Factory mark each piece of lumber with grade stamp of grading agency.

2. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for

moisture content specified. Where actual sizes are indicated, they are minimum dressed

sizes for dry lumber.

3. Provide dressed lumber, S4S, unless otherwise indicated.

2.02 WOOD-PRESERVATIVE-TREATED MATERIALS

A. Preservative Treatment by Pressure Process: AWPA C2.

1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no

arsenic or chromium.

B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use

material that is warped or does not comply with requirements for untreated material.

C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board

of Review.

D. Application: Treat all rough carpentry.

2.03 MISCELLANEOUS LUMBER

A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other

construction.

B. For items of dimension lumber size, provide Construction or No. 2 grade lumber with 19

percent maximum moisture content of any species.

C. For blocking not used for attachment of other construction Utility, Stud, or No. 3 grade lumber

of any species may be used provided that it is cut and selected to eliminate defects that will

interfere with its attachment and purpose.

D. For blocking and nailers used for attachment of other construction, select and cut lumber to

eliminate knots and other defects that will interfere with attachment of other work.

2.04 FASTENERS

A. General: Provide fasteners of size and type indicated that comply with requirements specified

in this Article for material and manufacture.

1. Provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M

B. Nails, Brads, and Staples: ASTM F 1667

C. Power-Driven Fasteners: NES NER-272

Page 559: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 06100 - 4 PCTS No. 13315

D. Wood Screws: ASME B18.6.1

E. Lag Bolts: ASME B18.2.1

F. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and,

where indicated, flat washers.

G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with

capability to sustain, without failure, a load equal to 6 times the load imposed when installed in

unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as

determined by testing per ASTM E 488 conducted by a qualified independent testing and

inspecting agency.

1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5

PART 3 EXECUTION

3.01 INSTALLATION, GENERAL

A. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit

carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers,

blocking, and similar supports to comply with requirements for attaching other construction.

B. Where wood-preservative-treated lumber is installed adjacent to metal decking, install

continuous flexible flashing separator between wood and metal decking.

C. Provide blocking and framing as indicated and as required to support facing materials, fixtures,

specialty items, and trim.

D. Sort and select lumber so that natural characteristics will not interfere with installation or with

fastening other materials to lumber. Do not use materials with defects that interfere with

function of member or pieces that are too small to use with minimum number of joints or

optimum joint arrangement.

E. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated

lumber.

1. Use inorganic boron for items that are continuously protected from liquid water.

2. Use copper naphthenate for items not continuously protected from liquid water.

F. Securely attach carpentry work to substrate by anchoring and fastening as indicated.

3.02 WOOD BLOCKING INSTALLATION

A. Install where indicated and where required for attaching other work. Form to shapes indicated

and cut as required for true line and level of attached work. Coordinate locations with other

work involved.

B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces,

unless otherwise indicated.

Page 560: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 06100 - 5 PCTS No. 13315

C. Provide permanent grounds of dressed, pressure-preservative-treated, key-beveled lumber not

less than 1-1/2 inches wide and of thickness required to bring face of ground to exact thickness

of finish material. Remove temporary grounds when no longer required.

3.03 PROTECTION

A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite

protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment.

Apply borate solution by spraying to comply with EPA-registered label.

B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes wet,

apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-

registered label.

END OF SECTION

Page 561: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 06100 - 6 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 562: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 1 PCTS No. 13315

SECTION 07520

STYRENE-BUTADIENE-STYRENE (SBS) MODIFIED BITUMINOUS

MEMBRANE ROOFING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and install styrene-butadiene-

styrene (SBS) modified bituminous membrane roofing complete as shown on the Drawings and

as specified herein.

B. Section Includes:

1. Styrene-butadiene-styrene (SBS) modified bituminous membrane roofing.

1.02 RELATED WORK

A. Wood blocking is included in Section 06100.

B. Copings are included in Section 07710.

C. Reglets and Counterflashing are included in Section 07710.

D. Roof Mechanical equipment penetrations are included in various Division 15 sections.

1.03 SUBMITTALS

A. Submit in accordance with Section 01300.

B. Product Data: For each type of product indicated.

C. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments

to other work.

1. Base flashings and membrane terminations.

2. Crickets, saddles, and tapered edge strips, including slopes.

D. Samples for Verification: For the following products:

1. Sheet roofing materials, including base sheet, membrane cap sheet, and flashing sheet of

color specified.

2. Walkway pads or rolls.

E. Qualification Data: For qualified Installer and Manufacturer.

F. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system

complies with requirements specified in "Performance Requirements" Article.

1. Submit evidence of complying with performance requirements.

Page 563: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 2 PCTS No. 13315

G. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer

and witnessed by a qualified testing agency, for components of membrane roofing system.

H. Warranties: Sample of special warranties.

I. Maintenance Data: For roofing system to include in maintenance manuals.

J. Provide copy of current, valid statewide product approval for product, material or system as

shown on the drawings and as specified in this section, in accordance with Rule 9N-3. Product

approval shall be for the specific manufacturer, product type, model or style, and the State

Approval Number. The successful Contractor, the Contractor shall be responsible to file the

appropriate Product Approval information with the local authority having jurisdiction.

1.04 REFERENCES

A. American Iron and Steel Institute

1. North American Specification for the Design of Cold-Formed Steel Structural Members.

B. American Welding Society

C. ASTM International

1. ASTM E 119 - Test Methods for Fire Tests of Building Construction and Materials

D. California Department of Health Services

1. Standard Practice for the Testing of Volatile Organic Emissions from Various Sources

Using Small-Scale Environmental Chambers.

E. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.05 DEFINITIONS

A. Roofing Terminology: See ASTM D 1079 and glossary of NRCA's "The NRCA Roofing and

Waterproofing Manual" for definition of terms related to roofing work in this Section.

B. Hot Roofing Asphalt: Roofing asphalt heated to its equiviscous temperature, the temperature at

which its viscosity is 125 centipoise for mop-applied roofing asphalt and 75 centipoise for

mechanical spreader-applied roofing asphalt, within a range of plus or minus 25 degree F,

measured at the mop cart or mechanical spreader immediately before application.

1.06 PERFORMANCE REQUIREMENTS

A. General Performance: Installed membrane roofing and base flashings shall withstand specified

uplift pressures, thermally induced movement, and exposure to weather without failure due to

defective manufacture, fabrication, installation, or other defects in construction. Membrane

roofing and base flashings shall remain watertight.

Page 564: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 3 PCTS No. 13315

B. Material Compatibility: Provide roofing materials that are compatible with one another under

conditions of service and application required, as demonstrated by membrane roofing

manufacturer based on testing and field experience.

C. Roofing System Design: Provide membrane roofing system that is identical to systems that

have been successfully tested by a qualified testing and inspecting agency to resist uplift

pressure calculated according to ASCE/SEI 7.

1. Corner Uplift Pressure: As indicated on Drawings.

2. Perimeter Uplift Pressure: As indicated on Drawings.

3. Field-of-Roof Uplift Pressure: As indicated on Drawings.

D. Solar Reflectance Index: Not less than 78 when calculated according to ASTM E 1980 based

on testing identical products by a qualified testing agency.

E. Energy Performance: Provide roofing system that is listed on DOE's ENERGY STAR "Roof

Products Qualified Product List" for low-slope roof products.

F. Energy Performance: Provide roofing system with initial Solar Reflectance not less than 0.70

and Thermal Emittance not less than 0.75 when tested according to Cool Roof Rating Council's

CRRC-1.

1.07 QUALITY ASSURANCE

A. Manufacturer Qualifications: A qualified manufacturer that is UL listed for membrane roofing

system identical to that used for this Project.

B. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by membrane

roofing system manufacturer to install manufacturer's product and that is eligible to receive

manufacturer's special warranty.

C. Source Limitations: Obtain components including roof insulation and fasteners for membrane

roofing system from same manufacturer as membrane roofing or approved by membrane

roofing manufacturer.

D. Exterior Fire-Test Exposure: ASTM E 108, Class A; for application and roof slopes indicated,

as determined by testing identical membrane roofing materials by a qualified testing agency.

Materials shall be identified with appropriate markings of applicable testing agency.

E. Fire-Resistance Ratings: Where indicated, provide fire-resistance-rated roof assemblies

identical to those of assemblies tested for fire resistance per ASTM E 119 by a qualified testing

agency. Identify products with appropriate markings of applicable testing agency.

F. Pre-installation Roofing Conference: Conduct conference at Project site.

1. Meet with Owner, Engineer, Owner's insurer if applicable, testing and inspecting agency

representative, roofing Installer, roofing system manufacturer's representative, deck

Installer, and installers whose work interfaces with or affects roofing, including installers

of roof accessories and roof-mounted equipment.

Page 565: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 4 PCTS No. 13315

2. Review methods and procedures related to roofing installation, including manufacturer's

written instructions.

3. Review and finalize construction schedule and verify availability of materials, Installer's

personnel, equipment, and facilities needed to make progress and avoid delays.

4. Examine deck substrate conditions and finishes for compliance with requirements,

including flatness and fastening.

5. Review structural loading limitations of roof deck during and after roofing.

6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment

curbs, and condition of other construction that will affect roofing system.

7. Review governing regulations and requirements for insurance and certificates if applicable.

8. Review temporary protection requirements for roofing system during and after installation.

9. Review roof observation and repair procedures after roofing installation.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled

with manufacturer's name, product brand name and type, date of manufacture, approval or

listing agency markings, and directions for storing and mixing with other components.

B. Store liquid materials in their original undamaged containers in a clean, dry, protected location

and within the temperature range required by roofing system manufacturer. Protect stored liquid

material from direct sunlight.

1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf

life.

C. Protect roof insulation materials from physical damage and from deterioration by sunlight,

moisture, soiling, and other sources. Store in a dry location. Comply with insulation

manufacturer's written instructions for handling, storing, and protecting during installation.

D. Handle and store roofing materials and place equipment in a manner to avoid permanent

deflection of deck.

1.09 PROJECT CONDITIONS

A. Weather Limitations: Proceed with installation only when existing and forecasted weather

conditions permit roofing system to be installed according to manufacturer's written instructions

and warranty requirements.

1.10 WARRANTY

A. Special Warranty: Manufacturer's standard or customized form, without monetary limitation, in

which manufacturer agrees to repair or replace components of membrane roofing system that

fail in materials or workmanship within specified warranty period.

Page 566: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 5 PCTS No. 13315

1. Special warranty includes membrane roofing, base flashings, roof insulation, fasteners,

roofing accessories, and other components of membrane roofing system.

2. Warranty Period: 20 years from date of Substantial Completion.

B. Special Project Warranty: Submit roofing Installer's warranty, on warranty form at end of this

Section, signed by Installer, covering the Work of this Section, including all components of

membrane roofing system such as membrane roofing, base flashing, fasteners, vapor retarders,

and walkway products, for the following warranty period:

1. Warranty Period: Two years from date of Substantial Completion.

1.11 REGULATORY REQUIREMENTS

A. The products, materials and assemblies, including anchorage, proposed for the work of this

Section shall comply with project specific calculated design pressures and the Florida Building

Code (Code), including wind-borne debris region requirements, and shall be designed by the

Manufacturer and installed by the Subcontractor to meet these requirements. Refer to project

design pressures in the components and cladding table on the structural drawings. Where a

conflict occurs between the requirements of this Specification and the Code, the more stringent

requirement shall apply.

B. It shall be the responsibility of the Contractor to provide evidence of code compliance for the

products, materials and assemblies, including anchorage specified in this section. Evidence of

code compliance shall be demonstrated by compliance with the Florida Building Code, using

one of the methods outlined in Chapter 9N-3 of the Florida Administrative Code, Department of

Community Affairs, Florida Building Commission, Product Approval.

PART 2 PRODUCTS

2.01 SBS-MODIFIED ASPHALT-SHEET MATERIALS

A. SBS-Modified Bituminous Membrane Roofing:

1. Manufacturers: Provide products by one of the following:

a. Firestone Building Products.

b. GAF Materials Corporation.

c. Tremco Incorporated.

d. Or equal.

B. Granule-Surface Roofing Membrane Cap Sheet: ASTM D 6164, Grade G, Type I, SBS-modified

asphalt sheet (reinforced with polyester fabric; granular surfaced; suitable for application method

specified per manufacturer’s data, and as follows:

1. Granule Color: White.

2.02 BASE-SHEET MATERIALS

A. Sheathing Paper: Red-rosin type, minimum 3 lb/100 sq. ft. (0.16 kg/sq. m).

Page 567: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 6 PCTS No. 13315

B. Base Sheet: ASTM D 4601, Type II, SBS-modified, asphalt-impregnated and -coated sheet,

with glass-fiber-reinforcing mat, dusted with fine mineral surfacing on both sides.

1. Weight: 75 lb/100 sq. ft., minimum.

2.03 BASE FLASHING SHEET MATERIALS

A. Backer Sheet: ASTM D 6163, Grade S, Type I, SBS-modified asphalt sheet (reinforced with

glass fibers); smooth surfaced; suitable for application method specified per manufacturer’s data.

B. Granule-Surfaced Flashing Sheet: ASTM D 6164, Grade G, Type I, SBS-modified asphalt

sheet reinforced with polyester fabric; granular surfaced; suitable for application method

specified per manufacturer’s data, and as follows:

C. Granule Color: White.

2.04 AUXILIARY ROOFING MEMBRANE MATERIALS

A. General: Auxiliary materials recommended by roofing system manufacturer for intended use

and compatible with roofing membrane.

B. Asphalt Primer: ASTM D 41.

C. Roofing Asphalt: ASTM D 312, Type as recommended by roofing system manufacturer for

application.

D. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required by roofing

system manufacturer for application.

E. Mastic Sealant: Polyisobutylene, plain or modified bitumen; non-hardening, non-migrating,

non-skinning, and non-drying.

F. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-

resistance provisions in FM Approvals 4470, designed for fastening roofing membrane

components to substrate; tested by manufacturer for required pullout strength, and acceptable to

roofing system manufacturer.

G. Metal Flashing Sheet: Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type

304, dead soft, fully annealed.

H. Miscellaneous Accessories: Provide those recommended by roofing system manufacturer.

2.05 INSULATION ACCESSORIES

A. General: Furnish roof insulation accessories recommended by insulation manufacturer for

intended use and compatibility with membrane roofing.

B. Fasteners: Factory-coated steel fasteners and metal or plastic plates meeting corrosion-

resistance provisions in FM Approvals 4470, designed for fastening roof insulation to substrate,

and acceptable to roofing system manufacturer.

Page 568: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 7 PCTS No. 13315

C. Full-Spread Applied Insulation Adhesive: Insulation manufacturer's recommended spray-

applied, low-rise, two-component urethane adhesive formulated to attach roof insulation to

substrate or to another insulation layer.

D. Insulation Cant Strips: ASTM C 208, Type II, Grade 1, cellulosic-fiber insulation board.

E. Tapered Edge Strips: ASTM C 208, Type II, Grade 1, cellulosic-fiber insulation board.

F. Substrate Joint Tape: 6 or 8 inch wide, coated, glass-fiber joint tape.

2.06 WALKWAYS

A. Walkway Pads: Reinforced asphaltic composition pads with slip-resisting mineral-granule

surface, manufactured as a traffic pad for foot traffic and acceptable to roofing system

manufacturer, 3/8 inch thick, minimum.

1. Pad Size: 24 inch x 24 inch.

2.07 WOOD BLOCKING AND NAILERS

A. Preservative Treatment by Pressure Process: AWPA C2, except that lumber that is not in

contact with the ground and is continuously protected from liquid water may be treated

according to AWPA C31 with inorganic boron (SBX).

1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no

arsenic or chromium.

B. For blocking and nailers used for attachment of other construction, select and cut lumber to

eliminate knots and other defects that will interfere with attachment of other work.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with the

following requirements and other conditions affecting performance of roofing system:

1. Verify that roof openings and penetrations are in place and curbs are set and braced and

that roof drain bodies are securely clamped in place.

2. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at

penetrations and terminations and that nailers match thicknesses of insulation.

3. Verify that concrete substrate is visibly dry and free of moisture. Test for capillary

moisture by plastic sheet method according to ASTM D 4263.

a. Test for moisture by pouring 1 pint (0.5 L) of hot roofing asphalt on deck at start of

each day's work and at start of each roof area or plane. Do not proceed with roofing

work if test sample foams or can be easily and cleanly stripped after cooling.

4. Verify that concrete-curing compounds that will impair adhesion of roofing components to

roof deck have been removed.

Page 569: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 8 PCTS No. 13315

5. Verify that deck is securely fastened with no projecting fasteners and with no adjacent

units in excess of 1/16 inch (1.6 mm) out of plane relative to adjoining deck.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 PREPARATION

A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation

according to roofing system manufacturer's written instructions. Remove sharp projections.

B. Prevent materials from entering and clogging roof drains and conductors and from spilling or

migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking

place or when rain is forecast.

C. Unroll roofing membrane sheets and allow them to relax for minimum time period required by

manufacturer.

D. Install equipment roof curbs as furnished under provisions of Division 15 Sections. Cutting of

the deck for mechanical related openings and ductwork shall be performed as part of Division

15 work scope.

E. Comply with roofing system manufacturer's written instructions for preparation and installation

of roof membrane materials and accessories.

3.03 INSULATION INSTALLATION

A. Insulation Cant Strips: Install and secure preformed 45-degree insulation cant strips at junctures

of roofing membrane system with vertical surfaces or angle changes more than 45 degrees.

B. Install tapered edge strips at perimeter edges of roof that do not terminate at vertical surfaces.

3.04 ROOFING MEMBRANE INSTALLATION, GENERAL

A. Install roofing membrane system according to roofing system manufacturer's written

instructions and applicable recommendations in ARMA/NRCA's "Quality Control Guidelines

for the Application of Polymer Modified Bitumen Roofing" and as follows:

1. Existing Deck Type: C (concrete or non-nailable).

2. Existing Substrate: N (Light Weight Insulating Concrete).

3. Mechanically Fastened and Adhered Insulation: Install first layer of membrane to deck

using mechanical fasteners specifically designed and sized for fastening specified

membrane roofing to deck type.

a. Fasten first layer of insulation to resist uplift pressure at corners, perimeter, and field

of roof.

b. Set each subsequent layer of membrane in a solid mopping of hot roofing asphalt

applied within plus or minus 25 deg F (14 deg C) of equiviscous temperature.

4. Base Sheet: One.

5. Number of Glass-Fiber Base-Ply Sheets: One.

Page 570: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 9 PCTS No. 13315

6. Number of SBS-Modified Asphalt Sheets: One.

7. Surfacing Type: M (mineral-granule-surfaced cap sheet).

B. Start installation of roofing membrane in presence of roofing system manufacturer's technical

personnel.

C. Cooperate with testing agencies engaged or required to perform services for installing roofing

system.

D. Coordinate installation of roofing system so insulation and other components of the roofing

membrane system not permanently exposed are not subjected to precipitation or left uncovered

at the end of the workday or when rain is forecast.

1. At end of each day's work, provide tie-offs to cover exposed roofing membrane sheets and

insulation with a course of coated felt set in roofing cement or hot roofing asphalt, with

joints and edges sealed.

2. Complete terminations and base flashings and provide temporary seals to prevent water

from entering completed sections of roofing system.

3. Remove and discard temporary seals before beginning work on adjoining roofing.

E. Asphalt Heating: Do not raise roofing asphalt temperature above equiviscous temperature range

more than one hour before time of application. Do not exceed roofing asphalt manufacturer's

recommended temperature limits during roofing asphalt heating. Do not heat roofing asphalt

within 25 degree F of flash point. Discard roofing asphalt maintained at a temperature

exceeding finished blowing temperature for more than four hours.

F. Asphalt Heating: Heat and apply SEBS-modified roofing asphalt according to roofing system

manufacturer's written instructions.

G. Substrate-Joint Penetrations: Prevent roofing asphalt and adhesives from penetrating substrate

joints, entering building, or damaging roofing system components or adjacent building

construction.

3.05 BASE-SHEET INSTALLATION

A. Loosely lay one course of sheathing paper, lapping edges and ends a minimum of 2 inches (50

mm) and 6 inches (150 mm), respectively.

B. Install lapped base-sheet course, extending sheet over and terminating beyond cants. Attach

base sheet as follows:

1. Mechanically fasten to substrate.

3.06 BASE-PLY SHEET INSTALLATION

A. Install glass-fiber base-ply sheets according to roofing system manufacturer's written

instructions starting at low point of roofing system. Align glass-fiber base-ply sheets without

stretching. Extend sheets over and terminate beyond cants.

Page 571: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 10 PCTS No. 13315

1. Shingle side laps of glass-fiber base-ply sheets uniformly to ensure that required number of

glass-fiber base-ply sheets covers substrate at any point. Shingle in direction to shed water.

2. Embed each glass-fiber base-ply sheet in a continuous void-free mopping of hot roofing

asphalt to form a uniform membrane without glass-fiber base-ply sheets touching.

3.07 SBS-MODIFIED BITUMINOUS MEMBRANE INSTALLATION

A. Install modified bituminous roofing membrane sheet and cap sheet according to roofing

manufacturer's written instructions, starting at low point of roofing system. Extend roofing

membrane sheets over and terminate beyond cants, installing as follows:

1. Adhere to base sheet in a solid mopping of hot roofing asphalt applied at not less than 425

degree F.

2. Unroll roofing membrane sheets and allow them to relax for minimum time period required

by manufacturer.

B. Laps: Accurately align roofing membrane sheets, without stretching, and maintain uniform side

and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids.

1. Repair tears and voids in laps and lapped seams not completely sealed.

2. Apply roofing granules to cover exuded bead at laps while bead is hot.

C. Install roofing membrane sheets so side and end laps shed water.

3.08 FLASHING AND STRIPPING INSTALLATION

A. Install base flashing over cant strips and other sloped and vertical surfaces, at roof edges, and at

penetrations through roof; secure to substrates according to roofing system manufacturer's

written instructions, and as follows:

1. Prime substrates with asphalt primer if required by roofing system manufacturer.

2. Backer Sheet Application: Adhere backer sheet to substrate in a solid mopping of hot

roofing asphalt.

3. Flashing Sheet Application: Adhere flashing sheet to substrate in a solid mopping of hot

roofing asphalt applied at not less than 425 degree F. Apply hot roofing asphalt to back of

flashing sheet if recommended by roofing system manufacturer.

B. Extend base flashing up walls or parapets a minimum of eight inches above roofing membrane

and four inches onto field of roofing membrane.

C. Install roofing membrane cap-sheet stripping where metal flanges and edgings are set on

membrane roofing according to roofing system manufacturer's written instructions.

Page 572: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 11 PCTS No. 13315

3.09 WALKWAY INSTALLATION

A. Walkway Pads: Install walkway pads using units of size indicated or, if not indicated, of

manufacturer's standard size according to walkway pad manufacturer's written instructions.

1. Set walkway pads in additional pour coat of hot roofing asphalt after aggregate surfacing

of modified bituminous roofing membrane.

3.10 WOOD BLOCKING, AND NAILER INSTALLATION

A. Install where indicated and where required for attaching other work. Form to shapes indicated

and cut as required for true line and level of attached work. Coordinate locations with other

work involved.

B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces,

unless otherwise indicated.

3.11 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections

and to prepare test reports.

B. Test Cuts: Test specimens will be removed to evaluate problems observed during quality-

assurance inspections of roofing membrane as follows:

1. Approximate quantities of components within roofing membrane will be determined

according to ASTM D 3617.

2. Test specimens will be examined for interply voids according to ASTM D 3617 and to

comply with criteria established in Appendix 3 in ARMA/NRCA's "Quality Control

Guidelines for the Application of Polymer Modified Bitumen Roofing."

3. Repair areas where test cuts were made according to roofing system manufacturer's written

instructions.

C. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to

inspect roofing installation on completion.

1. Notify Engineer and Owner 48 hours in advance of date and time of inspection.

D. Roofing system will be considered defective if it does not pass tests and inspections.

1. Additional testing and inspecting, at Contractor's expense, will be performed to determine

if replaced or additional work complies with specified requirements.

3.12 PROTECTING AND CLEANING

A. Protect roofing system from damage and wear during remainder of construction period. When

remaining construction will not affect or endanger roofing, inspect roofing for deterioration and

damage, describing its nature and extent in a written report, with copies to Engineer and Owner.

Page 573: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07520 - 12 PCTS No. 13315

B. Correct deficiencies in or remove roofing system that does not comply with requirements, repair

substrates, and repair or reinstall roofing system to a condition free of damage and deterioration

at time of Substantial Completion and according to warranty requirements.

C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures

recommended by manufacturer of affected construction.

END OF SECTION

Page 574: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07591 - 1 PCTS No. 13315

SECTION 07591

PREPARATION FOR REROOFING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials equipment and incidentals required for preparation for re-roofing

complete as shown on the Drawings and as specified herein.

B. Section Includes:

1. Full tear-off of entire roof down to Light Weight Insulating Concrete (LWIC).

2. Removal of base flashings.

3. Temporary roofing.

1.02 RELATED WORK

A. Demolition of existing roofing is included in Division 02.

B. Roofing is included in Section 07520.

1.03 SUBMITTALS

A. Submit in accordance with Section 01300.

B. Product Data: For each type of product.

C. Shop Drawings: Include plans, sections, and details.

D. Temporary Roofing Submittal: Product data and description of temporary roofing system. If

temporary roof remains in place, include surface preparation requirements needed to receive

permanent roof, and submit a letter from roofing manufacturer, stating acceptance of the

temporary roof and that its inclusion does not adversely affect the roofing system's resistance to

fire and wind.

E. Qualification Data: For Installer.

1. Include certificate that Installer is approved by warrantor of existing roofing system.

2. Include certificate that Installer is licensed to perform asbestos abatement.

F. Fastener pull-out test report.

G. Photographs or Videotape: Show existing conditions of adjoining construction and site

improvements, including exterior and interior finish surfaces that might be misconstrued as

having been damaged by reroofing operations. Submit before Work begins.

Page 575: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07591 - 2 PCTS No. 13315

H. Landfill Records: Indicate receipt and acceptance of demolished roofing materials and

hazardous wastes, such as asbestos-containing materials, by a landfill facility licensed to accept

them.

1.04 REFERENCES

A. ASTM International

1. ASTM C 578 - Specification for Rigid, Cellular Polystyrene Thermal Insulation

2. ASTM D 41/D 41M - Specification for Asphalt Primer Used in Roofing, Dampproofing,

and Waterproofing

3. ASTM D 312 - Specification for Asphalt Used in Roofing

4. ASTM D 1079 - Terminology Relating to Roofing and Waterproofing

5. ASTM D 2178 - Specification for Asphalt Glass Felt Used in Roofing and Waterproofing

6. ASTM D 4263 - Test Method for Indicating Moisture in Concrete by the Plastic Sheet

Method

7. ASTM D 4601 - Specification for Asphalt-Coated Glass Fiber Base Sheet Used in Roofing

B. FM Global

1. Approval Guide.

2. RoofNav. Undated.

C. National Roofing Contractors Association

1. The NRCA Roofing and Waterproofing Manual.

D. U.S. Department of Commerce, National Institute of Standards and Technology

1. DOC PS 1 - Structural Plywood

2. DOC PS 2 - Performance Standard for Wood-Based Structural-Use Panels

E. Where reference is made to one of the above or other referenced standards, the revisions in

effect at the time of bid opening shall apply.

1.05 DEFINITIONS

A. Roofing Terminology: Definitions in ASTM D 1079 and glossary of NRCA's "The NRCA

Roofing and Waterproofing Manual" apply to work of this Section.

B. Full Roof Tear-Off: Removal of existing roofing system from lightweight insulated concrete.

Page 576: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07591 - 3 PCTS No. 13315

1.06 QUALITY ASSURANCE

A. Installer Qualifications: Licensed to perform asbestos abatement in the state or jurisdiction

where Project is located.

B. Regulatory Requirements: Comply with governing EPA notification regulations before

beginning roofing removal. Comply with hauling and disposal regulations of authorities having

jurisdiction.

C. Reroofing Conference: Conduct conference at Project site. This can be coordinated with the

pre-installation conference requirement in specification Section 07520.

1. Meet with Owner; Engineer; Owner's insurer if applicable; testing and inspecting agency

representative; roofing system manufacturer's representative; roofing Installer, including

project manager, superintendent, and foreman; and installers whose work interfaces with or

affects reroofing, including installers of roof deck, roof accessories, and roof-mounted

equipment.

2. Review methods and procedures related to roofing system tear-off and replacement,

including, but not limited to, the following:

a. Reroofing preparation, including roofing system manufacturer's written instructions.

b. Temporary protection requirements for existing roofing system components that are to

remain.

c. Existing roof drains and roof drainage during each stage of reroofing, and roof-drain

plugging and plug removal.

d. Construction schedule and availability of materials, Installer's personnel, equipment,

and facilities needed to avoid delays.

e. Existing roof deck conditions requiring notification of Engineer.

f. Existing roof deck removal procedures and Owner notifications.

g. Condition and acceptance of existing roof deck and base flashing substrate for reuse.

h. Structural loading limitations of roof deck during reroofing.

i. Base flashings, special roofing details, drainage, penetrations, equipment curbs, and

condition of other construction that affect reroofing.

j. HVAC shutdown and sealing of air intakes.

k. Shutdown of fire-suppression, -protection, and -alarm and -detection systems.

l. Asbestos removal and discovery of asbestos-containing materials.

m. Governing regulations and requirements for insurance and certificates if applicable.

n. Existing conditions that may require notification of Engineer before proceeding.

1.07 FIELD CONDITIONS

A. Existing Roofing System: Built-up asphalt with gravel roofing over LWIC.

B. Owner will occupy portions of building immediately below reroofing area. Conduct reroofing

so Owner's operations are not disrupted. Provide Owner with not less than 72 hours' notice of

activities that may affect Owner's operations.

1. Coordinate work activities daily with Owner so Owner can place protective dust and water-

leakage covers over sensitive equipment and furnishings, shut down HVAC and fire-alarm

or -detection equipment if needed, and evacuate occupants from below work area.

Page 577: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07591 - 4 PCTS No. 13315

2. Before working over structurally impaired areas of deck, notify Owner to evacuate

occupants from below affected area. Verify that occupants below work area have been

evacuated before proceeding with work over impaired deck area.

C. Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior

plantings, and landscaping from damage or soiling from reroofing operations.

D. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities.

E. Conditions existing at time of inspection for bidding are maintained by Owner as far as

practical.

1. A roof moisture survey of existing roofing system is available for Contractor's reference.

2. The results of an analysis of test cores from existing roofing system are available for

Contractor's reference.

3. Construction Drawings for existing roofing system are provided for Contractor's

convenience and information, but are not a warranty of existing conditions. They are

intended to supplement rather than serve in lieu of Contractor's own investigations.

Contractor is responsible for conclusions derived from existing documents.

F. Weather Limitations: Proceed with reroofing preparation only when existing and forecasted

weather conditions permit Work to proceed without water entering existing roofing system or

building.

1. Remove only as much roofing in one day as can be made watertight in the same day.

G. Hazardous Materials: It is not expected that hazardous materials, such as asbestos-containing

materials, will be encountered in the Work.

1. Hazardous materials will be removed by Owner before start of the Work. Existing roof will

be left no less watertight than before removal.

2. If materials suspected of containing hazardous materials are encountered, do not disturb;

immediately notify Engineer and Owner. Hazardous materials will be removed by Owner

under a separate contract.

H. Hazardous Materials: A report on the presence of hazardous materials is on file for review and

use. Examine report to become aware of locations where hazardous materials are present.

1. Hazardous material remediation is specified elsewhere in the Contract Documents.

2. Do not disturb hazardous materials or items suspected of containing hazardous materials

except according to procedures specified elsewhere in the Contract Documents.

3. Coordinate reroofing preparation with hazardous material remediation to prevent water

from entering existing roofing system or building.

Page 578: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07591 - 5 PCTS No. 13315

PART 2 PRODUCTS

2.01 TEMPORARY PROTECTION MATERIALS

A. Expanded Polystyrene (EPS) Insulation: ASTM C 578.

B. Plywood: DOC PS1, Grade CD Exposure 1.

C. OSB: DOC PS2, Exposure 1.

2.02 TEMPORARY ROOFING MATERIALS

A. Design and selection of materials for temporary roofing are Contractor's responsibilities.

B. Sheathing Paper: Red-rosin type, minimum 3 lb/100 sq. ft. (0.16 kg/sq. m).

C. Base Sheet: ASTM D 4601, Type II, non-perforated, asphalt-impregnated and -coated, glass-

fiber sheet.

D. Glass-Fiber Felts: ASTM D 2178, Type IV, asphalt-impregnated, glass-fiber felt.

E. Asphalt Primer: ASTM D 41/D 41M.

F. Roofing Asphalt: ASTM D 312, Type III or IV.

G. Base Sheet Fasteners: Capped head, factory-coated steel fasteners, listed in FM Global's

"Approval Guide."

H. General: Use auxiliary reroofing preparation materials recommended by roofing system

manufacturer for intended use and compatible with components of new roofing system.

PART 3 EXECUTION

3.01 PREPARATION

A. Shut off rooftop utilities and service piping before beginning the Work.

B. Test existing roof scuppers to be verified that they are not blocked or restricted. Immediately

notify Engineer of any blockages or restrictions.

C. Coordinate with Owner to shut down air-intake equipment in the vicinity of the Work. Cover

air-intake louvers before proceeding with reroofing work that could affect indoor air quality or

activate smoke detectors in the ductwork.

D. During removal operations, have sufficient and suitable materials on-site to facilitate rapid

installation of temporary protection in the event of unexpected rain.

E. Maintain roof scuppers in functioning condition to ensure roof drainage at end of each workday.

Prevent debris from entering or blocking roof scuppers. Use roof-scupper plugs for this purpose.

Remove roof-scupper plugs at end of each workday, when no work is taking place, or when rain

is forecast.

Page 579: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07591 - 6 PCTS No. 13315

1. If roof scuppers are temporarily blocked or unserviceable due to roofing system removal or

partial installation of new roofing system, provide alternative drainage method to remove

water and eliminate ponding. Do not permit water to enter into or under existing roofing

system components that are to remain.

3.02 ROOF TEAR-OFF

A. Remove aggregate ballast from roofing.

B. Remove pavers and accessories from roofing.

C. Full Roof Tear-Off: Remove existing roofing and other roofing system components down to

the light weight concrete insulation.

1. Remove fasteners from deck or cut fasteners off slightly above deck surface.

3.03 DECK PREPARATION

A. Inspect deck after tear-off of roofing system.

B. Verify that LWIC substrate is visibly dry and free of moisture. Test for capillary moisture by

plastic sheet method according to ASTM D 4263 or by pouring one pint of hot roofing asphalt

on deck at start of each day's work and at start of each roof area or plane. Do not proceed with

roofing work if moisture condenses under plastic sheet or if asphalt test sample foams or can be

easily and cleanly stripped after cooling.

C. If broken or loose fasteners that secure deck panels to one another or to structure are observed,

or if deck appears or feels inadequately attached, immediately notify Engineer. Do not proceed

with installation until directed by Engineer.

D. If deck surface is unsuitable for receiving new roofing or if structural integrity of deck is

suspect, immediately notify Engineer. Do not proceed with installation until directed by

Engineer.

3.04 TEMPORARY ROOFING

A. Install approved temporary roofing over area to be reroofed.

B. Install temporary roofing over area to be reroofed. Install two glass-fiber felts, lapping each

sheet 19 inches over preceding sheet. Temporarily secure glass-fiber felts.

C. Remove temporary roofing before installing new roofing.

3.05 BASE FLASHING REMOVAL

A. Remove existing base flashings. Clean substrates of contaminants, such as asphalt, sheet

materials, dirt, and debris.

B. Do not damage metal counterflashings that are to remain. Replace metal counterflashings

damaged during removal with counterflashings of same metal, weight or thickness, and finish.

Page 580: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07591 - 7 PCTS No. 13315

C. Inspect parapet sheathing, wood blocking, curbs, and nailers for deterioration and damage. If

parapet sheathing, wood blocking, curbs, or nailers have deteriorated, immediately notify

Engineer.

D. When directed by Engineer, replace parapet framing, wood blocking, curbs, and nailers to

comply with Section 06100.

3.06 FASTENER PULL-OUT TESTING

A. Retain independent testing and inspecting agency to conduct fastener pull-out tests according to

SPRI FX-1, and submit test report to roofing manufacturer before installing new roofing system.

1. Obtain roofing manufacturer's approval to proceed with specified fastening pattern.

Roofing manufacturer may furnish revised fastening pattern commensurate with pull-out

test results.

3.07 DISPOSAL

A. Collect demolished materials and place in containers. Promptly dispose of demolished

materials. Do not allow demolished materials to accumulate on-site.

1. Storage or sale of demolished items or materials on-site is not permitted.

B. Transport and legally dispose of demolished materials off Owner's property.

END OF SECTION

Page 581: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07591 - 8 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 582: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 1 PCTS No. 13315

SECTION 07710

ROOF SPECIALTIES

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and design and deliver roof

specialties for the Project as shown on the Drawings and as specified herein.

B. The work includes:

1. Copings.

2. Roof Edge Drainage System.

3. Reglets and Counterflashings.

1.02 RELATED WORK

A. Wood nailers and blocking are included in Section 06100.

B. SBS Modified Bituminous Membrane Roofing is included in Section 07520.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, the following:

1. Product Data: For each type of product indicated. Include construction details, material

descriptions, dimensions of individual components and profiles, and finishes.

2. Shop Drawings: For roof specialties. Include plans, elevations, expansion-joint locations,

keyed details, and attachments to other work. Distinguish between plant- and field-

assembled work. Include the following:

a. Details for expansion and contraction; locations of expansion joints, including

direction of expansion and contraction.

b. Pattern of seams and layout of fasteners, cleats, clips, and other attachments.

c. Details of termination points and assemblies, including fixed points.

d. Details of special conditions.

B. Samples: For each type of roof specialty indicated with factory-applied color finishes. For

copings, reglets and counterflashings made from 12-inch lengths of full-size components

including fasteners, cover joints, accessories, and attachments.

C. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified

testing agency, for copings.

D. Maintenance Data: For roofing specialties to include in maintenance manuals.

E. Warranty: Sample of special warranty.

Page 583: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 2 PCTS No. 13315

F. Provide copy of current, valid statewide product approval for product, material or system as

shown on the drawings and as specified in this section, in accordance with Rule 9N-3. Product

approval shall be for the specific manufacturer, product type, model or style, and the State

Approval Number. The successful Contractor, the Contractor shall be responsible to file the

appropriate Product Approval information with the local authority having jurisdiction.

1.04 REFERENCE STANDARDS

A. American Architectural Manufacturers Association

1. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum

2. AAMA 620 - Voluntary Specifications for High Performance Organic Coatings on Coil

Coated Architectural Aluminum Substrates

3. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures

for Superior Performing Organic Coatings on Aluminum Extrusions and Panels

B. ASTM International

1. ASTM B 209 - Specification for Aluminum and Aluminum-Alloy Sheet and Plate

2. ASTM B 221 - Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods,

Wire, Profiles, and Tubes

3. ASTM C 920 - Specification for Elastomeric Joint Sealants

4. ASTM C 1311 - Specification for Solvent Release Sealants

5. ASTM D 1187 - Specification for Asphalt-Base Emulsions for Use as Protective Coatings

for Metal

6. ASTM D 2244 - Test Method for Calculation of Color Tolerances and Color Differences

from Instrumentally Measured Color Coordinates

7. ASTM D 4214 - Test Methods for Evaluating the Degree of Chalking of Exterior Paint

Films

8. ASTM D 4586 - Specification for Asphalt Roof Cement, Asbestos-Free

C. National Association of Architectural Metal Manufacturers

1. Metal Finishes Manual for Architectural and Metal Products.

D. Sheet Metal and Air Conditioning Contractors' National Association

1. Architectural Sheet Metal Manual.

E. Single Ply Roofing Industry

1. SPRI ES-1 - Wind Design Standard for Edge Systems Used with Low Slope Roofing

Systems (ANSI).

Page 584: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 3 PCTS No. 13315

F. Where reference is made to one of the above or other referenced standards, the revisions in

effect at the time of bid opening shall apply.

1.05 PERFORMANCE REQUIREMENTS

A. General Performance: Roof specialties shall withstand exposure to weather and resist thermally

induced movement without failure, rattling, leaking, or fastener disengagement due to defective

manufacture, fabrication, installation, or other defects in construction.

B. SPRI Wind Design Standard: Manufacture and install copings tested according to SPRI ES-1

and capable of resisting the following design pressures:

1. Design Pressure: As indicated on Drawings.

C. Thermal Movements: Allow for thermal movements from ambient and surface temperature

changes to prevent buckling, opening of joints, hole elongation, overstressing of components,

failure of joint sealants, failure of connections, and other detrimental effects. Provide clips that

resist rotation and avoid shear stress as a result of thermal movements. Base calculations on

surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss.

1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces.

1.06 QUALITY ASSURANCE

A. Mockups: Build mockups to verify selections made under sample submittals and to

demonstrate aesthetic effects and set quality standards for fabrication and installation.

1. Approval of mockups does not constitute approval of deviations from the Contract

Documents contained in mockups unless Engineer specifically approves such deviations in

writing.

2. Approved mockups may become part of the completed Work if undisturbed at time of

Substantial Completion.

B. Pre-installation Conference: Conduct conference at Project site.

1. Meet with Owner, Engineer, Owner's insurer if applicable, Installer, and installers whose

work interfaces with or affects roof specialties including installers of roofing materials and

accessories.

2. Examine substrate conditions for compliance with requirements, including flatness and

attachment to structural members.

3. Review special roof details, roof drainage, and condition of other construction that will

affect roof specialties.

1.07 DELIVERY, STORAGE AND HANDLING

A. Do not store roof specialties in contact with other materials that might cause staining, denting,

or other surface damage. Store roof specialties away from uncured concrete and masonry.

Page 585: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 4 PCTS No. 13315

B. Protect strippable protective covering on roof specialties from exposure to sunlight and high

humidity, except to extent necessary for the period of roof specialties installation.

1.08 PROJECT CONDITIONS

A. Weather Limitations: Proceed with installation only when existing and forecasted weather

conditions permit roofing system to be installed according to manufacturer's written instructions

and warranty requirements.

1.09 WARRANTY

A. Special Warranty on Painted Finishes: Manufacturer's standard form in which manufacturer

agrees to repair finish or replace roof specialties that show evidence of deterioration of factory-

applied finishes within specified warranty period.

1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following:

a. Color fading more than 5 Hunter units when tested according to ASTM D 2244.

b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214.

c. Cracking, checking, peeling, or failure of paint to adhere to bare metal.

2. Finish Warranty Period: 20 years from date of Substantial Completion.

1.10 REGULATORY REQUIREMENTS

A. The products, materials and assemblies, including anchorage, proposed for the work of this

Section shall comply with project specific calculated design pressures and the Florida Building

Code (Code), including wind-borne debris region requirements, and shall be designed by the

Manufacturer and installed by the Subcontractor to meet these requirements. Refer to project

design pressures in the components and cladding table on the structural drawings. Where a

conflict occurs between the requirements of this Specification and the Code, the more stringent

requirement shall apply.

B. It shall be the responsibility of the Contractor to provide evidence of code compliance for the

products, materials and assemblies, including anchorage specified in this section. Evidence of

code compliance shall be demonstrated by compliance with the Florida Building Code, using

one of the methods outlined in Chapter 9N-3 of the Florida Administrative Code, Department of

Community Affairs, Florida Building Commission, Product Approval.

PART 2 PRODUCTS

2.01 EXPOSED METALS

A. Aluminum Sheet: ASTM B 209, alloy as standard with manufacturer for finish required, with

temper to suit forming operations and performance required.

1. Surface: Smooth, flat finish.

2. Color Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm

or thicker.

Page 586: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 5 PCTS No. 13315

B. Aluminum Extrusions: ASTM B 221, alloy and temper recommended by manufacturer for type

of use and finish indicated, finished as follows:

1. Color Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm

or thicker.

2.02 CONCEALED METALS

A. Aluminum Sheet: ASTM B 209, alloy and temper recommended by manufacturer for type of

use and structural performance indicated, mill finished.

B. Aluminum Extrusions: ASTM B 221, alloy and temper recommended by manufacturer for type

of use and structural performance indicated, mill finished.

2.03 UNDERLAYMENT MATERIALS

A. Self-Adhering, High-Temperature Sheet: Minimum 30 to 40 mils thick, consisting of slip-

resisting polyethylene-film top surface laminated to layer of butyl or SBS-modified asphalt

adhesive, with release-paper backing; cold applied. Provide primer when recommended by

underlayment manufacturer.

1. Thermal Stability: ASTM D 1970; stable after testing at 240 degrees F.

2. Low-Temperature Flexibility: ASTM D 1970; passes after testing at minus 20 degree F.

3. Products: Provide one of the following:

a. Firestone Building Products.

b. GAF Materials Corporation.

c. Hickman Company, W. P.

d. Merchant & Evans, Inc.

e. Metal-Era, Inc.

f. Or equal.

2.04 MISCELLANEOUS MATERIALS

A. General: Provide materials and types of fasteners, protective coatings, sealants, and other

miscellaneous items required by manufacturer for a complete installation.

B. Fasteners: Manufacturer's recommended fasteners, suitable for application and designed to

meet performance requirements. Furnish the following unless otherwise indicated:

1. Exposed Penetrating Fasteners: Gasketed screws with hex washer heads matching color of

sheet metal.

2. Fasteners for Aluminum: Aluminum or Series 300 stainless steel.

C. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant of type, grade,

class, and use classifications required by roofing-specialty manufacturer for each application.

D. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM D 1187.

E. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application.

Page 587: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 6 PCTS No. 13315

2.05 COPINGS

A. Copings: Manufactured coping system consisting of formed-metal coping cap in section

lengths not exceeding 12 feet, concealed anchorage; corner units, end cap units, and concealed

splice plates with same finish as coping caps.

1. Manufacturers: Provide products by one of the following:

2. Basis-of-Design Product: Provide Pac-Clad Pac-Continuous Cleat Coping or comparable

product by one of the following:

a. Firestone Building Products.

b. GAF Materials Corporation.

c. Hickman Company, W. P.

d. Merchant & Evans, Inc.

e. Metal-Era, Inc.

f. Or equal.

3. Coping-Cap Material: Extruded aluminum, thickness as required to meet performance

requirements.

a. Finish: Three-coat fluoropolymer Color anodic.

b. Color: As selected by Engineer from manufacturer's full range.

4. Corners: Factory mitered and continuously welded.

5. Coping-Cap Attachment Method: Face leg hooked to continuous cleat with back leg

fastener exposed, fabricated from coping-cap material.

6. Face Leg Cleats: Concealed, continuous stainless steel.

2.06 ROOF-EDGE DRAINAGE SYSTEMS

A. Manufacturers: Provide products by one of the following:

a. Firestone Building Products.

b. GAF Materials Corporation.

c. Hickman Company, W. P.

d. Merchant & Evans, Inc.

e. Metal-Era, Inc.

f. Or equal.

B. Parapet Scuppers: Manufactured with closure flange trim to exterior, 4-inch- wide wall flanges

to interior, and base extending 4 inches beyond cant or tapered strip into field of roof. Fasten

gravel guard angles to base of scuppers.

1. Fabricate from the following exposed metal:

a. Formed Aluminum: 0.032 inch thick.

C. Aluminum Finish: Three-coat fluoropolymer Color anodic.

1. Color: As selected by Engineer from manufacturer's full range.

Page 588: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 7 PCTS No. 13315

2.07 REGLETS AND COUNTERFLASHINGS

A. Manufacturers: Provide products by one of the following:

a. Firestone Building Products.

b. GAF Materials Corporation.

c. Hickman Company, W. P.

d. Merchant & Evans, Inc.

e. Metal-Era, Inc.

f. Or equal.

2. Reglets: Manufactured units formed to provide secure interlocking of separate reglet and

counterflashing pieces, from the following exposed metal:

3. Formed Aluminum: 0.050 inch thick.

4. Corners: Factory mitered and continuously welded.

5. Stucco Type, Embedded: Provide reglets with upturned fastening flange and extension leg

of length to match thickness of applied finish materials.

6. Masonry Type, Embedded: Provide reglets with offset top flange for embedment in

masonry mortar joint.

2.08 GENERAL FINISH REQUIREMENTS

A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for

recommendations for applying and designating finishes.

B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a

strippable, temporary protective covering before shipping.

C. Appearance of Finished Work: Noticeable variations in same piece are not acceptable.

Variations in appearance of adjoining components are acceptable if they are within the range of

approved Samples and are assembled or installed to minimize contrast.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations,

dimensions, and other conditions affecting performance of the Work.

B. Examine walls, roof edges, and parapets for suitable conditions for roof specialties.

C. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored.

D. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 UNDERLAYMENT INSTALLATION

A. Self-Adhering Sheet Underlayment: Install wrinkle free. Apply primer if required by

underlayment manufacturer. Comply with temperature restrictions of underlayment

Page 589: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 8 PCTS No. 13315

manufacturer for installation; use primer rather than nails for installing underlayment at low

temperatures. Apply in shingle fashion to shed water. Overlap edges not less than 3-1/2 inches.

Roll laps with roller. Cover underlayment within 14 days.

3.03 INSTALLATION, GENERAL

A. General: Install roof specialties according to manufacturer's written instructions. Anchor roof

specialties securely in place, with provisions for thermal and structural movement. Use

fasteners, solder, protective coatings, separators, sealants, and other miscellaneous items as

required to complete roof-specialty systems.

1. Install roof specialties level, plumb, true to line and elevation; with limited oil-canning and

without warping, jogs in alignment, buckling, or tool marks.

2. Provide uniform, neat seams with minimum exposure of solder and sealant.

3. Install roof specialties to fit substrates and to result in watertight performance. Verify

shapes and dimensions of surfaces to be covered before manufacture.

4. Torch cutting of roof specialties is not permitted.

5. Do not use graphite pencils to mark metal surfaces.

B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from

contact with each other or with corrosive substrates by painting contact surfaces with

bituminous coating or by other permanent separation as recommended by manufacturer.

1. Coat concealed side of uncoated aluminum roof specialties with bituminous coating where

in contact with wood, ferrous metal, or cementitious construction.

2. Underlayment: Where installing metal flashing directly on cementitious or wood

substrates, install a course of polyethylene sheet.

3. Bed flanges in thick coat of asphalt roofing cement where required by manufacturers of

roof specialties for waterproof performance.

C. Expansion Provisions: Allow for thermal expansion of exposed roof specialties.

1. Space movement joints at a maximum of 12 feet with no joints within 18 inches of corners

or intersections unless otherwise shown on Drawings.

2. When ambient temperature at time of installation is between 40 and 70 deg F, set joint

members for 50 percent movement each way. Adjust setting proportionately for installation

at higher ambient temperatures.

D. Fastener Sizes: Use fasteners of sizes that will penetrate wood blocking or sheathing not less

than 1-1/4 inches for nails and not less than 3/4 inch for wood screws.

E. Seal joints with sealant as required by roofing-specialty manufacturer.

F. Seal joints as required for watertight construction. Place sealant to be completely concealed in

joint. Do not install sealants at temperatures below 40 deg F.

Page 590: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 9 PCTS No. 13315

G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre-tin edges

of sheets to be soldered to a width of 1-1/2 inches except reduce pre-tinning where pre-tinned

surface would show in completed Work. Tin edges of uncoated copper sheets using solder for

copper. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into

joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces.

3.04 COPING INSTALLATION

A. Install cleats, anchor plates, and other anchoring and attachment accessories and devices with

concealed fasteners.

B. Anchor copings to meet performance requirements.

1. Interlock face leg drip edge into continuous cleat anchored to substrate at manufacturer's

required spacing that meets performance requirements. Anchor back leg of coping with

screw fasteners and elastomeric washers at manufacturer's required spacing that meets

performance requirements.

3.05 ROOF-EDGE DRAINAGE-SYSTEM INSTALLATION

A. General: Install components to produce a complete roof-edge drainage system according to

manufacturer's written instructions. Coordinate installation of roof perimeter flashing with

installation of roof-edge drainage system.

B. Parapet Scuppers: Install scuppers through parapet where indicated. Continuously support

scupper, set to correct elevation, and seal flanges to interior wall face, over cants or tapered

edge strips, and under roofing membrane.

1. Anchor scupper closure trim flange to exterior wall and seal or solder to scupper.

2. Loosely lock front edge of scupper with conductor head.

3. Seal or solder exterior wall scupper flanges into back of conductor head.

3.06 REGLET AND COUNTERFLASHING INSTALLATION

A. General: Coordinate installation of reglets and counterflashings with installation of base

flashings.

B. Embedded Reglets: See Division 04 for installation of reglets.

C. Counterflashings: Insert counterflashings into reglets or other indicated receivers; ensure that

counterflashings overlap 4 inches over top edge of base flashings. Lap counterflashing joints a

minimum of 4 inches and bed with butyl sealant. Fit counterflashings tightly to base flashings.

3.07 CLEANING AND PROTECTION

A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering.

B. Clean and neutralize flux materials. Clean off excess solder and sealants.

Page 591: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07710 - 10 PCTS No. 13315

C. Remove temporary protective coverings and strippable films as roof specialties are installed. On

completion of installation, clean finished surfaces including removing unused fasteners, metal

filings, pop rivet stems, and pieces of flashing. Maintain roof specialties in a clean condition

during construction.

D. Replace roof specialties that have been damaged or that cannot be successfully repaired by

finish touchup or similar minor repair procedures.

END OF SECTION

Page 592: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 1 PCTS No. 13315

SECTION 07920

JOINT SEALANTS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required to complete joint sealants as

shown on the Drawings and as specified herein.

B. Section Includes:

1. Urethane joint sealants.

2. Butyl joint sealants.

3. Latex joint sealants.

1.02 RELATED WORK

A. Sealing joints in paved roads, parking lots, walkways, and curbing are included in Division 02.

1.03 REFERENCES

A. ASTM International

1. ASTM C 794 - Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants

2. ASTM C 834 - Specification for Latex Sealants

3. ASTM C 920 - Specification for Elastomeric Joint Sealants

4. ASTM C 1021 - Practice for Laboratories Engaged in Testing of Building Sealants

5. ASTM C 1087 - Test Method for Determining Compatibility of Liquid-Applied Sealants

with Accessories Used in Structural Glazing Systems

6. ASTM C 1193 - Guide for Use of Joint Sealants

7. ASTM C 1248 - Test Method for Staining of Porous Substrate by Joint Sealants

8. ASTM C 1311 - Specification for Solvent Release Sealants

9. ASTM C 1330 - Specification for Cylindrical Sealant Backing for Use with Cold Liquid

Applied Sealants

10. ASTM C 1521 - for Evaluating Adhesion of Installed Weatherproofing Sealant Joints

Page 593: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 2 PCTS No. 13315

B. California Department of Public Health (formerly, the California Department of Health Ser-

vices)

1. Standard Method for the Testing and Evaluation of Volatile Organic Chemical Emissions

from Indoor Sources Using Environmental Chambers.

C. Where reference is made to one of the above standards, the revision in effect at the time of bid

opening shall apply.

1.04 SUBMITTALS

A. Provide in accordance with Section 01300.

B. Product Data: For each joint-sealant product.

C. Samples: Manufacturer's color charts consisting of strips of cured sealants showing the full

range of colors available for each product exposed to view.

D. Joint-Sealant Schedule: Include the following information:

1. Joint-sealant application, joint location, and designation.

2. Joint-sealant manufacturer and product name.

3. Joint-sealant formulation.

4. Joint-sealant color.

1.05 INFORMATIONAL SUBMITTALS

A. Qualification Data: For qualified testing agency.

B. Product Test Reports: For each kind of joint sealant, for tests performed by manufacturer and

witnessed by a qualified testing agency.

C. Preconstruction Laboratory Test Schedule: Include the following information for each joint

sealant and substrate material to be tested:

1. Joint-sealant location and designation.

2. Manufacturer and product name.

3. Type of substrate material.

4. Proposed test.

5. Number of samples required.

D. Preconstruction Laboratory Test Reports: From sealant manufacturer, indicating the following:

1. Materials forming joint substrates and joint-sealant backings have been tested for compati-

bility and adhesion with joint sealants.

Page 594: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 3 PCTS No. 13315

2. Interpretation of test results and written recommendations for primers and substrate prepa-

ration are needed for adhesion.

E. Preconstruction Field-Adhesion-Test Reports: Indicate which sealants and joint preparation

methods resulted in optimum adhesion to joint substrates based on testing specified in "Precon-

struction Testing" Article.

F. Field-Adhesion-Test Reports: For each sealant application tested.

G. Sample Warranties: For special warranties.

1.06 PREINSTALLATION MEETINGS

A. Preinstallation Conference: Conduct conference at [Project site] <Insert location>.

1.07 QUALITY ASSURANCE

A. Installer Qualifications: An authorized representative who is trained and approved by manufac-

turer.

B. Product Testing: Test joint sealants using a qualified testing agency.

1. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the test-

ing indicated.

C. Mockups: Install sealant in mockups of assemblies specified in other Sections that are indicated

to receive joint sealants specified in this Section. Use materials and installation methods speci-

fied in this Section.

1.08 PRE-CONSTRUCTION TESTING

A. Pre-construction Laboratory Testing: Submit to joint-sealant manufacturers, for testing indicat-

ed below, samples of materials that will contact or affect joint sealants.

1. Adhesion Testing: Use ASTM C 794 to determine whether priming and other specific joint

preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to

joint substrates.

2. Compatibility Testing: Use ASTM C 1087 to determine sealant compatibility when in con-

tact with glazing and gasket materials.

1. Stain Testing: Use ASTM C 1248 to determine stain potential of sealant when in contact

with concrete and masonry substrates.

2. Submit manufacturer's recommended number of pieces of each type of material, including

joint substrates, joint-sealant backings, and miscellaneous materials.

3. Schedule sufficient time for testing and analyzing results to prevent delaying the Work.

4. For materials failing tests, obtain joint-sealant manufacturer's written instructions for cor-

rective measures, including use of specially formulated primers.

Page 595: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 4 PCTS No. 13315

5. Testing will not be required if joint-sealant manufacturers submit data that are based on

previous testing, not older than 24 months, of sealant products for adhesion to, staining of,

and compatibility with joint substrates and other materials matching those submitted.

B. Preconstruction Field-Adhesion Testing: Before installing sealants, field test their adhesion to

Project joint substrates as follows:

1. Locate test joints where indicated on Project or, if not indicated, as directed by Engineer.

2. Conduct field tests for each kind of sealant and joint substrate.

3. Notify Engineer seven days in advance of dates and times when test joints will be erected.

4. Arrange for tests to take place with joint-sealant manufacturer's technical representative

present.

a. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint

Hand Pull Tab, in Appendix X1.1 in ASTM C 1193 or Method A, Tail Procedure, in

ASTM C 1521.

1) For joints with dissimilar substrates, verify adhesion to each substrate separately;

extend cut along one side, verifying adhesion to opposite side. Repeat procedure

for opposite side.

5. Report whether sealant failed to adhere to joint substrates or tore cohesively. Include data

on pull distance used to test each kind of product and joint substrate. For sealants that fail

adhesively, retest until satisfactory adhesion is obtained.

6. Evaluation of Preconstruction Field-Adhesion-Test Results: Sealants not evidencing adhe-

sive failure from testing, in absence of other indications of noncompliance with require-

ments, will be considered satisfactory. Do not use sealants that fail to adhere to joint sub-

strates during testing.

1.09 FIELD CONDITIONS

A. Do not proceed with installation of joint sealants under the following conditions:

1. When ambient and substrate temperature conditions are outside limits permitted by joint-

sealant manufacturer or are below 40 deg F.

2. When joint substrates are wet.

3. Where joint widths are less than those allowed by joint-sealant manufacturer for applica-

tions indicated.

4. Where contaminants capable of interfering with adhesion have not yet been removed from

joint substrates.

1.10 WARRANTY

A. Special Installer's Warranty: Installer agrees to repair or replace joint sealants that do not com-

ply with performance and other requirements specified in this Section within specified warranty

period.

Page 596: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 5 PCTS No. 13315

1. Warranty Period: Two years from date of Substantial Completion.

B. Special Manufacturer's Warranty: Manufacturer agrees to furnish joint sealants to repair or re-

place those joint sealants that do not comply with performance and other requirements specified

in this Section within specified warranty period.

1. Warranty Period: Five years from date of Substantial Completion.

C. Special warranties specified in this article exclude deterioration or failure of joint sealants from

the following:

1. Movement of the structure caused by stresses on the sealant exceeding sealant manufactur-

er's written specifications for sealant elongation and compression.

2. Disintegration of joint substrates from causes exceeding design specifications.

3. Mechanical damage caused by individuals, tools, or other outside agents.

4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric con-

taminants.

PART 2 PRODUCTS

2.01 JOINT SEALANTS, GENERAL

A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible

with one another and with joint substrates under conditions of service and application, as

demonstrated by joint-sealant manufacturer, based on testing and field experience.

B. VOC Content of Interior Sealants: Sealants and sealant primers used inside the weatherproofing

system shall comply with the following:

1. Architectural sealants shall have a VOC content of 250 g/L or less.

C. Colors of Exposed Joint Sealants: As selected by Engineer from manufacturer's full range.

2.02 URETHANE JOINT SEALANTS

A. Urethane, S, NS, 25, NT: Single-component, non-sag, non-traffic-use, plus 25 percent and mi-

nus 25 percent movement capability, urethane joint sealant; ASTM C 920, Type S, Grade NS,

Class 25, Use NT.

1. Products: Provide one of the following:

a. BASF Construction Chemicals, LLC, Building Systems; Sonalastic TX1.

b. Sika Corporation U.S.; Sikaflex Textured Sealant.

c. Tremco Incorporated; Dymonic.

d. Or equal.

B. Urethane, M, P, 25, T, NT: Multi-component, pourable, plus 25 percent and minus 25 percent

movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M,

Grade P, Class 25, Uses T and NT.

Page 597: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 6 PCTS No. 13315

1. Products: Provide one of the following:

a. Bostik, Inc.; Chem-Calk 555-SL.

b. Sherwin-Williams Company (The); Stampede-2SL.

c. Tremco Incorporated; THC 900/901.

d. Or equal.

2.03 BUTYL JOINT SEALANTS

A. Butyl-Rubber-Based Joint Sealants: ASTM C 1311.

1. Products: Provide one of the following:

a. Bostik, Inc.; Chem-Calk 300.

b. Pecora Corporation; BC-158.

c. Or equal.

2.04 LATEX JOINT SEALANTS

A. Acrylic Latex: Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF.

1. Products: Provide one of the following:

a. BASF Construction Chemicals, LLC, Building Systems; Sonolac.

b. Pecora Corporation; AC-20.

c. Tremco Incorporated; Tremflex 834.

d. Or equal.

e. Pecora Corporation; AC-20.

f. Sherwin-Williams Company (The); 850A.

g. Tremco Incorporated; Tremflex 834.

h. Or equal.

2.05 JOINT-SEALANT BACKING

A. Sealant Backing Material, General: Non-staining; compatible with joint substrates, sealants,

primers, and other joint fillers; and approved for applications indicated by sealant manufacturer

based on field experience and laboratory testing.

1. Manufacturers: Provide products by the following:

a. BASF Construction Chemicals, LLC, Building Systems.

b. Construction Foam Products, a division of Nomaco, Inc.

c. Or equal.

B. Cylindrical Sealant Backings: ASTM C 1330, Type C and of size and density to control sealant

depth and otherwise contribute to producing optimum sealant performance.

C. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufac-

turer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint sur-

faces at back of joint. Provide self-adhesive tape where applicable.

Page 598: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 7 PCTS No. 13315

2.06 MISCELLANEOUS MATERIALS

A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of

sealant to joint substrates indicated, as determined from pre-construction joint-sealant-substrate

tests and field tests.

B. Cleaners for Non-porous Surfaces: Chemical cleaners acceptable to manufacturers of sealants

and sealant backing materials, free of oily residues or other substances capable of staining or

harming joint substrates and adjacent non-porous surfaces in any way, and formulated to pro-

mote optimum adhesion of sealants to joint substrates.

C. Masking Tape: Nonstaining, non-absorbent material compatible with joint sealants and surfaces

adjacent to joints.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine joints indicated to receive joint sealants, with installer present, for compliance with re-

quirements for joint configuration, installation tolerances, and other conditions affecting per-

formance of the Work.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 PREPARATION

A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to com-

ply with joint-sealant manufacturer's written instructions and the following requirements:

1. Remove all foreign material from joint substrates that could interfere with adhesion of joint

sealant, including dust, paints (except for permanent, protective coatings tested and ap-

proved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants,

oil, grease, waterproofing, water repellents, water, surface dirt, and frost.

2. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a

combination of these methods to produce a clean, sound substrate capable of developing

optimum bond with joint sealants. Remove loose particles remaining after cleaning opera-

tions above by vacuuming or blowing out joints with oil-free compressed air. Porous joint

substrates include the following:

a. Concrete.

b. Masonry.

3. Remove laitance and form-release agents from concrete.

4. Clean non-porous joint substrate surfaces with chemical cleaners or other means that do

not stain, harm substrates, or leave residues capable of interfering with adhesion of joint

sealants. Non-porous joint substrates include the following:

a. Metal.

B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as

indicated by pre-construction joint-sealant-substrate tests or prior experience. Apply primer to

Page 599: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 8 PCTS No. 13315

comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-

sealant bond; do not allow spillage or migration onto adjoining surfaces.

C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with

adjoining surfaces that otherwise would be permanently stained or damaged by such contact or

by cleaning methods required to remove sealant smears. Remove tape immediately after tooling

without disturbing joint seal.

3.03 INSTALLATION OF JOINT SEALANTS

A. General: Comply with joint-sealant manufacturer's written installation instructions for products

and applications indicated, unless more stringent requirements apply.

B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint

sealants as applicable to materials, applications, and conditions indicated.

C. Install sealant backings of kind indicated to support sealants during application and at position

required to produce cross-sectional shapes and depths of installed sealants relative to joint

widths that allow optimum sealant movement capability.

1. Do not leave gaps between ends of sealant backings.

2. Do not stretch, twist, puncture, or tear sealant backings.

3. Remove absorbent sealant backings that have become wet before sealant application, and

replace them with dry materials.

D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants

and backs of joints.

E. Install sealants using proven techniques that comply with the following and at the same time

backings are installed:

1. Place sealants so they directly contact and fully wet joint substrates.

2. Completely fill recesses in each joint configuration.

3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow op-

timum sealant movement capability.

F. Tooling of Non-sag Sealants: Immediately after sealant application and before skinning or cur-

ing begins, tool sealants according to requirements specified in subparagraphs below to form

smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure con-

tact and adhesion of sealant with sides of joint.

1. Remove excess sealant from surfaces adjacent to joints.

2. Use tooling agents that are approved in writing by sealant manufacturer and that do not

discolor sealants or adjacent surfaces.

3. Provide concave joint profile per Figure 8A in ASTM C 1193 unless otherwise indicated.

Page 600: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 9 PCTS No. 13315

3.04 FIELD QUALITY CONTROL

A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates as follows:

1. Extent of Testing: Test completed and cured sealant joints as follows:

a. Perform 10 tests for the first 1000 feet of joint length for each kind of sealant and

joint substrate.

2. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand

Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C

1521.

a. For joints with dissimilar substrates, verify adhesion to each substrate separately; ex-

tend cut along one side, verifying adhesion to opposite side. Repeat procedure for op-

posite side.

3. Inspect tested joints and report on the following:

a. Whether sealants filled joint cavities and are free of voids.

b. Whether sealant dimensions and configurations comply with specified requirements.

c. Whether sealants in joints connected to pulled-out portion failed to adhere to joint

substrates or tore cohesively. Include data on pull distance used to test each kind of

product and joint substrate. Compare these results to determine if adhesion complies

with sealant manufacturer's field-adhesion hand-pull test criteria.

4. Record test results in a field-adhesion-test log. Include dates when sealants were installed,

names of persons who installed sealants, test dates, test locations, whether joints were

primed, adhesion results and percent elongations, sealant material, sealant configuration,

and sealant dimensions.

5. Repair sealants pulled from test area by applying new sealants following same procedures

used originally to seal joints. Ensure that original sealant surfaces are clean and that new

sealant contacts original sealant.

B. Evaluation of Field-Adhesion-Test Results: Sealants not evidencing adhesive failure from test-

ing or non-compliance with other indicated requirements will be considered satisfactory. Re-

move sealants that fail to adhere to joint substrates during testing or to comply with other re-

quirements. Retest failed applications until test results prove sealants comply with indicated re-

quirements.

3.05 CLEANING

A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods

and with cleaning materials approved in writing by manufacturers of joint sealants and of prod-

ucts in which joints occur.

3.06 PROTECTION

A. Protect joint sealants during and after curing period from contact with contaminating substances

and from damage resulting from construction operations or other causes so sealants are without

deterioration or damage at time of Substantial Completion. If, despite such protection, damage

or deterioration occurs, cut out, remove, and repair damaged or deteriorated joint sealants im-

mediately so installations with repaired areas are indistinguishable from original work.

Page 601: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 10 PCTS No. 13315

3.07 JOINT-SEALANT SCHEDULE

A. Joint-Sealant Application: Interior joints in horizontal traffic surfaces.

1. Joint Locations:

a. Isolation joints in cast-in-place concrete slabs.

b. Other joints as indicated on Drawings.

2. Joint Sealant: Urethane, M, P, 25, T, NT.

3. Joint-Sealant Color: As selected by Engineer from manufacturer's full range of colors.

B. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces.

1. Joint Locations:

a. Control and expansion joints on exposed interior surfaces of exterior walls.

b. Vertical joints on exposed surfaces of unit masonry walls.

c. Other joints as indicated on Drawings.

2. Joint Sealant: Urethane, S, NS, 25, NT.

3. Joint-Sealant Color: As selected by Engineer from manufacturer's full range of colors.

C. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces

not subject to significant movement.

1. Joint Locations:

a. Control joints on exposed interior surfaces of exterior walls.

b. Perimeter joints between interior wall surfaces and frames of interior doors, and win-

dows.

2. Joint Sealant: Acrylic latex.

3. Joint-Sealant Color: As selected by Engineer from manufacturer's full range of colors.

D. Joint-Sealant Application: Mildew-resistant interior joints in vertical surfaces and horizontal

nontraffic surfaces.

1. Joint Locations:

a. Joints between plumbing fixtures and adjoining walls, floors, and counters.

b. Other joints as indicated on Drawings.

2. Joint Sealant: Silicone, mildew resistant, acid curing, S, NS, 25, NT.

3. Joint-Sealant Color: As selected by Engineer from manufacturer's full range of colors.

E. Joint-Sealant Application: Concealed mastics.

1. Joint Locations:

a. Aluminum thresholds.

b. Sill plates.

c. Other joints as indicated on Drawings.

Page 602: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 11 PCTS No. 13315

2. Joint Sealant: Butyl-rubber based.

3. Joint-Sealant Color: As selected by Engineer from manufacturer's full range of colors.

END OF SECTION

Page 603: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 07920 - 12 PCTS No. 13315

THIS PAGE INTENTIONALLY LEFT BLANK

Page 604: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08111 - 1 PCTS No. 13315

SECTION 08111

ALUMINUM DOORS AND FRAMES

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and design and deliver

aluminum doors and frames for the Project as shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Masonry is included in Section 04200.

B. Door Hardware is included in Section 08710.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, detailed information on materials proposed and

installation methods.

1. Hardware templates shall be furnished to the door manufacturer by the Contractor for

correct hardware alignment and reinforcing.

2. Submit to the hardware supplier the requirements of any hardware for exterior doors that is

necessary to be a component of the door system in order to conform to the Florida Building

Code.

3. Schedule: Provide a schedule of hollow-metal work prepared by or under the supervision

of supplier, using same reference numbers for details and openings as those on Drawings.

Coordinate with final Door Hardware Schedule Product Data: For each type of product

indicated. Include construction details, material descriptions, dimensions of individual

components and profiles, and finishes for aluminum-framed systems.

4. Product Data: For each type of product indicated. Include construction details, material

descriptions, dimensions of individual components and profiles, and finishes for

aluminum-framed systems.

5. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.

6. Samples: For each type of exposed finish required, in manufacturer's standard sizes.

7. Product Test Reports: Based on evaluation of comprehensive tests performed by a

qualified testing agency, for aluminum-framed systems, indicating compliance with

performance requirements.

8. Provide copy of current, valid statewide product approval for product, material or system

as shown on the drawings and as specified in this section, in accordance with Rule 9N-3.

Product approval shall be for the specific manufacturer, product type, model or style, and

the State Approval Number. The successful Contractor, the Contractor shall be responsible

to file the appropriate Product Approval information with the local authority having

jurisdiction.

Page 605: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08111 - 2 PCTS No. 13315

9. Provide samples and certification as follows:

a. Frame corner with 6-in long legs showing construction with the galvanized material

specified, welding, touch-up and priming.

b. Door panel corner, 6-in square, showing door and insulating materials, construction

and finishing as specified above.

c. Provide certification as approved that all materials, construction requirements and fire

ratings herein specified will be met in the project.

d. If required by Engineer, provide independent laboratory testing, conforming to ASTM

E376, of galvanized coating on samples of the door and frame submitted for approval

to confirm thicknesses of zinc on base metal.

1.04 REFERENCE STANDARDS

A. Aluminum Association (AA)

B. ASTM International (ASTM)

1. ASTM A 36/A 36M - Standard Specification for Carbon Structural Steel

2. ASTM B 209 - Aluminum and Aluminum-Alloy Sheet and Plate

3. ASTM B 221 - Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and

Tubes

4. ASTM E 283 - Determining Rate of Air Leakage Through Exterior Windows, Curtain

Walls, and Doors Under Specified Pressure Differences Across the Specimen

C. National Association of Architectural Metal Manufacturers

1. Metal Finishes Manual for Architectural and Metal Products.

D. Where reference is made to one of the above or other referenced standards, the revisions in

effect at the time of bid opening shall apply.

1.05 PERFORMANCE REQUIREMENTS

A. General: Aluminum doors and frames shall withstand structural loads, air infiltration, water

infiltration and thermally induced movement, and exposure to weather without failure due to

defective manufacture, fabrication, installation, or other defects in construction.

B. Structural: Shapes and thicknesses of framing members shall be sufficient to withstand the

design wind load indicated with a deflection of not more than 1/175 times the length of the

member and a safety factor of not less than 1.65. Provide glazing beads, moldings, and trim of

not less than 0.050 inch nominal thickness.

C. Air Infiltration: Provide aluminum-framed systems with maximum air leakage through fixed

glazing and framing areas of 0.06 cfm/sq. ft. of fixed wall area when tested according to ASTM

E 283 at a minimum static-air-pressure difference of 6.24 lbf/sq. ft.

D. Water Penetration under Static Pressure: Provide aluminum-framed systems that do not

evidence water penetration through fixed glazing and framing areas when tested according to

Page 606: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08111 - 3 PCTS No. 13315

ASTM E 331 at a minimum static-air-pressure difference of 20 percent of positive wind-load

design pressure, but not less than 8.00 lbf/sq. ft.

E. Thermal Movements: Provide sheet metal flashing and trim that allows for thermal movements

from ambient and surface temperature changes.

1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces.

1.06 QUALITY ASSURANCE

A. Fabricator Qualifications: Shop that employs skilled workers who fabricate aluminum doors

and frames similar to that required for this Project and whose products have a record of

successful in-service performance.

B. Installer Qualifications: Manufacturer's authorized representative who is trained and approved

for installation of units required for this Project.

C. Source Limitations for Aluminum-Framed Systems: Obtain from single source from single

manufacturer.

D. Welding Qualifications: Qualify procedures and personnel according to AWS D1.2, "Structural

Welding Code - Aluminum."

1.07 REGULATORY REQUIREMENTS

A. The products, materials and assemblies, including anchorage, proposed for the work of this

Section shall comply with project specific calculated design pressures and the Florida Building

Code (Code), including wind-borne debris region requirements, and shall be designed by the

Manufacturer and installed by the Contractor to meet these requirements. Refer to project

design pressures in the components and cladding table on the structural drawings. Where a

conflict occurs between the requirements of this Specification and the Code, the more stringent

requirement shall apply.

B. It shall be the responsibility of the contractor to provide evidence of code compliance for the

products, materials and assemblies, including anchorage specified in this section. Evidence of

code compliance shall be demonstrated by compliance with the Florida Building Code, using

one of the methods outlined in Chapter 9N-3 of the Florida Administrative Code, Department of

Community Affairs, Florida Building Commission, Product Approval.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Do not store aluminum doors and frames in contact with other materials that might cause

staining, denting, or other surface damage. Store aluminum doors and frames away from

uncured concrete and masonry.

B. Protect strippable protective covering on aluminum doors and frames from exposure to sunlight

and high humidity, except to the extent necessary for the period of aluminum doors and frames

installation.

Page 607: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08111 - 4 PCTS No. 13315

1.09 PROJECT CONDITIONS

A. Field Measurements: Verify actual locations of structural supports for aluminum-framed

systems by field measurements before fabrication and indicate measurements on Shop Drawings.

1.10 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or

replace components of aluminum-framed systems that do not comply with requirements or that

fail in materials or workmanship within specified warranty period.

1. Failures include, but are not limited to, the following:

a. Structural failures including, but not limited to, excessive deflection.

b. Deterioration of metals, metal finishes, and other materials beyond normal

weathering.

c. Water leakage through fixed glazing and framing areas.

2. Warranty Period: 10 years from date of Substantial Completion.

B. Special Finish Warranty: Manufacturer's standard form in which manufacturer agrees to repair

or replace components on which finishes do not comply with requirements or that fail in

materials or workmanship within specified warranty period. Warranty does not include normal

weathering.

1. Warranty Period: 10 years from date of Substantial Completion.

PART 2 PRODUCTS

2.01 MATERIALS

A. Anchors: Stainless steel or steel with hot-dipped galvanized finish.

B. Weatherstripping: Continuous wool pile, silicone treated, or type recommended by door

manufacturer.

C. Aluminum Alloy for Doors and Frames: ASTM B 221 / ASTM B 221M, alloy 6063-T5 for

extrusions; ASTM B 209 / B 209M, alloy and temper best suited for aluminum sheets and

strips.

D. Fasteners: Hard aluminum or stainless steel.

E. Structural Steel: ASTM A 36/A 36M.

F. Aluminum Paint: Aluminum door manufacturer's standard aluminum paint.

2.02 FABRICATION

A. Aluminum Frames: Extruded aluminum shapes with contours approximately as indicated.

Provide removable glass stops and glazing beads for frames accommodating fixed glass. Use

countersunk stainless steel Phillips screws for exposed fastenings, and space not more than 12

inches on center. Mill joints in frame members to a hairline fit, reinforce, and secure

mechanically.

Page 608: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08111 - 5 PCTS No. 13315

1. Construction: Non-thermal at interior locations; thermally broken at exterior locations.

B. Aluminum Doors: Of type, size, and design indicated and not less than 1-3/4 inch thick.

Minimum wall thickness, 0.125 inch, except beads and trim, 0.050 inch. Door sizes shown are

nominal and shall include standard clearances as follows: 0.093 inch at hinge and lock stiles,

0.125 inch between meeting stiles, 0.125 inch at top rails, 0.187 inch between bottom and

threshold, and 0.687 inch between bottom and floor.

C. Flush Doors: Use facing sheets with an embossed or a plain smooth surface. Use one of the

following constructions:

1. A phenolic resin-impregnated kraft paper honeycomb core, surrounded at edges and around

glass and louvered areas with extruded aluminum shapes. The impregnation of core shall

have a minimum of 18 percent resin content. Provide sheet aluminum door facings, not less

than 0.032 inch thick laminated to a 0.10 inch thick tempered hardboard backing, and bond

the backing to the honeycomb core. Bond facing sheets to core under heat and pressure

with a thermosetting adhesive, and mechanically lock to the extruded edge members.

2. A phenolic resin-impregnated kraft paper honeycomb core. Use aluminum facing sheets

not less than 0.050 inch thick and form into two pans which will eliminate seams on the

faces. Bond honeycomb core to the face sheets using an epoxy resin or contact cement-type

adhesive.

3. A solid fibrous core, surrounded at edges and around glass and louvered areas and cross-

braced at intermediate points with extruded aluminum shapes. Use aluminum facing sheets

of not less than 0.050 inch thickness. Bond facing sheets to core under heat and pressure

with a thermosetting adhesive, and mechanically lock to the extruded edge members.

4. Form from extruded tubular stiles and rails mitered at corners, reinforce, and continuously

weld at miters. Facing sheets shall consist of 0.032 inch thick sheet aluminum internally

reinforced with aluminum channels or Z-bars placed horizontally not more than 16 inch

apart and extending full width of panel. Fit spaces between reinforcing with sound-

deadening insulation. Facing sheets shall finish flush with faces of stiles and rails and be

welded to reinforcing bars or channels and to stiles and rails.

5. Form from an internal grid system composed of extruded aluminum tubular sections.

Provide extruded aluminum tubular sections at both sides, and at perimeters of louver and

glass cutouts. Provide three extruded aluminum tubular sections at top and bottom of door.

Wall thickness of tubular sections shall be not less than 0.09 inch except that lock rail shall

be not less than 0.125 inch thick, hinge lock rail shall be not less than 0.125 inch thick, and

hinge rail edge shall be not less than 0.19 inch thick. Fill spaces in door with mineral

insulation. Facing sheets shall be of aluminum not less than 0.09 inch thick.

6. Form from extruded aluminum members at top and bottom, both sides, and at perimeters of

louver and glass cutouts. Wall sections of extruded aluminum members shall be not less

than 0.09 inch thick and be properly reinforced for application of hardware. Framing

members shall be covered on both sides with aluminum facing sheets not less than 0.064

inch thick. Fill door with foamed-in urethane with a 3-pound density.

D. Welding and Fastening: Where possible, locate welds on unexposed surfaces. Dress welds on

exposed surfaces smoothly. Select welding rods, filler wire, and flux to produce a uniform

Page 609: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08111 - 6 PCTS No. 13315

texture and color in finished work. Remove flux and spatter from surfaces immediately after

welding. Exposed screws or bolts will be permitted only in inconspicuous locations, and shall

have countersunk heads. Weld concealed reinforcements for hardware in place.

2.03 ACCESSORIES

A. Weatherstripping: Provide on stiles and rails of exterior doors. Fit into slots which are integral

with doors or frames. Weatherstripping shall be replaceable without special tools, and

adjustable at meeting rails of pairs of doors. Installation shall allow doors to swing freely and

close positively. Air leakage of a single leaf weatherstripped door shall not exceed 0.5 cubic

feet per minute of air per square foot of door area when tested in accordance with ASTM E 283.

B. Anchors: On the backs of subframes, provide anchors of the sizes and shapes indicated for

securing subframes to adjacent construction. Anchor transom bars at ends and mullions at head

and sill. Reinforce and anchor freestanding door frames to floor construction as indicated on

approved shop drawings and in accordance with manufacturer's recommendation. Place anchors

near top and bottom of each jamb and at intermediate points not more than 25 inches apart.

C. Hardware: Coordinate with Section 08710. Deliver hardware templates and hardware (except

field-applied hardware) to the door manufacturer for use in fabrication of aluminum doors and

frames. Cut, reinforce, drill, and tap doors and frames at the factory to receive template

hardware. Provide doors to receive surface-applied hardware, except push plates, kick plates,

and mop plates, with reinforcing only; drill and tap in the field. Provide hardware

reinforcements of stainless steel or steel with hot-dipped galvanized finish, and secure with

stainless steel screws. Provide reinforcement in core of flush doors as required to receive locks,

door closers, and other hardware.

2.04 GENERAL FINISH REQUIREMENTS

A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for

recommendations for applying and designating finishes.

B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable,

temporary protective covering before shipping.

C. Finish aluminum doors and frames after assembly.

2.05 ALUMINUM FINISHES

A. Powder-Coat Finish: AAMA 2605 except with a minimum dry film thickness of 1.5 mils.

Comply with coating manufacturer's written instructions for cleaning, conversion coating, and

applying and baking finish.

1. Color and Gloss: As selected by Engineer from manufacturer's full range.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine areas and conditions, with Installer present, for compliance with requirements for

installation tolerances and other conditions affecting performance of the Work.

Page 610: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08111 - 7 PCTS No. 13315

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 INSTALLATION

A. General:

1. Comply with manufacturer's written instructions.

2. Do not install damaged components.

3. Fit joints to produce hairline joints free of burrs and distortion.

4. Rigidly secure non-movement joints.

5. Install anchors with separators and isolators to prevent metal corrosion and electrolytic

deterioration.

6. Seal joints watertight unless otherwise indicated.

B. Metal Protection:

1. Where aluminum will contact dissimilar metals, protect against galvanic action by painting

contact surfaces with primer or applying sealant or tape, or by installing nonconductive

spacers as recommended by manufacturer for this purpose.

2. Where aluminum will contact concrete or masonry, protect against corrosion by painting

contact surfaces with bituminous paint.

C. Install components to drain water passing joints, condensation occurring within framing

members, and moisture migrating within the system to exterior.

D. Set continuous sill members and flashing in full sealant bed to produce weathertight installation.

E. Install components plumb and true in alignment with established lines and grades, and without

warp or rack.

F. Doors: Install doors to produce smooth operation and tight fit at contact points.

1. Exterior Doors: Install to produce weathertight enclosure and tight fit at weather stripping.

2. Field-Installed Entrance Door Hardware: Install surface-mounted entrance door hardware

according to entrance door hardware manufacturers' written instructions using concealed

fasteners to greatest extent possible.

G. Perimeter joint sealants are installed under Division 07.

3.03 ERECTION TOLERANCES

A. Install aluminum-framed systems to comply with the following maximum erection tolerances:

1. Location and Plane: Limit variation from true location and plane to 1/8 inch in 12 feet; 1/4

inch over total length.

Page 611: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08111 - 8 PCTS No. 13315

2. Alignment.

3.04 CLEANING

A. Upon completion of installation, clean door and frame surfaces in accordance with door

manufacturer's written recommended procedure. Do not use abrasive, caustic, or acid cleaning

agents.

3.05 PROTECTION

A. Protect doors and frames from damage and from contamination by other materials such as

cement mortar. Prior to completion and acceptance of the work, restore damaged doors and

frames to original condition, or replace with new ones.

END OF SECTION

Page 612: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 1 PCTS No. 13315

SECTION 08710

DOOR HARDWARE

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and design and deliver door

hardware for the Project as shown on the Drawings and as specified herein.

1.02 RELATED WORK

A. Aluminum doors and frames are included in Section 08111.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300.

B. Product Data: Include construction and installation details, material descriptions, dimensions of

individual components and profiles, and finishes.

C. Qualification Data: For Architectural Hardware Consultant.

D. Maintenance Data: For each type of door hardware to include in maintenance manuals. Include

final hardware and keying schedule.

E. Warranty: Special warranty specified in this Section.

F. Other Action Submittals:

1. Door Hardware Sets: Prepared by or under the supervision of an Architectural Hardware

Consultant, detailing fabrication and assembly of door hardware, as well as procedures and

diagrams. Coordinate the final door hardware sets with doors, frames, and related work to

ensure proper size, thickness, hand, function, and finish of door hardware.

a. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence

and Format for the Hardware Schedule." Double space entries, and number and date

each page and use same door numbers as indicated.

b. Content: Include the following information:

1) Identification number, location, hand, fire rating, and material of each door and

frame.

2) Type, style, function, size, quantity, and finish of each door hardware item.

Include description and function of each lockset and exit device.

3) Complete designations of every item required for each door or opening including

name and manufacturer.

4) Fastenings and other pertinent information.

5) Location of each door hardware set, cross-referenced to Drawings, both on floor

plans and in door and frame schedule.

6) Explanation of abbreviations, symbols, and codes contained in schedule.

7) Mounting locations for door hardware.

8) Door and frame sizes and materials.

9) List of related door devices specified in other Sections for each door and frame.

Page 613: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 2 PCTS No. 13315

c. Submittal Sequence: Submit the final door hardware sets at earliest possible date,

particularly where approval of the door hardware sets must precede fabrication of

other work that is critical in Project construction schedule. Include Product Data,

Samples, Shop Drawings of other work affected by door hardware, and other

information essential to the coordinated review of the door hardware sets.

2. Keying Schedule: Prepared by or under the supervision of Architectural Hardware

Consultant, detailing Owner's final keying instructions for locks. Include schematic keying

diagram and index each key set to unique door designations.

1.04 REFERENCE STANDARDS

A. American Architectural Manufacturers Association

1. AAMA 701/702 - Voluntary Specifications for Pile Weatherstripping and Replaceable

Fenestration Weatherseals

B. ASTM International

1. ASTM D 2000 - Classification System for Rubber Products in Automotive Applications

2. ASTM E 283 - Test Method for Determining the Rate of Air Leakage through Exterior

Windows, Curtain Walls, and Doors under Specified Pressure Differences across the

Specimen

C. Builders Hardware Manufacturers Association

1. BHMA A156.1 - Butts and Hinges (ANSI)

2. BHMA A156.4 - Door Controls - Closers (ANSI)

3. BHMA A156.5 - Auxiliary Locks and Associated Products (ANSI)

4. BHMA A156.6 - Architectural Door Trim (ANSI)

5. BHMA A156.7 - Template Hinge Dimensions (ANSI)

6. BHMA A156.13 - Mortise Locks & Latches Series 1000 (ANSI)

7. BHMA A156.16 - Auxiliary Hardware (ANSI)

8. BHMA A156.18 - Materials and Finishes (ANSI)

9. BHMA A156.21 - Thresholds (ANSI)

10. BHMA A156.22 - Door Gasketing and Edge Seal Systems (ANSI)

11. BHMA A156.30 - High Security Cylinders (ANSI)

12. Certified Product Directory.

Page 614: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 3 PCTS No. 13315

D. Door and Hardware Institute

1. DHI A115 Series - Specifications for Steel Door and Frame Preparation for Hardware

(ANSI)

2. Recommended Locations for Builders' Hardware for Custom Steel Doors and Frames.

3. Sequence and Format for the Hardware Schedule.

E. NFPA

1. NFPA 101 - Life Safety Code

F. Where reference is made to one of the above or other referenced standards, the revisions in

effect at the time of bid opening shall apply.

1.05 QUALITY ASSURANCE

A. Installer Qualifications: An employer of workers trained and approved by lock manufacturer.

1. Installer's responsibilities include supplying and installing door hardware and providing a

qualified Architectural Hardware Consultant available during the course of the Work to

consult with Contractor, Engineer, and Owner about door hardware and keying.

2. Installer shall have warehousing facilities in Project's vicinity.

3. Scheduling Responsibility: Preparation of door hardware and keying schedules.

B. Architectural Hardware Consultant Qualifications: A person who is currently certified by DHI

as an Architectural Hardware Consultant and who is experienced in providing consulting

services for door hardware installations that are comparable in material, design, and extent to

that indicated for this Project.

C. Source Limitations: Obtain each type and variety of door hardware from a single manufacturer,

unless otherwise indicated.

D. Keying Conference: Conduct conference at Project site. In addition to Owner, Contractor, and

Engineer, conference participants shall also include Installer's Architectural Hardware

Consultant. Incorporate keying conference decisions into final keying schedule after reviewing

door hardware keying system including, but not limited to, the following:

1. Function of building, flow of traffic, purpose of each area, degree of security required, and

plans for future expansion.

2. Preliminary key system schematic diagram.

3. Requirements for key control system.

4. Address for delivery of keys.

Page 615: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 4 PCTS No. 13315

1.06 DELIVERY, STORAGE AND HANDLING

A. Inventory door hardware on receipt and provide secure lock-up for door hardware delivered to

Project site.

B. Tag each item or package separately with identification related to the final door hardware sets,

and include basic installation instructions, templates, and necessary fasteners with each item or

package.

C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner.

D. Deliver keys and permanent cores to Owner by registered mail or overnight package service.

1.07 COORDINATION

A. Templates: Distribute door hardware templates for doors, frames, and other work specified to

be factory prepared for installing door hardware. Check Shop Drawings of other work to

confirm that adequate provisions are made for locating and installing door hardware to comply

with indicated requirements.

B. Existing Openings: Where new hardware components are scheduled for application to existing

construction or where modifications to existing door hardware are required, field verify existing

conditions and coordinate installation of door hardware to suit opening conditions and to

provide for proper operation.

1.08 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or

replace components of door hardware that fail in materials or workmanship within specified

warranty period.

1. Failures include, but are not limited to, the following:

a. Structural failures including excessive deflection, cracking, or breakage.

b. Faulty operation of operators and door hardware.

c. Deterioration of metals, metal finishes, and other materials beyond normal weathering

and use.

2. Warranty Period: Three years, except 10 years for manual closers.

1.09 MAINTENANCE SERVICE

A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and

maintenance instructions as needed for Owner's continued adjustment, maintenance, and

removal and replacement of door hardware.

B. Maintenance Service: Provide six months' full maintenance by skilled employees of door

hardware Installer. Include quarterly preventive maintenance, repair or replacement of worn or

defective components, lubrication, cleaning, and adjusting as required for proper door hardware

operation. Provide parts and supplies same as those used in the manufacture and installation of

original products.

Page 616: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 5 PCTS No. 13315

PART 2 PRODUCTS

2.01 SCHEDULED DOOR HARDWARE

A. General: Provide door hardware for each door to comply with requirements in this Section.

1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and products

equivalent in function and comparable in quality to named products and the BHMA

standard referenced.

B. Designations: Requirements for design, grade, function, finish, size, and other distinctive

qualities of each type of door hardware are indicated in Part 3 "Door Hardware Sets" Article.

Products are identified by using door hardware designations, as follows:

1. Named Manufacturers' Products: Manufacturer and product designation are listed for each

door hardware type required for the purpose of establishing minimum requirements.

Manufacturers' names are abbreviated in Part 3 "Door Hardware Sets" Article.

2. References to BHMA Standards: Provide products complying with these standards and

requirements for description, quality, and function.

2.02 HINGES, GENERAL

A. Quantity: Provide the following, unless otherwise indicated:

1. Two Hinges: For doors with heights up to 60 inches.

2. Three Hinges: For doors with heights 61 to 90 inches.

3. Four Hinges: For doors with heights 91 to 120 inches.

4. For doors with heights more than 120 inches, provide 4 hinges, plus 1 hinge for every 30

inches of door height greater than 120 inches.

B. Template Requirements: Except for hinges and pivots to be installed entirely (both leaves) into

wood doors and frames, provide only template-produced units.

C. Hinge Weight: Provide Heavy-weight hinges.

D. Hinge Base Metal: Stainless steel, with stainless-steel pin.

E. Hinge Corners: Square.

F. Fasteners: Comply with the following:

1. Machine Screws: For metal doors and frames. Install into drilled and tapped holes.

2. Screws: Phillips flat-head; machine screws (drilled and tapped holes) for metal doors.

Finish screw heads to match surface of hinges.

Page 617: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 6 PCTS No. 13315

2.03 HINGES

A. Butts and Hinges: BHMA A156.1. Listed under Category A in BHMA's "Certified Product

Directory."

B. Template Hinge Dimensions: BHMA A156.7.

C. Manufacturers: Provide products by one of the following:

1. Hager Companies (HAG).

2. IVES Hardware; Allegion, plc (IVS).

3. Stanley Commercial Hardware; Div. of The Stanley Works (STH).

4. Or equal.

2.04 LOCKS AND LATCHES, GENERAL

A. Latches and Locks for Means of Egress Doors: Comply with NFPA 101. Latches shall not

require more than 15 lbf to release the latch. Locks shall not require use of a key, tool, or special

knowledge for operation.

B. Lock Trim:

1. Levers: Match to the following:

a. "P Lever Design," by SARGENT Manufacturing Company; an ASSA ABLOY Group

company (SGT).

b. "17 (D Sparta)," by Schlage Commercial Lock Division; Allegion, plc (SCH).

c. "JEFFERSON - JNE," by Yale Commercial Locks and Hardware; an ASSA ABLOY

Group company (YAL).

2. Lockset Designs: Provide designs that match those scheduled.

C. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire

doors, and as follows:

1. Mortise Locks: Minimum 3/4-inch latchbolt throw.

2. Deadbolts: Minimum 1-inch bolt throw.

D. Backset: 2-3/4 inches, unless otherwise indicated.

E. Strikes: Manufacturer's standard strike with strike box for each latchbolt or lock bolt, with

curved lip extended to protect frame, finished to match door hardware set, and as follows:

1. Strikes for Mortise Locks and Latches: BHMA A156.13.

Page 618: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 7 PCTS No. 13315

2.05 MECHANICAL LOCKS AND LATCHES

A. Lock Functions: Function numbers and descriptions indicated in door hardware sets comply

with the following:

1. Mortise Locks: BHMA A156.13.

B. Mortise Locks: Stamped steel case with steel or brass parts; BHMA A156.13, Grade 1; Series

1000. Listed under Category F in BHMA's "Certified Product Directory."

1. Manufacturers: Provide products by one of the following:

a. SARGENT Manufacturing Company; an ASSA ABLOY Group company (SGT).

b. Schlage Commercial Lock Division; allegion, plc (SCH).

c. Yale Commercial Locks and Hardware; an ASSA ABLOY Group company (YAL).

d. Or equal.

2.06 EXIT DEVICES

A. Exit Devices: BHMA A156.3 Grade 1 Heavy Duty Mortise Lock Exit Device.

B. Construction:

1. Chassis shall be heavy duty cast design with one piece drawn nonferrous removable covers

matching the material of the push and mounting rails.

2. Mounting rails shall be formed from a solid single piece of stainless steel, brass or bronze

no less than 0.072” thick.

3. Push rails shall be constructed of 0.062” thick material in the same manner as the mounting

rail. Painted or anodized aluminum shall not be considered heavy duty and are not

acceptable.

4. Provide protective Lexan touchpad on the exit device push rail to prevent scratches and

serve as a visible guide to the user.

5. Metal end caps shall be formed from the same base metal as the push and mounting rails.

C. Exit devices shall have a maximum of 3-inch projection from the face of the door in the non-

dogged. When in the dogged position, the device shall have no more than a 2-1/8" projection

from the door face.

D. The design of the exit device shall eliminate the necessity of removing the device from the door

for standard maintenance or keying changes.

E. The device chassis shall be mounted and operable without the need of the rails or the chassis

cover.

F. Trim shall be through-bolted.

G. Devices shall be available with matching trim for both wide and narrow stile doors, including

electrified functions when required.

Page 619: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 8 PCTS No. 13315

H. Exit device operating lever trim shall withstand 1000 inch pounds of torque without allowing

access.

I. Lever trim shall be available in architectural finishes and designs to match that of the locksets

specified.

2.07 DOOR BOLTS

A. Bolt Throw: Comply with testing requirements for length of bolts as follows:

1. Mortise Flush Bolts: Minimum 3/4-inch throw.

B. Dustproof Strikes: BHMA A156.16, Grade 1.

C. Manual Flush Bolts: BHMA A156.16, Grade 1; designed for mortising into door edge.

1. Manufacturers: Provide products by one of the following:

a. Hager Companies (HAG).

b. IVES Hardware; Allegion, plc (IVS).

c. Rockwood Manufacturing Company (RM).

d. Or equal.

2.08 LOCK CYLINDERS

A. Standard Lock Cylinders: BHMA A156.5, Grade 1.

B. Cylinders: Manufacturer's standard tumbler type, constructed from brass or bronze, stainless

steel, or nickel silver, and complying with the following:

1. Number of Pins: Seven.

2. Mortise Type: Threaded cylinders with rings and straight- or clover-type cam.

C. Permanent Cores: Manufacturer's standard; finish face to match lockset; complying with the

following:

1. Interchangeable Cores: Core insert, removable by use of a special key; usable with other

manufacturers' cylinders.

D. Construction Keying: Do not provide construction keying. Contractor shall provide access to

all areas during construction, so not to interrupt the Owners unhindered use of all areas.

E. Manufacturer: Same manufacturer as for locks and latches.

2.09 KEYING

A. Keys: Nickel silver.

1. Stamping: Permanently inscribe each key with a visual key control number and include

the notation "DO NOT DUPLICATE."

Page 620: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 9 PCTS No. 13315

2. Quantity: In association with Owner requirements, determined at keying conference,

provide up to the following maximum number of keys.

a. Cylinder Change Keys: Three.

b. Master Keys: Five.

c. Grand Master Keys: Five.

d. Great-Grand Master Keys: Five.

2.10 CLOSERS

A. Door Closers for Means of Egress Doors: Comply with NFPA 101. Door closers shall not

require more than 30 lbf to set door in motion and not more than 15 lbf to open door to

minimum required width.

B. Size of Units: Unless otherwise indicated, comply with manufacturer's written

recommendations for size of door closers depending on size of door, exposure to weather, and

anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions

and requirements for opening force.

C. Surface Closers: BHMA A156.4, Grade 1. Listed under Category C in BHMA's "Certified

Product Directory." Provide type of arm required for closer to be located on non-public side of

door, unless otherwise indicated.

1. Manufacturers: Provide products by one of the following:

a. LCN Closers; Allegion, plc (LCN).

b. Norton Door Controls; an ASSA ABLOY Group company (NDC).

c. SARGENT Manufacturing Company; an ASSA ABLOY Group company (SGT).

d. Yale Commercial Locks and Hardware; an ASSA ABLOY Group company (YAL).

e. Or equal.

2.11 PROTECTIVE TRIM UNITS

A. Size: 1-1/2 inches less than door width on push side and 1/2 inch less than door width on pull

side, by height specified in door hardware sets.

B. Fasteners: Manufacturer's standard machine or self-tapping screws.

C. Metal Protective Trim Units: BHMA A156.6; beveled top and 2 sides; fabricated from the

following material:

1. Material: 0.050-inch-thick stainless steel.

2. Manufacturers: Provide products by one of the following:

a. Hager Companies (HAG).

b. IVES Hardware; Allegion, plc (IVS).

c. Rockwood Manufacturing Company (RM).

d. Or equal.

Page 621: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 10 PCTS No. 13315

2.12 STOPS AND HOLDERS

A. Stops and Bumpers: BHMA A156.16, Grade 1.

1. Provide floor stops for doors. Do not mount floor stops where they will impede traffic.

Where floor or wall stops are not appropriate, provide overhead holders.

B. Manufacturers: Provide products by one of the following:

1. Hager Companies (HAG).

2. IVES Hardware; Allegion, plc (IVS).

3. Rockwood Manufacturing Company (RM).

4. Or equal.

2.13 DOOR GASKETING

A. Standard: BHMA A156.22. Listed under Category J in BHMA's "Certified Product Directory."

B. General: Provide continuous weather-strip gasketing on exterior doors. Provide noncorrosive

fasteners for exterior applications and elsewhere as indicated.

1. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame.

C. Air Leakage: Not to exceed 0.50 cfm per foot of crack length for gasketing other than for

smoke control, as tested according to ASTM E 283.

D. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are

easily replaceable and readily available from stocks maintained by manufacturer.

E. Gasketing Materials: ASTM D 2000 and AAMA 701/702.

F. Manufacturers: Provide products by one of the following:

1. Hager Companies (HAG).

2. National Guard Products (NGP).

3. Pemko Manufacturing Co. (PEM).

4. Zero International (ZRO).

5. Or equal.

2.14 THRESHOLDS

A. Standard: BHMA A156.21. Listed under Category J in BHMA's "Certified Product Directory."

B. Thresholds for Means of Egress Doors: Comply with NFPA 101. Maximum 1/2 inch high.

Page 622: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 11 PCTS No. 13315

C. Manufacturers: Provide products by one of the following:

1. Hager Companies (HAG).

2. National Guard Products (NGP).

3. Pemko Manufacturing Co. (PEM).

4. Or equal.

2.15 MISCELLANEOUS DOOR HARDWARE

A. Auxiliary Hardware: BHMA A156.16, Grade 1.

1. Manufacturers: Provide products by one of the following:

a. Hager Companies (HAG).

b. Rockwood Manufacturing Company (RM).

c. Stanley Commercial Hardware; Div. of The Stanley Works (STH).

d. Or equal.

2.16 FABRICATION

A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade

name displayed in a visible location except in conjunction with required fire-rated labels and as

otherwise approved by Engineer.

1. Manufacturer's identification is permitted on rim of lock cylinders only.

B. Base Metals: Produce door hardware units of base metal, fabricated by forming method

indicated, using manufacturer's standard metal alloy, composition, temper, and hardness.

Furnish metals of a quality equal to or greater than that of specified door hardware units and

BHMA A156.18. Do not furnish manufacturer's standard materials or forming methods if

different from specified standard.

C. Fasteners: Provide door hardware manufactured to comply with published templates generally

prepared for machine, wood, and sheet metal screws. Provide screws according to commercially

recognized industry standards for application intended, except aluminum fasteners are not

permitted. Provide Phillips flat-head screws with finished heads to match surface of door

hardware, unless otherwise indicated.

1. Concealed Fasteners: For door hardware units that are exposed when door is closed,

except for units already specified with concealed fasteners. Do not use through bolts for

installation where bolt head or nut on opposite face is exposed unless it is the only means

of securely attaching the door hardware. Where through bolts are used on hollow door and

frame construction, provide sleeves for each through bolt.

2. Steel Machine: For the following fire-rated applications:

a. Mortise hinges to doors.

b. Strike plates to frames.

c. Closers to doors and frames.

Page 623: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 12 PCTS No. 13315

3. Spacers or Sex Bolts: For through bolting of hollow-metal doors.

2.17 FINISHES

A. Standard: BHMA A156.18, as indicated in door hardware sets.

B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable,

temporary protective covering before shipping.

C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are

acceptable if they are within one-half of the range of approved Samples. Noticeable variations

in the same piece are not acceptable. Variations in appearance of other components are

acceptable if they are within the range of approved Samples and are assembled or installed to

minimize contrast.

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine doors and frames, with Installer present, for compliance with requirements for

installation tolerances, labeled fire door assembly construction, wall and floor construction, and

other conditions affecting performance.

B. Examine roughing-in for electrical power systems to verify actual locations of wiring

connections before electrified door hardware installation.

C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.02 INSTALLATION

A. Mounting Heights: Mount door hardware units at heights indicated as follows unless otherwise

indicated or required to comply with governing regulations.

1. Custom Steel Doors and Frames: DHI's "Recommended Locations for Builders' Hardware

for Custom Steel Doors and Frames."

B. Install each door hardware item to comply with manufacturer's written instructions. Where

cutting and fitting are required to install door hardware onto or into surfaces that are later to be

painted or finished in another way, coordinate removal, storage, and reinstallation of surface

protective trim units with finishing work specified in Division [09] [9] Sections. Do not install

surface-mounted items until finishes have been completed on substrates involved.

1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment

substrates as necessary for proper installation and operation.

2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space

fasteners and anchors according to industry standards.

C. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant.

Page 624: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 13 PCTS No. 13315

3.03 FIELD QUALITY CONTROL

A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent

Architectural Hardware Consultant to perform inspections and to prepare inspection reports.

1. Independent Architectural Hardware Consultant will inspect door hardware and state in

each report whether installed work complies with or deviates from requirements, including

whether door hardware is properly installed and adjusted.

3.04 ADJUSTING

A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to

ensure proper operation or function of every unit. Replace units that cannot be adjusted to

operate as intended. Adjust door control devices to compensate for final operation of heating

and ventilating equipment and to comply with referenced accessibility requirements.

1. Door Closers: Unless otherwise required by authorities having jurisdiction, adjust sweep

period so that, from an open position of 70 degrees, the door will take at least 3 seconds to

move to a point 3 inches from the latch, measured to the leading edge of the door.

B. Occupancy Adjustment: Approximately six months after date of Substantial Completion,

Installer's Architectural Hardware Consultant shall examine and readjust, including adjusting

operating forces, each item of door hardware as necessary to ensure function of doors, door

hardware, and electrified door hardware.

3.05 CLEANING AND PROTECTION

A. Clean adjacent surfaces soiled by door hardware installation.

B. Clean operating items as necessary to restore proper function and finish.

C. Provide final protection and maintain conditions that ensure that door hardware is without

damage or deterioration at time of Substantial Completion.

3.06 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's maintenance personnel to

adjust, operate, and maintain door hardware and door hardware finishes.

3.07 DOOR HARDWARE SETS

A. Hardware Sets

1. HW 1 (Exterior Door)

a. Hinges

b. Exit Device - Corbin Russwin ED5808 Series (US32D)

c. Mortise Lockset – Corbin Russwin ML2000VR Series (US32D)

d. Closer

e. Overhead Stop and Holder

f. Kick Plate

g. Bottom Seal

Page 625: MIAMI-DADE COUNTY, FLORIDA - D.N. Higginsdnhiggins.com/docs/00_CD 5.3 Upgrade of Pump... · Pump Station 692B), the scope includes removing and replacing three (3) existing wet well

ER No. S049048 08710 - 14 PCTS No. 13315

2. HW 2 (Pair of Exterior Door)

a. Hinges

b. Exit Device - Corbin Russwin ED5808 Series (US32D)

c. Mortise Lockset – Corbin Russwin ML2000VR Series (US32D)

d. Flush Bolt (inactive leaf)

e. Closer

f. Overhead Stop and Holder

g. Kick Plate

h. Bottom Seal

3. HW 3 (Interior Door)

a. Hinges

b. Exit Device - Corbin Russwin ED5808 Series (US32D)

c. Mortise Lockset– Corbin Russwin (Operation: Passage) ML2010VR Series (US32D)

d. Closer

e. Overhead Stop

f. Kick Plate

g. Stop – Floor

h. Door bottom and Threshold.

4. HW 4 (Toilet Room Interior Door)

a. Hinges

b. Exit Device - Corbin Russwin ED5808 Series (US32D)

c. Mortise Lockset– Corbin Russwin (Operation: Privacy Bathroom) ML2030 Series

(US32D)

d. Closer

e. Overhead Stop

f. Kick Plate

g. Stop – Floor

h. Door bottom and Threshold.

END OF SECTION