beaches energy services city of jacksonville beach, fl · pdf filebeaches energy services city...

77
Beaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS TRANSFORMER NO.2 FOUNDATION FOR EXPANSION OF BEACHES ENERGY SERVICES GUANA SUBSTATION 2017 Prepared by: Fred Wilson & Associates 3970 Hendricks Ave. Jacksonville, FL 32207 (904) 398-8636

Upload: dokhanh

Post on 01-Feb-2018

221 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services

City of Jacksonville Beach, FL

TRANSFORMER NO.2 FOUNDATION

BID INSTRUCTIONS

BID FORMS SPECIFICATIONS

TRANSFORMER NO.2 FOUNDATION FOR EXPANSION OF BEACHES ENERGY SERVICES

GUANA SUBSTATION 2017

Prepared by:

Fred Wilson & Associates 3970 Hendricks Ave. Jacksonville, FL 32207 (904) 398-8636

Page 2: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

City of Jacksonville Beach Invitation to Bid #: 1617-14 Beaches Energy Services Date: 06-19-2017

Transformer No.2 Foundation for BES Guana Substation

Page 1 of 73

City of Jacksonville Beach Property & Procurement Division

1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229

Invitation to Bid

BID Number: 1617-14

BID Title:

TRANSFORMER NO.2 FOUNDATION FOR BEACHES ENERGY SERVICES GUANA SUBSTATION

Submittal Deadline Day: Wednesday Date: July 19th, 2017 Time: 2:00 P. M.

Location: Purchasing & Procurement

Address: 1460-A Shetter Ave., Jacksonville Beach, FL 32250

ANTICIPATED TIME LINE: The anticipated schedule for this Bid is as follows:

Bid Issue Date 26-June-2017 Bid Advertised 26-June-2017 Deadline to Submit Questions 10-July-2017 Addendum (if necessary) Issued 12-July-2017 Submission Deadline 19-July-2017 Bids Opened 19-July-2017 Bids Evaluated by 26-July-2017 Recommendation to Council 7-August-2017 Contract Award 8-August-2017

Page 3: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

City of Jacksonville Beach Invitation to Bid #: 1617-14 Beaches Energy Services Date: 06-19-2017

Transformer No.2 Foundation for BES Guana Substation

Page 2 of 73 Table of Contents

TABLE OF CONTENTS

SECTION A: OVERVIEW Page(s) 1. Purpose 4 2. Bid Due Date 4 3. Bid Award 4 4. Bid Submittal Requirements 4

SECTION B: GENERAL PROVISIONS 6 -19

SECTION C: TECHNICAL SPECIFICATIONS Substation Package for Guana Substation 20-56

SECTION D: BID TENDER FORMS

Form 1: Bid Tender Form 57-60 Form 2: Bid Award Notice 61 Form 3: Required Disclosure 62 Form 4: Drug-Free Workplace Compliance 63 Form 5: Non-Collusion Affidavit 64 Form 6: Company Profile 65 Form 7: Contractor Resume 66-68 Form 8: Workforce Profile 69 Form 9: Non-Bankruptcy Affidavit 70 Bid Bond 71-72 W-9 73

Attachments: Bid Drawings

Page 4: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

City of Jacksonville Beach Invitation to Bid #: 1617-14 Beaches Energy Services Date: 06-19-2017

Transformer No.2 Foundation for BES Guana Substation

Page 3 of 73 Section A: Overview

SECTION A: OVERVIEW

Page 5: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

City of Jacksonville Beach Invitation to Bid #: 1617-14 Beaches Energy Services Date: 06-19-2017

Transformer No.2 Foundation for BES Guana Substation

Page 4 of 73 Section A: Overview

SECTION A: OVERVIEW

1. PURPOSE:

The City of Jacksonville Beach is seeking qualified Contractors to:

1. Provide all materials, equipment and labor to install one (1) substation power transformer foundation at the Beaches Energy Guana Substation.

2. BID DUE DATE: 2:00 PM WEDNESDAY JULY 19th, 2017

Subject to the terms and conditions specified in this Invitation to Bid, bids will be received until 2:00 P.M., Wednesday July 19th, 2017 then opened publicly by the Property and Procurement Division, 1460-A Shetter Avenue, 1st Floor, Jacksonville Beach, Florida 32250.

3. BID AWARD:

This will be a non-exclusive contract. The City intends to award the bid to the lowest responsive, responsible bidder(s) as determined solely by the City to be in its best interest. In addition, the City, reserves the right to cancel this bid, to reject any and all bids, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, if it is deemed to be in the best interest of the City to do so.

4. BID SUBMITTAL REQUIREMENTS:

Submit completed bid package one (1) original plus two (2) copies in one sealed envelope. Packages received without the requested information or quantities may be rejected. It is incumbent upon the bidder to ensure that all copies of the bid package submittals are complete and exact replicas of each other.

Clearly mark the submittal envelope with the BID number, BID title and Bidder name.

It is incumbent upon the bidder to ensure that bid package submittals are received by the Property and Procurement Division on time. Submissions received after the due date and time will not be considered.

No verbal interpretations will be made of any documents. Requests for such interpretations

Page 6: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 5 of 73 Section A: Overview

shall be made in writing or via email at [email protected] no later than July 10th 2017. Interpretation will be in the form of an addendum and will be published on the bid section of the City’s website. Bid packages can be obtained from the Property and Procurement Division, 1460-A Shetter Avenue, 1st Floor, Jacksonville Beach, Florida 32250, telephone 904-247-6229.

Page 7: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

City of Jacksonville Beach Invitation to Bid #: 1617-14 Beaches Energy Services Date: 06-19-2017

Transformer No.2 Foundation for BES Guana Substation

Page 6 of 73 Section B: General Provisions

SECTION B: GENERAL PROVISIONS

Page 8: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 7 of 73 Section B: General Provisions

SECTION B: GENERAL PROVISIONS 1. INSTRUCTIONS TO BIDDERS:

• Technical Specifications that are explicit to this particular Bid Number 1617-14 are found in SECTION C: TECHNICAL SPECIFICATIONS, which begins on page 20.

• The Minimal Bid Package shall consist of the following:

Bidder’s profile and submittal letter

Form 1: Bid Tender Form. Form 2: Bid Award Notice. Form 3: Required Disclosure. Form 4: Drug-Free Workplace Compliance. Form 5: Non-Collusion Affidavit. Form 6: Company Profile Form 7: Contractor Resume Form 8: Workforce Profile Form 9: Non-Bankruptcy Affidavit Bid Bond W-9 Information to be Furnished with Bid Form

All forms must be completely filled out, appropriately executed and submitted as part of the bid package. These start on page 61.

Failure to comply with the requirements of this paragraph may be construed by the CITY as proper grounds for disqualifying any bid at the CITY’s sole discretion.

2. TERMS AND CONDITIONS:

A. General. It is the purpose and intent of this bid to secure the supplies and/or services listed herein for the City of Jacksonville Beach, Jacksonville Beach, Florida, hereinafter called the “CITY.”

B. Time for CITY Acceptance. Unless otherwise specified herein, the submitter will allow

sixty (60) days from the last date for the receiving of bids for acceptance of its submittals by the CITY.

C. Effective Contract Term Start Date. The effective contract term start date shall be the date

of award by the CITY or date of Notice to Proceed, whichever is later.

D. Contract Termination. Subject to a thirty (30) day written notice, the CITY reserves the right to terminate the resulting contract for the following causes:

Page 9: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 8 of 73 Section B: General Provisions

1) The CONTRACTOR fails to perform the work in a satisfactory manner as determined by the CITY.

2) The CONTRACTOR fails to perform the work in a timely manner as determined by

the CITY.

3) For convenience. By the CITY, effective upon the receipt of notice by CONTRACTOR. The CITY's performance and obligation to pay under this Agreement is contingent upon annual appropriations.

E. Award.

1) The CITY reserves the right to waive informalities, to reject any and all bids, in whole

or in part, and to accept the bid(s) that in its judgment will best serve the interest of the CITY.

2) The CITY specifically reserves the right to reject any conditional bid and will normally

reject those that make it impossible to determine the true amount of the submittal. Each item must be itemized separately and no attempt shall be made to tie any item or items together.

F. Inspection. All supplies and workmanship shall be subject to inspection and test after

arrival at destination. In case any articles are found to be defective, or otherwise not in conformity with the specification requirement, the CITY shall have the right to reject such articles.

G. Payments. The Contractor shall be paid, upon the submission of invoices in triplicate, the

prices stipulated herein for articles delivered and accepted. Invoices must show Purchase Order Number.

3. ADDITIONAL INFORMATION:

The information in this bid package is provided to facilitate bids. Much effort was made to provide necessary and accurate information, but the CITY is not to be penalized for any lack of completeness. If you require further information regarding this submittal, please contact Luis F. Flores, Purchasing Administrator in the Property and Procurement Division at (904) 247-6229.

4. ADDENDA TO THE BID:

If any addenda are issued to this bid, a good faith attempt will be made to deliver a copy to each of the Bidders, who, according to the records of the Property and Procurement Division previously requested a copy of this bid. However, prior to submitting a bid, it shall be the responsibility of the Bidder to contact the CITY’s Property and Procurement Division (904-247-6229) to determine if any addenda were issued and if so, to obtain such addenda for attachment to, and consideration with, the bid. Bidders should either

Page 10: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 9 of 73 Section B: General Provisions

acknowledge receipt of such addenda on their bid, or attach such addenda to their bid. 5. USE OF BID RESPONSE FORMS:

All bids must include the completed Bid Tender Form provided in this package, and all questions must be answered. Bids may not be accepted where the Bid Tender Form has been retyped or altered by the Bidder. Failure to comply may preclude consideration of the bid. Supplemental information may be attached to the Bid Tender Form.

6. DEVIATIONS FROM REQUESTED PLAN:

The contract terms and conditions stipulated in this bid are those required by the CITY. Bidders are required to submit their bid, which complies with the requested services. Any deviations from the services requested should be clearly noted.

7. CONFLICT WITH SPECIMEN CONTRACTS:

Unless specifically noted to the contrary as a deviation from the bid, the submission of bidder’s specimen contract with a bidder’s bid submittal shall not constitute notice of the bidder’s intent to deviate from the bid in a restrictive manner. Unless specifically noted otherwise, the attachment of the bidder’s specimen contract shall be deemed to be an offer in at least full compliance with the bid, and the bidder expressly agrees to reform said contract to the extent inconsistent in a restrictive manner from the bid. That is, submission of a bidder’s contract shall be deemed solely an offer of supplemental terms and conditions not otherwise addressed in the bid or a broadening of terms and conditions to the benefit of the CITY beyond that required by the bid.

8. ERRORS IN SUBMITTALS:

Bidders shall fully inform themselves as to the conditions, requirements and specifications before submitting the bid. Failure to do so will be at the bidder’s own risk, and a bidder cannot secure relief on a plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of the bidders.

9. LEGAL AND REGULATORY COMPLIANCE:

The bidder must agree to comply with all applicable federal, state and local laws, ordinances, rules and regulations as the same exist and as may be amended from time to time, including, but not limited to the Public Records Law, Chapter 119, Florida Statutes.

10. CANCELLATION/NON-RENEWAL/ADVERSE CHANGE/RATE INCREASE NOTICE:

The CITY should be given at least a 90-day notice of cancellation, non-renewal, adverse change or increase in rates. (If applicable) N/A

Page 11: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 10 of 73 Section B: General Provisions

11. WAIVER/REJECTION OF BIDS:

The CITY reserves the right to waive formalities or informalities in bids and to reject any or all bids or portions of bids, or to accept any bids or portions of bids deemed to be in the best interest(s) of the CITY or to negotiate or not negotiate with the bidder.

12. AUTHORIZED OFFER:

The person submitting the bid should indicate the extent of authorization by the Company to make a valid offer in the bid summary that may be accepted by the CITY to form a valid and binding contract.

If the person submitting the bid is not authorized to submit a bid that can be bound by CITY acceptance, such a person should also obtain the signature of an authorized representative of the bidder’s firm, that may result in a bound contract upon the CITY’s acceptance.

13. EVALUATION OF BIDS:

The CITY will evaluate each bid based on all the criteria set forth in the bid. Fees may be requested as part of the bid package. However, if fees are requested, the CITY reserves the right at its sole discretion to exclude the fees from the evaluation process. The evaluation process will consider all other requested criteria to determine which firm is the most highly qualified to perform the required services.

14. USE OF BID BY OTHER AGENCIES:

It is hereby made a part of this bid that the submission of any bid response to the advertisement request constitutes a bid made under the same terms and conditions, for the same contract price, to other government agencies if agreeable by the submitter and the government agency.

At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies including the State of Florida, its agencies, political subdivisions, counties and cities.

Each governmental agency allowed by the vendor/contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award.

15. PUBLIC ENTITY CRIMES STATEMENT:

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

Page 12: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 11 of 73 Section B: General Provisions

the construction or repair of a public building or public work, may not submit a bid on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

16. CONFLICT OF INTEREST / CONE OF SILENCE:

Any lobbying by or on behalf of the bidder may result in rejection/disqualification of said bid at the CITY’s sole discretion. Bidders shall refrain from any communication with City Council members, CITY Staff, or the CITY’s Evaluation Committee, or members of any Board or Agency of the CITY, regarding this bid.

DURING THE PERIOD BETWEEN BID ADVERTISEMENT DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE CITY COUNCIL, CITY STAFF, CITY EVALUATION COMMITTEE OR MEMBERS OF ANY BOARD OR AGENCY OF THE CITY, EXCEPT UPON THE REQUEST OF THE CITY OF JACKSONVILLE BEACH PURCHASING DIVISION IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.

This provision is not meant to preclude bidders from discussing other matters with City Council, CITY staff or members of any CITY Board or Agency. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and materials at the lowest practicable price, for the best interests and benefit of the taxpayers and property owners. Violation of this provision may result in rejection of the bidder's bid submission.

The Cone of Silence shall be imposed on this bid upon its advertisement and shall terminate at the time the City Council and/or City Manager awards the solicitation. However, if the City Council and/or the City Manager refers the recommendation of award back to the CITY staff for further review, the Cone of Silence shall be re-imposed until such time as the City Council and/or the City Manager makes a subsequent award for the solicitation.

The Cone of Silence prohibits the following activities:

A. Any communication regarding this bid between a potential vendor, service provider, bidder, lobbyist or consultant and the CITY’s professional staff;

B. Any communication regarding this bid between the Mayor, Council members and any member of any Board or Agency of the CITY;

C. Any communication regarding this bid between potential vendor, service provider, bidder, lobbyist or consultant and any member of a selection or evaluation committee;

Page 13: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 12 of 73 Section B: General Provisions

D. Any communication regarding this bid between the Mayor, Council members; any member of any Board or Agency of the CITY and the selection or evaluation committee therefore;

E. Any communication regarding this bid between any member of the CITY’s professional staff and any member of the selection or evaluation committee; and

F. Any communication regarding this bid between a potential vendor, service provider, bidder, lobbyist or consultant and the Mayor, Council members and any member of any Board or Agency of the CITY.

The Cone of Silence may not apply to:

A. Oral communications at pre-bid meetings; B. Oral presentations before selection or evaluation committees; C. Public presentations made to the City Council during any duly noticed public

meeting; D. Written communications regarding a particular RFP, RFQ, or ITB between a potential

vendor, service provider, respondent, bidder, lobbyist or consultant and the CITY’s Purchasing Agent or CITY employee designated responsible for administering the procurement process of such RFP, RFQ, or ITB, provided the communication is limited strictly to matters of process or procedure already contained in the corresponding solicitation document;

E. Communications with the CITY Attorney and his or her staff; F. Duly noticed site visits to determine the competency of bidders/respondents regarding

a particular bid/statement during the time period between the opening of bids and the time the City Council and/or City Manager makes the award;

G. Any emergency procurement of goods or services pursuant to CITY Code; H. Contract negotiations during any duly noticed public meeting; I. Communications to enable CITY staff to seek and obtain industry comment or

perform market research, provided all communications related thereto between a potential vendor, service provider, respondent, bidder, lobbyist, or consultant and any member of the CITY’s professional staff including, but not limited to, the City Manager and his or her staff are in writing or are made at a duly noticed public meeting.

Violation of the Cone of Silence by a particular bidder may render the bid award to said bidder voidable by the City Council and/or City Manager at the CITY’s sole discretion.

17. DISCRIMINATION CLAUSE:

An entity or affiliate who has been placed on the discriminatory vendor list may not submit on a contract to provide 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 award or perform work as a contractor, supplier, sub-contractor, or consultant under contract with any public entity, and may not transact business with any public entity.

Page 14: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 13 of 73 Section B: General Provisions

18. SAFETY REQUIREMENTS FOR CONTRACTORS PROVIDING SERVICES TO CITY:

A. The Contractor shall comply with all Federal/State Occupational Safety and Health Act

(OSHA) Standards including 29 CFR 1910 and any other rules and regulations applicable to construction and maintenance activities in the State of Florida. The Contractor shall also comply with Chapter 442, Florida Statutes (Toxic Substances in the Workplace) and any county or city or any other agency’s rules and regulations regarding safety. The Contractor must employ all possible means to prevent contamination or pollution of air, waterways and soil.

B. The CITY’s safety personnel or any supervisor or inspector may, but is not required to,

order that the work be stopped if a condition of immediate danger is found to exist. Nothing contained herein shall be construed to shift responsibility or risk of loss for injuries or damage sustained as a result of a violation of this Article from the Contractor to the CITY; and the Contractor shall remain solely and exclusively responsible for compliance with all safety requirements and for the safety of all persons and property at the project site.

C. The parties hereto expressly agree that the obligation to comply with applicable safety

provisions is a material provision of this contract and a duty of the contractor. The CITY reserves the right to require demonstration of compliance with the safety provisions of this contract. The parties agree that such failure is deemed to be a material breach of this agreement; and the Contractor agrees that upon such breach, all work pursuant to the contract shall terminate until demonstration to the CITY that the safety provisions of this agreement have been complied with. In no event shall action or failure to act on the part of the CITY be construed as a duty to enforce the safety provisions of this agreement nor shall it be construed to create liability for the CITY for any act or failure to act in respect to the safety provisions of this agreement.

19. INSURANCE REQUIREMENTS:

19. (A) GENERAL INSURANCE PROVISIONS

Hold Harmless: The City shall be held harmless against all claims for bodily injury, disease, death, personal injury, and damage to property or loss of use resulting there from, to the extent caused by the Contractor, unless such claims are a result of the City’s sole negligence.

Payment on Behalf of the City: The Contractor agrees to pay on behalf of the City, the City’s legal defense, for all claims described herein.

Such payment on behalf of the City shall be in addition to all other legal remedies available to the City and shall not be considered to be the City’s exclusive remedy.

Loss Control/Safety: Precaution shall be exercised at all times by the Contractor for the

Page 15: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 14 of 73 Section B: General Provisions

protection of all persons, employees, and property. The Contractor shall comply with all laws, regulations and ordinances related to safety and health, shall make special efforts to detect hazardous conditions, and shall take prompt action where loss control and safety measures should reasonably be expected.

19. (B) PROOF OF CARRIAGE OF INSURANCE & NAMING CITY AS ADDITIONAL INSURED

The Contractor shall furnish the City with satisfactory proof of carriage of insurance required herein. The Contractor shall name the City of Jacksonville Beach (City) as additional insured on the Contractor’s, and any sub-consultant or sub-contractor’s Public Liability, Property Damage and Comprehensive Automobile Liability Insurance Policies. The additional insured shall be provided the same coverage as the primary insured for losses arising from work performed by the Contractor or its sub-consultants or sub-contractors. The proof of carriage or a copy of all policies shall be required prior to commencement of any work under this Contract.

The CITY may order work to be stopped if conditions exist that present immediate danger to persons or property. The CONTRACTOR acknowledges that such stoppage will not shift responsibility for any damages from the CONTRACTOR to the Organization.

19. (C) COVERAGE REQUIREMENTS:

Basic Coverages Required: During the term of this contract, the Contractor shall procure and maintain the following-described insurance and/or self-insurance except for coverage’s specifically waived by the City. All policies and insurers must be acceptable to the City.

These insurance requirements shall not limit the liability of the Contractor. The City does not represent these types of amounts of insurance to be sufficient or adequate to protect the Contractor’s interests or liabilities, but are merely minimums.

All insurers must carry a current A M Best rating of at least A-

Worker's Compensation Coverage is required.

The CONTRACTOR and all subcontractors shall purchase and maintain worker's compensation insurance for all workers’ compensation obligations imposed by state law and employer’s liability limits of at least $100,000 each accident, $100,000 each employee and $500,000 policy limit for disease.

The CONTRACTOR and all subcontractors shall also purchase any other coverage required by law for the benefit of employees.

General Liability Coverage is required for Contractor and all subcontractors.

Page 16: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 15 of 73 Section B: General Provisions

Commercial General Liability in Occurrence Form.

Coverage A shall include Bodily Injury and Property Damage coverage for liability claims arising from premises, operations, contractual liability, independent Contractors, products and complete operations and including but not limited to coverage for claims resulting from explosion, collapse, or underground (x,c,u) exposures (if any).

Coverage B shall include personal injury and is required.

Coverage C, medical payments is not required.

Amounts: Bodily Injury: $1,000,000 each occurrence

$1,000,000 Aggregate

Property Damage: $1,000,000 each occurrence $1,000,000 aggregate

Products and Completed Operations are required for Contractor and all subcontractors.

Amount: $1,000,000 aggregate

Business Auto Liability Coverage is required for Contractor and all subcontractors.

Business Auto Liability Coverage is to include bodily injury and property damage arising out of ownership, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use.

Amounts: Bodily Injury: $1,000,000 Each Occurrence

$1,000,000 Aggregate Property Damage: $1,000,000 Each Occurrence $1,000,000 Aggregate

Professional Liability is required for Contractor and all sub-contractors

Pollution Liability Required of Contractor and all subcontractors.

The City requires Pollution/Environmental Liability insurance covering cleanup costs including on-site discovery and third party liability, on-site and off-site third party pollution liability coverage, natural resources damage coverage.

Limits of Liability: $1,000,000 Each Pollution Event Limit $1,000,000 Aggregate Policy Limit

Excess or Umbrella Liability Coverage.

Page 17: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 16 of 73 Section B: General Provisions

Umbrella Liability insurance is preferred, but an Excess Liability equivalent may be allowed. Whichever type of coverage is provided, it shall not be more restrictive than the underlying insurance policy coverages.

Limits of Liability: $1,000,000 Each Occurrence $1,000,000 Aggregate

Claims Made Coverage – No Gap

If any of the required professional or pollution liability insurance is provided on a “claims made” form, such coverage shall extend for a period of not less than 36 months following completion of the contract. In the event of termination of claims made policy, extended coverage may be provided by assurance that extended discovery coverage of at least 36 months will be purchased from the expiring insurer, or by assurance that the succeeding insurer will provide retroactive coverage with an inception date of at least on or before the effective date of this contract.

19. (D) CERTIFICATES OF INSURANCE OF CONTRACTOR AND ALL

SUBCONTRACTORS.

Required insurance shall be documented in Certificates of Insurance which provide that the CITY shall be notified at least 30 days in advance of cancellation, nonrenewal or adverse change.

New Certificates of Insurance are to be provided to the CITY at least 15 days prior to coverage renewals.

If requested by the CITY, the CONTRACTOR shall furnish complete copies of the CONTRACTOR's insurance policies, forms and endorsements.

For Commercial General Liability coverage, the Contractor shall at the option of the City, provide an indication of the amount of claims, payments, or reserves chargeable to the aggregate amount of liability coverage.

NOTE: Any sub-contractors approved by the City shall be required to provide proof of insurance identical in amounts as required by the contact to perform related services. All coverages shall name the City as “additional insured”.

Receipt of certificates or other documents of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the successful bidder(s)’ obligation to fulfill the insurance requirements herein.

20. PERFORMANCE AND PAYMENT BONDS:

Page 18: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 17 of 73 Section B: General Provisions

Simultaneously with his delivery of the executed contract to the CITY, a bidder, to whom a contract has been awarded, must deliver to the CITY executed Performance and Payment Bonds on the prescribed forms each in an amount of one-hundred percent (100%) of the total amount of the accepted Bid/Bid, as security for the faithful performance of the contract and for the payment of all persons performing labor or furnishing materials or equipment in connection therewith. The Performance and Payment Bonds shall have as the surety thereon only such surety company or companies as are authorized to write bonds of such character and amount under the laws of the State of Florida and with a resident agent in the county in which the project is located. The Attorney-in-Fact or other officer who signs the Performance and Payment Bonds for a surety company must file with such bonds a certified copy of his Power-of-Attorney authorizing him to do so.

The Performance and Payment Bonds shall remain in force for one (1) year from the date of final acceptance of the work as a protection to the CITY against losses resulting from latent defects in materials or improper performance of work under contract, which may appear or be discovered during that period.

21. BANKRUPTCY:

No firm will be issued a contract for the work, where a key representative has filed for bankruptcy personally or has been a CITY/officer or principal of a firm, which has filed bankruptcy in the past seven (7) years. Attached is a Non-Bankruptcy Affidavit form. All submitted bids must include this form executed by the proper representative of the bidder company.

22. NONEXCLUSIVE:

Notwithstanding the contract resulting from this bid, the CITY reserves the right to follow its normal purchasing procedures at any time to procure additional services for any of the types of work noted in this bid. Contractor agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option.

23. DRUG FREE WORKPLACE COMPLIANCE FORM:

Attached is a Drug Free Workplace Compliance Form. All submitted bids must include this form executed by the proper representative of your company. (See attached Form 4).

24. WARRANTY:

All warranties express and implied shall be made available to the City for goods and services covered by this solicitation. All goods furnished shall be fully guaranteed by the successful bidder against factory defects and workmanship. At no expense to the City, the successful bidder shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty.

Page 19: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 18 of 73 Section B: General Provisions

25. PROTEST:

A recommendation for contract award or rejection of award may be protested by a bidder. The bidder may file a written protest with the City Clerk’s office. The bidder shall file its written protest with the City Clerk, Monday through Friday, between the hours of 8:00 a.m. and 5:00 p.m., excluding legal holidays. Protests shall contain the name, address, and phone number of the petitioner, name of the petitioner’s representative (if any), and the title and bid number of the solicitation. The protest shall specifically describe the subject matter, facts giving rise to the protest, and the action requested from the City.

The written protest must be received no later than seventy-two (72) consecutive hours (excluding Saturdays, Sundays, and legal holidays) after the time of award posting. Failure to file a timely formal written protest within the time period specified shall constitute a waiver by the bidder of all rights of protest under this procedure.

In the event of a timely protest, the City shall not proceed further with award of the contract and agreement until all administrative remedies are exhausted, or until the City Manager determines the award of the contract is immediately necessary to protect the public health, welfare, or safety.

26. FRAUD AND MISREPRESENTATION:

Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, may be debarred for up to five (5) years. The City, as a further sanction, may terminate or cancel any other contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney’s fees.

27. OMISSIONS IN SPECIFICATIONS:

The scope of services or description of items contained within this solicitation describes the various functions and classes of work required as necessary for the completion of the project. Any omissions of inherent technical functions or classes of work within the specifications and/or statement of work shall not relieve the bidder from furnishing, installing, or performing such work where required to the satisfactory completion of the project.

28. FORCE MAJEURE:

The City and the successful bidder are excused from the performance of their respective obligations under the contract when and to the extent that their performance is delayed or prevented by any circumstances beyond their control, including fire, flood, explosion, strikes or other labor disputes, natural disasters, public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility

Page 20: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 19 of 73 Section B: General Provisions

needed for their performance provided that: a) The non-performing party gives the other party prompt written notice describing

the particulars of the force majeure, including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the force majeure.

b) The excuse of performance is of no greater scope and of no longer duration than is required by the force majeure.

c) No obligations of either party that arose before the force majeure causing the excuse of performance are excused as a result of the force majeure.

d) The non-performing party uses its best efforts to remedy its inability to perform.

Notwithstanding the above, performance shall not be excused under this section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the successful bidder shall not constitute a force majeure. The term of the contract shall be extended by a period equal to that during which either party’s performance is suspended under this section.

29. BID AWARD NOTICE FORM:

Attached is a Bid Award Notice Form. All submitted bids are to include this form to be notified of the recommendation of award. (See attached Form 2)

Page 21: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

City of Jacksonville Beach Invitation to Bid #: 1617-14 Beaches Energy Services Date: 06-19-2017

Transformer No.2 Foundation for BES Guana Substation

Page 20 of 73 Section C: Technical Specifications

SECTION C:

TECHNICAL SPECIFICATIONS

Page 22: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 21 of 73 Section C: Technical Specifications

SCOPE OF WORK A. Project Description

1. Transformer Foundation: Provide all materials, equipment, labor and appurtenances to install one (1) transformer foundation as defined and shown in the attached bid drawings, and bid specifications.

2. See Drawings and Specifications for detailed project requirements. B. Project Schedule

Beaches Energy Services (“Owner”) desires completion of construction within the dates as listed below, based on a Notice to Proceed date of August 8, 2017. Exceptions by the Bidder to these dates may be grounds for rejection of bid.

Completion Required Item No. Description No Later Than 1. Submit Shop Drawings and Rebar Schedule August 15, 2017 2. Complete Construction September 1, 2017 3. Cure Complete – Accepted by Owner September 29, 2017 C. Location of Work

1. Project Location is Guana Substation, 5275 Palm Valley Rd., Ponte Vedra Beach, FL 32082.

D. Crew, Equipment and Materials Bidders must furnish evidence that they maintain permanent places of business and have adequate personnel, equipment, and inventory or suppliers of materials to satisfactorily and expeditiously provide the necessary construction services. Bidders must demonstrate that they have at least five (5) years’ experience, including at least five (5) projects involving similar type work. In particular, experience installing utility power transformer foundations in utility substation environments is preferred. Bidders must submit project summaries, including a description of the Bidder’s involvement, along with current reference contact information of utility personnel familiar with the projects. The Contractor shall supply sufficient skilled workers, suitable equipment, and satisfactory materials for the work of this project. The Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the work.

E. Specifications

Page 23: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 22 of 73 Section C: Technical Specifications

The following Specifications are applicable to this project: ITB Instructions to Bidders BP Information to be Furnished with Bids Section 00530 Work and Payment Section 01330 Submittal Procedures Section 01600 Material Delivery, Storage & Handling Section 02300 Earthwork Section 03300 Cast in Place Concrete

F. Safety The Contractor shall be solely responsible for all safety precautions and programs in connection with the work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: all persons on the site or who may be affected by the work; all the materials and equipment to be incorporated therein, whether on or away from the site; and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and underground facilities not designated for removal, relocation, or replacement in the course of the work. The 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. The Contractor shall make special effort to detect hazardous conditions and shall take prompt action where necessary to avoid accident, injury or property damage. All hazardous spills, accidents, injuries, claims or potential claims shall be reported promptly to the Owner and to appropriate emergency officials. The Contractor’s duties and responsibilities for safety and for protection of the work shall continue until such time as the Owner has issued a notice that the work is considered to be substantially complete.

G. Observance of the Law

The contractor shall be responsible for the strict observance by his employees of the laws of the United States and the State of Florida (including State of Florida Department of Transportation regulations) and all local ordinances and regulations. The contractor shall comply with said laws, ordinances, and regulations.

H. Commencement of Work The contractor shall commence work under the contract within thirty (30) calendar days after Notice to Proceed is issued.

END OF SECTION

Page 24: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017 Transformer No.2 Foundation City of Jacksonville Beach, FL

INSTRUCTIONS TO BIDDERS ITB-1

INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.1 GENERAL

A. It is the intent of these Specifications to set forth the standards of construction, materials,

and guarantees required, and to establish the scope of work to be performed in designing and supplying equipment and materials for the Guana Substation, owned and operated by the City of Jacksonville Beach, Beaches Energy Services (“OWNER”).

B. The Transformer No.2 Foundation Contractor (“CONTRACTOR”) is responsible for coordinating all items and/or components for the installation of the foundation. Where Contract Drawings indicate or specifications refer to equipment or to operations in the singular, it is in reference to such items in the total quantity required for a complete and operable installation as specified. Where Bill of Materials Item descriptions state that an “Approved Equal” substitute is allowed, the Bidder shall obtain approval prior to submitting a bid, or shall risk that the Bid will not be accepted.

C. Contractor shall coordinate foundation installation with Owner’s site preparation work and secondary oil containment system installation. Close coordination of schedule and activities with the installation of the secondary oil containment system may be required.

D. Contractor shall furnish all labor, material, and equipment shown or specified within this solicitation, including all components, appurtenances, and miscellaneous materials that are required to successfully complete the work.

1.2 REFERENCES

A. Provisions of the latest edition or revision of AA, NEMA, ASCE, IEEE, ACI, AISC,

ASTM, NFPA, National Bureau of Standards' Handbooks, National Electrical Safety Code, National Electrical Code, Underwriters Laboratory Standards, Federal Specifications and Standards and other applicable industry and safety standards and handbooks pertinent to the work required by this project shall set forth the minimum standards. These standards are further subject to the supplemental requirements set forth on the Contract Drawings or within these specifications.

1.3 BIDS

A. Bids shall be provided to the Owner as described in the Invitation to Bid.

B. A firm price proposal is specifically requested.

C. Bidders shall thoroughly examine all documents, drawings, and specifications that are

included as part of this solicitation, and become fully acquainted with the conditions relating to the constructability and labor requirements, so that the Bidder will fully understand the conditions which may affect the execution of the required work.

Page 25: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

INSTRUCTIONS TO BIDDERS ITB-2

D. Bidders shall inform themselves fully of the requirements of applicable Federal, State and local laws, statutes, regulations, standards, permits and other requirements which are incorporated herein by reference and which shall have the same effect as if fully set forth.

E. Submission of a Bid shall be taken as evidence that Bidder has examined all documents included herein, and that Bidder understands and accepts all specific requirements stated herein.

1.4 QUANTITIES

A. The City may elect to award a purchase agreement for more or less of any item, and the

estimated quantities shall in no way restrict the number of any units purchased.

1.5 INFORMATION TO BE FURNISHED WITH BID:

A. Bid Forms – Bid amount and details shall be included in the appropriate bid forms.

B. Bid Security- Bid(s) must be accompanied by a certified check or bid bond in an amount of five percent of the total bid.

C. Experience-

1. The Bidder shall be able to demonstrate to the Owner, through the submission of

reference documentation, that the Contractor has a minimum of five (5) years’ experience in the construction of structural slab foundations installed in utility substations, and specifically for large utility transformers. The reference documentation provided shall include the following information for projects designed or completed within the last five (5) years:

a. Detailed project descriptions including substation operating voltage

levels and design responsibilities, in actual utility application in the United States of America.

b. Contact information for project reference verification. Provide the

name(s) and phone numbers of customer representatives that were directly associated with the project being referenced.

2. Minimum experience requirements shall include, upon request, additional

information as may be deemed necessary to establish to the complete satisfaction of the Owner that the Bidder has the necessary facilities, ability, experience, physical and financial resources, and personnel to perform the work in a satisfactory manner within the times specified.

3. Bidder shall submit references and user list to demonstrate proven satisfactory experience of the manufacturer for the equipment proposed, in actual utility application in the United States of America. The Bidder shall submit complete, up-to-date and correct information, and shall respond promptly and effectively to any supplemental requests by the City for information not originally provided; to establish to the complete satisfaction of the City that the manufacturer has the necessary facilities, ability, experience, physical and financial resources, and

Page 26: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

INSTRUCTIONS TO BIDDERS ITB-3

personnel to perform the work in a satisfactory manner within the times specified. Negative reviews of prior experience may be cause for rejection of the bid.

D. Exceptions- List any exceptions taken to the Bill of Material or Technical Specifications, referencing Item Number or Specification Section number and page or Article (paragraph) number.

1.6 PRICING AND AWARD CRITERIA:

A. Base Bid Items

1. Transformer No.2 Foundation

1.7 BID BOND

A. As a part of their Bid, the Bidder shall provide a Bid Bond or Certified Check for an

amount not less than five percent (5%) of their Bid Price. B. These funds shall be payable to Owner if the Bidder fails to deliver an executed contract,

including all required surety bonds and certificates of insurance, within ten (10) business days of Contract Award.

1.8 LIQUIDATED DAMAGES

A. All construction, installation and concrete curing (“Completion Date”) is required no later

than September 29th, 2017, unless modified by City in writing. B. The Contractor shall pay the City $642 in liquidated damages for each business day that

expires after the specified Completion Date, until the work is substantially complete. The City shall have the right to deduct liquidated damages from any funds due, or to become due, to the Contractor, or to initiate applicable dispute resolution procedures and to recover liquidated damages for non-performance within the time stipulated.

1.9 CONTRACT DOCUMENTS A. The Contract Drawings and Specifications which are a part of these Contract Documents

illustrate the required arrangement of structures desired. The overall physical dimensions and arrangements shown on these Contract Drawings shall not be adjusted without prior written approval by the Owner.

1.10 COORDINATION A. It is imperative that all installations be fully coordinated. The establishment of detailed

measurements or other information necessary for accurate alignment shall be the responsibility of the Contractor.

B. Equipment and material delivery shall be properly scheduled to avoid interference with

Page 27: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

INSTRUCTIONS TO BIDDERS ITB-4

other work at the site. C. Minor coordination will be required with the Civil and oil containment work to be

performed at the site.

1.11 WARRANTY A. All equipment and materials supplied shall be warranted against defective materials and

workmanship. The warranty period shall begin once the project is completed, and shall cover replacement and/or repair of the foundation, including all labor and material costs incurred by the Owner for the full warranty period.

B. The warranty period shall extend a minimum of (1) one year from the acceptance of the

work by the Owner.

END OF SECTION

Page 28: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017 Substation Equipment Package City of Jacksonville Beach, FL

WORK AND PAYMENT 00530-1

SPECIFICATION SECTION 00530

WORK AND PAYMENT PART 1 GENERAL 1.1 SUMMARY

A. The intent of this section is to define the basis of payment for Bid Items listed in the Bid Response Form. Separate payment will be made only for specific items listed in this section. For all of the following, Bidder shall furnish equipment and materials, labor and supervision, construction tools and equipment, and temporary protection and construction services as required to perform the individual items of work, complete, including overhead and profit.

1.2 BASE BID ITEMS

A. (Item 1) Install Transformer Foundation 1. Work shall consist of providing all materials, labor, equipment, and

appurtenances to install the new power transformer foundation as detailed on the Contract Drawings and Contract Specifications.

2. Payment for completion of all work required of the Contractor shall be as outlined in the bid documents, at the price shown in the Bid Response Form. Final payment in this amount will constitute full compensation for all work required and/or specified.

1.3 PRICES, TERMS AND PAYMENT

A. Furnish Firm prices shall be bid and include all services rendered to the purchaser. 1. TAXES: The City of Jacksonville Beach does not pay Federal excise or sales taxes

on direct purchases of tangible personal property. The following exemption number appears on the face of the purchase order: Florida Sales Tax Exemption Number: #85-8012740115C-2, Federal Tax Number #59-6000343.

2. MISTAKES: Bidders are expected to examine the specifications, delivery schedule, bid prices, extensions and all instructions pertaining to supplies and services. Failure to do so will be at bidder's risk. In case of mistake in extension the unit price will govern.

B. PAYMENT 1. Immediately upon receipt of Purchase Order from the Owner, the Packager shall deliver

for review a construction schedule. 2. Payment of the full contract amount will be made upon completion of construction and

acceptance by the Owner as stated herein, and upon submission of invoices in duplicate. Invoice(s) shall show the price agreed upon and must show Purchase Order number(s).

END OF SECTION

Page 29: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017 Transformer No.2 Foundation City of Jacksonville Beach, FL

SUBMITTAL PROCEDURES 01330-1

SPECIFICATION SECTION 01330

SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SUMMARY

A. Section includes general requirements and procedures related to preparation and transmittal of Submittals to include Schedules, Drawings, Samples, Manuals, Methods of Construction, and Record Drawings to Engineer demonstrating performance of Work. 1. Other requirements for submittals are specified under applicable sections of the

Specifications.

1.2 SUBMITTAL REQUIREMENTS

A. General. 1. Submit each under separate cover or transmittal.

2. Furnish neat, legible, and sufficiently explicit detail to enable proper review for

Contract compliance.

3. Include calculations or other information sufficient to show comprehensive description of structure or system provided and its intended manner of use. a. Fabrication, purchase or delivery of materials to the site, and installation of

materials or Work performed before approval, or not conforming to approved submittals, shall be at Contractor's risk.

4. Engineer’s review and approval of submittals shall not relieve Contractor from responsibility for fulfillment of terms of Contract, unless Engineer has received specific written notice of each variation and has given specific written approval.

5. Contractor assumes all risks of error and omission.

6. Contract Work, Materials, Fabrication, and Installation: Following approved submittals.

B. Process and Requirements.

1. Not later than 10 days after Notice to Proceed, submit written list of materials and

equipment to be purchased, giving name, address, and telephone number of Supplier, Manufacturer, or processor. a. Submit updated material and equipment list when changes are made.

2. Coordinate and schedule submittals with construction schedule and Engineer.

Page 30: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

SUBMITTAL PROCEDURES 01330-2

3. With the first submittal, but not later than 30 days after Notice to Proceed, submit a complete submittal schedule, listing as near as practicable and by Specification Section number, submittals required and approximate date submittal will be forwarded.

4. Identification

a. Submit identification data, as applicable, contained thereon or permanently adhered thereto: 1) The Contract Number. 2) Contract name and location. 3) Submittal Numbers:

a) Number by specification section followed by sequential number. Number format example is 11300-01.

b) Resubmittals shall bear original submittal number and be sequentially lettered (Example 11300-01A).

4) Product identification. 5) Subcontractor's, Vendor's and/or Manufacturer's name, address and

phone number.

5. Approval Process. a. Follow submittal schedule provided to Engineer. Engineer will return

submittal within 30 days. b. Submittals will be returned, marked with one of following classifications:

1) APPROVED: Requires no corrections, no marks. 2) APPROVED AS NOTED: Requires minor corrections. Items may

be fabricated as marked without further resubmission. Resubmit 2 corrected copies to the Engineer for record.

3) REVISE AND RESUBMIT: Requires corrections. Resubmit entire submittal following original submission with corrections noted. Allow 30 days for checking and Engineer’s appropriate action.

4) REJECTED: Requires major corrections or is otherwise not following Contract Documents. No items shall be fabricated. Resubmit entire submittal following original submission with corrections noted. Allow 30 days for checking and Engineer’s appropriate action.

5) INFORMATION ONLY: Items specified by Contract Documents.

c. The Contractor shall be allowed up to three submissions (initial plus two resubmittals) of the same submittals for review. The Contractor shall bear all costs for reviews beyond three submissions

C. Electronic Submittals are acceptable. Contractor shall submit items in PDF Format, with all

information clearly legible.

1.3 SUBMITTALS

A. Schedules: Submit project schedule, showing the following major milestones, to the Owner within seven (7) days of receiving Notice to Proceed (NTP). 1. Shop Drawing Submittal

Page 31: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

SUBMITTAL PROCEDURES 01330-3

2. Owner’s Shop Drawing Review Period 3. Order Materials

4. Start of Construction

5. Construction Complete

B. Equipment Warranty and Certification Form

1. Submit warranty information to the Owner with the first submittal.

2. The warranty documents shall be duly executed by an authorized principal of the

Contractor.

3. The Contractor shall warrant and certify that the foundation meets or exceeds contract specifications, is suitable for its intended purpose and installation, and will provide satisfactory performance at the design criteria specified.

C. Shop Drawings. 1. For original submittal and each subsequent re-submittal required, submit electronic

(PDF Format) or hard copies of working drawings. If hard copies are submitted, provide 3 copies of all documents. If required, Engineer will return scanned copies of shop drawing prints with any corrections clearly marked.

2. Show types, sizes, accessories, and layouts, including plans, elevations, and sectional views; assembly and installation details; and all other information required to illustrate how applicable portions of Contract requirements will be installed.

D. Working Drawings.

1. For original submittal and each subsequent re-submittal required, submit electronic

(PDF Format) or hard copies of working drawings. If hard copies are submitted, provide 3 copies of all documents.

2. Submit working drawings as required for changes, substitutions, Contractor design items, and Contractor designed methods of construction. Requirements for working drawings are listed in appropriate Specification Sections or in Special Provisions.

E. Record Drawings (As-Builts).

1. Prepare and maintain record drawings for work performed.

a. Before preliminary inspection, furnish record drawings to the Engineer. At completion of Contract and before final payment is made, furnish Owner and Engineer one (1) hard copy set each of finally approved as-built record drawings. Also furnish Owner and Engineer record drawing data in PDF format, via email or archival quality CD.

Page 32: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

SUBMITTAL PROCEDURES 01330-4

PART 2 PRODUCTS

(Not Used)

PART 3 EXECUTION (Not Used)

PART 4 MEASUREMENT AND PAYMENT

4.1 Providing for and complying with requirements in this Section will not be measured for payment, but

cost will be considered incidental to Contract.

END OF SECTION

Page 33: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017 Transformer No.2 Foundation City of Jacksonville Beach, FL

MATERIAL DELIVERY, STORAGE & HANDLING 01600-1

SPECIFICATIONS SECTION 01600

MATERIAL DELIVERY STORAGE & HANDLING

PART 1 GENERAL

1.1 SUMMARY

A. Provide, transport, handle, store and protect material and equipment used on this project as specified herein.

B. Conform to applicable technical specifications, codes, and standards.

1.2 GENERAL REQUIREMENTS

A. Comply with size, make, type, and quality specified, or as approved subject to the additional requirements of Section 01630.

B. Manufactured and fabricated products 1. Design, fabricate and assemble in accordance with the best engineering and shop

practices.

2. Provide products which are suitable for the service conditions in which they are installed.

3. Adhere to equipment capacities, sizes, and dimensions shown or specified unless variations are specifically approved by the Engineer.

4. Do not use material or equipment for any purpose other than that for which it is designed or is specified.

1.3 APPROVAL OF MATERIALS

A. Incorporate only new materials and equipment into the Work.

B. Provide the Engineer with a list of proposed materials and equipment to be used as described in Section 01330.

C. Provide all facilities and labor for handling and inspecting materials and equipment for the project.

D. Submit data sufficiently early to permit their review and approval.

1. Approval is required before the items are incorporated into the Work.

2. Failure to submit data in a timely manner shall not be an acceptable basis of claim

for additional costs or time.

E. Use materials and equipment in the work that corresponds to approved data.

Page 34: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

MATERIAL DELIVERY, STORAGE & HANDLING 01600-2

1.4 INSTALLATION INSTRUCTIONS

A. Handle, install, connect, clean, condition, and adjust products in strict accordance with the standard industry practice and the Contract Documents. 1. Perform all work required for a complete installation.

2. Do not omit any preparatory step or installation procedure unless specifically

modified or exempted by Contract Documents.

1.5 TRANSPORTATION AND HANDLING

A. Arrange product deliveries in accordance with the approved construction schedule. Coordinate to avoid conflict with work and conditions at the project site. 1. Deliver products in undamaged condition and in the manufacturer’s original

containers or packaging with identifying labels intact and legible.

2. Inspect shipments immediately upon delivery. a. Ensure compliance with requirements of Contract Documents and approved

submittals, b. Ensure that products are properly protected and undamaged.

B. Handle products and packaging using methods designed to prevent soiling or damage.

C. The successful Contractor shall be responsible for the shipping of all required materials to the site at their own expense.

D. The Contractor shall assume responsibility for safe arrival of the items and shall handle all

claims, if damaged in transit. E. The Contractor shall maintain responsibility for all materials until project is complete and

accepted by Owner.

1.6 PROTECTION DURING STORAGE

A. Protect materials from damage during storage on site.

1. Replace corroded, damaged, or deteriorated equipment and parts before project acceptance.

B. Handle and store all material and equipment in a manner to prevent warping, twisting,

bending, breaking, cracking chipping, spalling, staining, and any injury, theft, dampness, corrosion or damage of any kind whatsoever.

C. Remove all material which, in the sole opinion of Engineer, is damaged from the project site. The Contractor shall receive no compensation for either the damaged material or its removal.

D. Arrange stored items in a manner to provide easy access for inspection.

Page 35: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

MATERIAL DELIVERY, STORAGE & HANDLING 01600-3

E. Protect installed products from damage due to traffic, fallen objects, incidental contact by equipment or other materials during placement, and any other subsequent construction operations.

F. Correct storage and handling issues that do not conform to these specifications within seven days after receiving written notice to do so. 1. If the Contractor fails to act within the specified length of time, the Owner may

correct all deficiencies identified in the written notice and deduct the costs associated with these corrections from Contractor’s payments.

2. The Owner’s costs shall include labor, equipment usage, administration, clerical, engineering, and any other costs associated with making the necessary corrections.

1.7 EQUIPMENT DELIVERY, STORAGE, AND HANDLING ON SITE

A. Deliver equipment to the project site at the date and time agreed upon. Delivery dates shall be agreed upon by both the Contractor and the Owner in writing.

B. The Contractor shall receive all deliveries. C. Deliveries shall be coordinated with the Owner to assure accessibility to site.

PART 2 PRODUCTS

(Not Used)

PART 3 EXECUTION (Not Used)

END OF SECTION

Page 36: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017 Transformer No.2 Foundation City of Jacksonville Beach, FL

SPECIFICATION SECTION 02300 EARTHWORK

PART 1 GENERAL

1.1 SUMMARY

A. This Section includes the following: 1. Preparing subgrades for slabs-on-grade, walks, pavements, lawns, and plantings.

2. Excavating and backfilling for buildings and structures.

3. Drainage course for slabs-on-grade.

4. Base course for asphalt paving.

1.2 DEFINITIONS

A. Backfill: Soil materials used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over utility in a trench, including

haunches to support sides of utility.

2. Final Backfill: Backfill placed over initial backfill to fill a trench.

B. Base Course: Layer placed between the subgrade and asphalt paving.

C. Bedding Course: Layer placed over the excavated subgrade in a trench before placing utility.

D. Borrow: Satisfactory soil imported from off-site for use as fill or backfill.

E. Drainage Course: Layer supporting slab-on-grade used to minimize capillary flow of pore water and serve as under slab subdrainage.

F. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed.

Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work.

2. Bulk Excavation: Excavations more than 10 feet in width and pits more than 30 feet in either length or width.

3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Owner. Unauthorized excavation, as

Page 37: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 2

well as remedial work directed by Owner, shall be without additional compensation.

G. Fill: Soil materials used to raise existing grades.

H. Natural soil or existing fill soil: all naturally occurring soils or fill soils occurring above rock, or weathered rock materials that do not meet the definition of “rock” below.

I. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock material 3/4 cu. yd. or more in volume confirmed visually by an independent geotechnical testing agency. Visual examination of rock requires removal of soil and weathered rock overburden.

J. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface.

K. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials.

L. Utilities include on-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings.

1.3 SUBMITTALS

A. Product Data: For the following: 1. Each type of plastic warning tape.

2. Drainage fabric.

3. Separation fabric.

B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Laboratory compaction curve according to ASTM D 698 for each on-site or

borrow soil material proposed for fill and backfill.

2. Field reports; in-place soil density tests.

3. One optimum moisture-maximum density curve for each type of soil encountered.

4. Report of actual unconfined compressive strength and/or results of bearing tests of each strata tested.

5. Test reports must be submitted to the Owner and Engineer

Page 38: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 3

1.4 QUALITY ASSURANCE

A. Field Requirements 1. The contractor shall furnish a guarantee that filled areas will not suffer from

ponding or settlement in excess of the following limitations for a period of one year from the date of final acceptance. a. Type I: (paved areas and areas within five feet of structures) 0.05 foot. b. Type II: (unimproved areas) 0.50 foot, sloped to provide positive

drainage. c. Type III: (all other areas) 0.10 foot.

2. Fill material which settles in excess of the above limitations shall be removed

and replaced with suitable material at no cost to the Owner. Structures, paving, landscaping and other site improvements damaged by settlement, shall be removed and replaced at no cost to the Owner.

3. Inspection and testing: Placing fill material and performing earthwork will be subject to continuous inspection. Contractor will make field density tests as necessary to provide the guarantee against ponding or settlement. Submit test reports the next work day after conducting tests to the engineer for review.

1.5 PROJECT CONDITIONS

A. Site Information: Contractor shall locate all underground utilities prior to digging.

PART 2 PRODUCTS

2.1 FILL MATERIAL

A. General Requirements 1. Fill material shall be free of organic or frozen material, waste metal products,

unsightly debris, toxic material or other deleterious materials. In non-tidal wetlands and non-tidal wetlands buffers fill material from 6 inches over the pipe up to the surface shall consist of previously excavated material which can include organic matter.

2. Excavated materials meeting requirements stipulated herein shall be used, when approved by the engineer. Otherwise the contractor shall excavate, haul and place material from other approved sources. a. Fill material shall be at a moisture content which will permit compaction

to the density specified. b. Soils material that is within the unified soil classification system, types

OL, OH, CH and PT, ASTM D2488, shall not be used as fill material. Material classified as types CL and ML may be used if the liquid limit does not exceed 30 and the plasticity index does not exceed 6.

Page 39: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 4

c. Fill material in type I areas, under future paving and within five feet of a structure, and type III areas shall meet requirements of 2.a. Except from three feet over the top of the pipe up to the top twelve inches below the proposed pavement base course or finished grade no rocks larger than eight inches in their greatest dimension will be permitted and no rocks or gravel larger than three inches will be permitted in the top twelve inches.

d. Prior notification of at least twenty four hours shall be given by the contractor as to the source and quantity of borrow material to be used. Acceptance of the material from any location shall not be construed as approval of entire location but only insofar as the material continues to meet the specification requirements.

B. Structural Fill, Embankment Fill and Other Fill Areas 1. Soils material for these fills shall meet requirements of ASTM D2488, material

classification types GW, GP, GM, GC, SW, SP, SM and SC. Soil classification CL-ML may be used provided it has a liquid limit not exceeding 30 and plasticity index not exceeding 6. Soils material shall not contain stones larger than three inches in the greatest dimension

2. Gravel Backfill Below Subgrade a. Gravel backfill below subgrade, replacement for unsuitable material shall

be ASTM C33, coarse aggregate, size number 4 or 3, or surge stone as specified in accordance with standard industry practice and as directed by the engineer. Gravel backfill below subgrade in non-tidal wetlands and non-tidal wetlands buffers shall be bank run gravel.

3. Gravel Base for On Grade Slabs (Porous Fill) a. Gravel base for on grade slabs, where indicated, shall be ASTM C33,

coarse aggregate, size number 4.

C. Sheeting, Shoring and Bracing 1. Sheeting, shoring and bracing materials shall be timber, steel or aluminum, or a

combination thereof, designed as required, to retain the earth around structures, prevent cave in and settlements, and to fulfill all safety requirements. a. Timber shall be structural grade with minimum working stress of 1,100

psi. b. Steel sheet piling shall conform to requirements of ASTM A328,

continuous interlocking type. Struts, bracing and all other accessories required for the sheet piling system shall meet requirements of ASTM A36.

D. Trench Erosion Check 1. Wood for trench erosion checks shall be pine treated with chromated copper

arsenate in accordance with AWPA C2.

E. Dewatering Material

Page 40: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 5

1. Material used for dewatering within non-tidal wetlands and non-tidal wetlands

buffers in areas from bottom of pipe to bottom of trench shall be coarse aggregate meeting requirements of ASTM C33, size number 67 and size number 3 or number 4 for areas below subgrade. Dewatering material shall be limited to three linear feet for every twenty linear feet of trench.

2.2 ACCESSORIES

A. Drainage Fabric: Nonwoven geotextile, specifically manufactured as a drainage geotextile; made from polyolefins, polyesters, or polyamides; and with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: 1. Grab Tensile Strength: 110 lbf; ASTM D 4632.

2. Tear Strength: 40 lbf; ASTM D 4533.

3. Puncture Resistance: 50 lbf; ASTM D 4833.

4. Water Flow Rate: 150 gpm per sq. ft.; ASTM D 4491.

5. Apparent Opening Size: No. 50; ASTM D 4751.

B. Separation Fabric: Woven geotextile, specifically manufactured for use as a separation geotextile; made from polyolefins, polyesters, or polyamides; and with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: 1. Grab Tensile Strength: 200 lbf; ASTM D 4632.

2. Tear Strength: 75 lbf; ASTM D 4533.

3. Puncture Resistance: 90 lbf; ASTM D 4833.

4. Water Flow Rate: 4 gpm per sq. ft.; ASTM D 4491.

5. Apparent Opening Size: No. 30; ASTM D 4751.

PART 3 EXECUTION

3.1 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations.

Page 41: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 6

B. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary.

C. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways.

3.2 DEWATERING

A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. Requirements for dewatering should be coordinated with the qualified independent testing agency.

B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to

accumulate in excavations. Do not use excavated trenches as temporary drainage ditches.

2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required.

3.3 BLASTING

A. Blasting shall not be performed.

3.4 EXCAVATION, GENERAL

A. Unclassified Excavation: Excavation to subgrade elevations regardless of the character of surface and subsurface conditions encountered, including rock, soil materials, and obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil

materials and rock, replace with satisfactory soil materials.

3.5 EXCAVATION FOR STRUCTURES

A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. Extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation.

Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. All overblasted or loose rock fragment materials shall be removed from the bottom of footing excavations. Over-excavations to remove loose rock materials below foundation subgrades shall be replaced by lean mixed concrete (2,000 psi at 28 days) up to design footing subgrades. Do not lower footing subgrades to meet excavation limits if over excavation or unauthorized excavation occurs.

Page 42: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 7

3.6 APPROVAL OF SUBGRADE

A. Notify Owner when excavations have reached required subgrade.

B. If approved testing agency determines that unsatisfactory soil or rock material is present, continue excavation and replace with lean mixed concrete (2,000 psi at 28 days). 1. Additional excavation and replacement material will be paid for according to

Contract provisions for changes in the Work.

C. Proof roll subgrade with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof roll wet or saturated subgrades.

D. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by the Geotechnical Engineer.

3.7 UNAUTHORIZED EXCAVATION

A. Fill unauthorized excavation under foundations or wall footings by placing lean mixed concrete (2,000 psi at 28 days) without altering bottom of foundation subgrade. Lean concrete fill may be used when approved by the independent testing agency. 1. Fill unauthorized excavations under other construction or utility pipe as directed.

3.8 STORAGE OF SOIL MATERIALS

A. Stockpile borrowed materials and satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip

line of remaining trees.

3.9 BACKFILL

A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, damp proofing,

waterproofing, and perimeter insulation.

2. Surveying locations of underground utilities for record documents.

3. Removing concrete formwork.

4. Removing trash and debris.

5. Removing temporary shoring and bracing, and sheeting.

Page 43: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 8

6. Installing permanent or temporary horizontal bracing on horizontally supported walls.

3.10 FILL

A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills.

B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material.

C. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material.

2. Under walks and pavements, use satisfactory soil material.

3. Under steps and ramps, use structural backfill.

4. Under slabs, use drainage fills.

5. Under footings and foundations, use structural backfill.

3.11 MOISTURE CONTROL

A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or

contain frost or ice.

2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified density.

3.12 COMPACTION OF BACKFILLS AND FILLS

A. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers.

B. Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure.

C. Compact soil to not less than the following percentages of maximum dry density according to ASTM D 698:

Page 44: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 9

1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill material at 95 percent.

2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 95 percent.

3. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 85 percent.

3.13 GRADING

A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades.

2. Cut out soft spots, fill low spots, and trim high spots to comply with required

surface tolerances.

B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding.

3.14 DRAINAGE COURSE

A. Under slabs-on-grade, install drainage fabric on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. Place drainage course on drainage fabric and as follows:

B. Under slabs-on-grade, place drainage course on prepared subgrade and as follows: 1. When compacted thickness of drainage course is 6 inches or less, place materials

in a single layer.

2. When compacted thickness of drainage course exceeds 6 inches, place materials in equal layers, with no layer more than 6 inches thick or less than 3 inches thick when compacted.

3.15 PROTECTION

A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris.

B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by the testing

agency; reshape and recompact.

Page 45: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

EARTHWORK 02300 - 10

C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match

adjacent work, and eliminate evidence of restoration to the greatest extent possible.

3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS

A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property.

END OF SECTION

Page 46: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017 Transformer No.2 Foundation City of Jacksonville Beach, FL

SPECIFICATION SECTION 03300

CAST-IN-PLACE CONCRETE

PART 1 GENERAL

1.1 SUMMARY

A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes.

B. Related Sections: 1. Section 02300 "Earthwork" for drainage fill under slabs-on-grade.

2. Refer to Contract Drawing Notes for additional instructions.

1.2 REFERENCES

A. American Society for Testing and Materials (ASTM) 1. A36/A36M Carbon Structural Steel

2. A82/A82M Steel Wire, Plain, for Concrete Reinforcement

3. A153/A153M Zinc Coating (Hot-Dip) on Iron and Steel Hardware

4. A307 Carbon Steel Bolts, Studs, and Threaded Rod

5. A615/A615M Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement

6. A1064/A1064M Carbon-Steel Wire and Welded Wire Reinforcement, Plain and

Deformed, for Concrete

7. C31/C31M Making and Curing Concrete Test Specimens in the Field

8. C33/C33M Concrete Aggregates

9. C39/C39M Test Method for Compressive Strength of Cylindrical Concrete Specimens

10. C94/C94M Ready-Mixed Concrete

11. C109/C109M Test Method for Compressive Strength of Hydraulic Cement Mortars

12. C143/C143M Test Method for Slump of Hydraulic-Cement Concrete

13. C150/C150M Portland Cement

Page 47: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 2

14. C231/C231M Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method

15. C260/C260M Air-Entraining Admixtures for Concrete

16. C494/C494M Chemical Admixtures for Concrete

17. C579 Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes

18. C595/C595M Blended Hydraulic Cements

19. C618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete

20. C827/C827M Test Methods for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures

21. D1752 Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction

22. F1554 Anchor Bolts, Steel

B. American Concrete Institute (ACI) 1. 117 Tolerances for Concrete Construction and Materials

2. 301 Specifications for Structural Concrete

3. 304R Guide for Measuring, Mixing, Transporting and Placing Concrete

4. 305R Guide to Hot Weather Concreting

5. 306R Guide to Cold Weather Concreting

6. 318 Building Code Requirements for Structural Concrete

7. 347R Guide to Formwork for Concrete

8. SP-66 ACI Detailing Manual

C. Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction 1. Section 901 Coarse Aggregate

2. Section 902 Fine Aggregate

D. American Plywood Association (APA) 1. PS1 Structural Plywood

Page 48: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 3

E. American Lumber Standards Committee (ALSC) 1. PS20 American Softwood Lumber Standard

F. US Army Corps of Engineers (COE) 1. CRD-C 621 Spec for Non-Shrink Grout

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Design Mixtures: For each concrete mixture submit copies of proposed concrete design

mixes for each class of concrete, at the appropriate slump, expected to be used in the job. The Contractor shall submit complete reports of concrete materials and mix proportions of the design mixes to the Owner for approval at least 14 days before any concrete is required on the project. Results of concrete cylinder tests for unproven design mixes shall be submitted to the Owner with the proposed mixes. Approval of such mixes tests will be only a check to assist the Contractor in his compliance with specification requirements and will be contingent upon acceptance of final tests for the concrete used in the project.

C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement.

D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork.

1.4 QUALITY ASSURANCE

A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed

Concrete Production Facilities."

B. Testing Agency Qualifications: An independent agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated.

C. Welding Qualifications: Qualify procedures and personnel according to AWS D1.4/D 1.4M, "Structural Welding Code - Reinforcing Steel."

D. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete"

2. ACI 117, "Specifications for Tolerances for Concrete Construction and

Materials"

Page 49: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 4

E. Concrete Testing Service: Engage a qualified independent testing agency to perform

material evaluation tests and to design concrete mixtures.

F. Preinstallation Conference: Conduct conference at project site.

PART 2 PRODUCTS

2.1 FORM-FACING MATERIALS

A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints.

2.2 STEEL REINFORCEMENT

A. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of

preconsumer recycled content not less than 25 percent.

B. Reinforcing Bars: ASTM A 615, Grade 60, deformed.

C. Wire: Plain cold-drawn wire, ASTM A82/A82M, deformed steel wire.

D. Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet.

E. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice.

F. Anchor Rods: Anchor rods shall conform to ASTM F1554 and be furnished in the grade and length as shown in the Anchor Rod Schedule on the Foundation Detail Drawings. Anchor rods shall be Hot Dipped galvanized full length.

2.3 CONCRETE MATERIALS

A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I, gray

a. Fly Ash: ASTM C 618, Class F b. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or

120.

B. Normal-Weight Aggregates: ASTM C 33, graded. 1. Maximum Coarse-Aggregate Size: 1 inch nominal.

C. Fine Aggregate:

Page 50: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 5

1. Free of materials with deleterious reactivity to alkali in cement. Sand or rock

screenings conforming to Section 902 of the FDOT Standard Specifications for Road and Bridge Construction.

D. Water: ASTM C 94 and potable

2.4 ADMIXTURES

A. Air-Entraining Admixture: ASTM C 260.

B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride.

2.5 FIBER REINFORCEMENT

A. Synthetic Micro-Fiber: fibrillated polypropylene micro-fibers engineered and designed

for use in concrete, complying with ASTM C 1116, Type III, 1/2 to 1-1/2 inches long.

2.6 CURING MATERIALS

A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete.

B. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, nondissipating, certified by curing compound manufacturer to not interfere with bonding of floor covering.

C. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A.

2.7 BONDING AGENT

A. The material shall be a two-component epoxy-polysulphide resin system, with strong adhesion to both wet and dry concrete either the hardened or the plastic state markings.

2.8 GROUT

A. Grout shall not be used unless specifically approved by the Engineer.

2.9 RELATED MATERIALS

A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic

fiber.

2.10 CONCRETE MIXTURES

Page 51: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 6

A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301.

B. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast-furnace slag, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 40 percent.

C. Admixtures: Use admixtures according to manufacturer's written instructions.

D. Proportion normal-weight concrete mixture as follows:

E. Coordinate compressive strength with water-cementitious materials ratio if concrete will be subject to special exposure conditions or sulfate exposure as identified in ACI 318 (ACI 318M). 1. Design Strength, 5,000 PSI Concrete: Use for pre-stressed concrete and where

indicated on the drawings or specified herein.

2. Design Strength 4,000 PSI Concrete: Use unless otherwise indicated on the drawings, for all structures, buildings, manhole concrete, concrete driveways, and paving.

3. Design Strength 3,000 PSI Concrete: Unless otherwise noted, may be used for concrete foundations, sidewalks, curbs and gutters, splash blocks, pipe encasements, pipe supports, electrical conduit ducts, and where indicated on the drawings.

4. Design Strength 2,500 PSI Concrete: May be used only for thrust blocks and anchors, fill concrete and where indicated on the drawings.

5. Maximum Water-Cementitious Materials Ratio: 0.42

6. Slump Limit: 4 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch.

7. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4-inch nominal maximum aggregate size.

8. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent.

9. Synthetic Micro-Fiber: Uniformly disperse in concrete mixture at manufacturer's recommended rate, but not less than 1.5 lb/cu. yd.

2.11 FABRICATING REINFORCEMENT

A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice."

2.12 CONCRETE MIXING

Page 52: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 7

A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery

time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes.

PART 3 EXECUTION

3.1 FORMWORK

A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads.

B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117.

C. Chamfer exterior corners and edges of permanently exposed concrete.

3.2 EMBEDDED ITEMS

A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded.

3.3 STEEL REINFORCEMENT

A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement.

1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder

before placing concrete.

B. Space chairs and bolsters in accordance with ACI 318 and SP-66 using height to furnish cover over reinforcing required. Chairs with plastic feet shall be used in all beams and elevated slabs. Chairs for other concrete adjacent to or on the ground may be pieces of concrete brick pressed into the sub-grade, or chairs set on pre-cast concrete pads pressed into the sub-grade.

C. When placed in the forms, reinforcement shall be clean and free of all loose rust, scale, dust, paint, oil, or other foreign material, and shall be accurately and securely positioned both laterally and vertically before placing concrete.

D. The rebars shall be fastened together at every intersection or at intervals not greater than 24 bar diameters by wire ties or by some alternate method acceptable to the Owner. In areas where large bars are closer together, the wire ties may be spaced not more than 30 bar diameters apart.

E. Reinforcement splices shall be held to a minimum number and shall be located at points of minimum stress. Splice lengths shall be shown on the approved shop drawings.

Page 53: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 8

F. Install wire fabric in the longest practicable length. Lap adjoining pieces one full mesh minimum and tie slices with tie wire. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps.

G. Accessories: Install as indicated on the drawings and manufacturer’s written instructions.

3.4 JOINTS

A. General: Construct joints true to line with faces perpendicular to surface plane of

concrete.

B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer.

3.5 CONCRETE PLACEMENT

A. Before placing concrete, verify that installation of formwork, reinforcement, and

embedded items is complete and that required inspections have been performed.

B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Consolidate placed concrete with mechanical vibrating equipment according to

ACI 301.

C. Cold-Weather Placement: Comply with ACI 306R.

D. Hot-Weather Placement: Comply with ACI 305R.

3.6 FINISHING FORMED SURFACES

A. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces exposed to public view, to receive a rubbed finish, to

be covered with a coating or covering material applied directly to concrete.

B. Rubbed Finish: Apply the following to smooth-formed finished as-cast concrete where indicated: 1. Smooth-Rubbed Finish: Not later than one day after form removal, moisten

concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process.

Page 54: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 9

C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated.

3.7 FINISHING FLOORS AND SLABS

A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces.

B. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture.

C. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Finish and measure surface so gap at any point between concrete surface and an

unleveled, freestanding, 10-ft. long straightedge resting on two high spots and placed anywhere on the surface does not exceed 1/8 inch.

D. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, ramps, and

elsewhere as indicated.

3.8 CONCRETE PROTECTING AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot-weather protection during curing.

B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing.

C. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Curing Compound: Apply uniformly in continuous operation by power spray or

roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period.

2. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period.

Page 55: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 10

3. Flat Surface: Generally, all flat or nearly-flat surfaces, including foundations and floor slabs, shall be wet-cured by covering with burlap or equal, lapped 3 inches at joints, and by wetting this covering at least twice daily to keep it wet at all times for six days.

4. Form Tie Holes and Formed Surfaces: Form ties shall be removed immediately after form removal and the concrete surface shall be given a “rough” or “regular” finish as specified under “Concrete Finishes”, immediately after form ties have been removed.

5. The surrounding surfaces shall be kept damp during these operations by spraying with water at least once each hour, and the finished surfaces shall be sprayed with an approved curing compound within four hours after removal of forms. Only as much form work shall be removed in any one day as can be finished and sprayed with curing compound during that day.

6. Unfinished Surfaces: If forms are removed from an area, and for some acceptable reason, that particular area cannot be finished as specified during that day, the concrete curing operation shall be continued by wrapping the exposed concrete surface with burlap. The burlap shall be kept wet or the concrete surfaces shall be continuously sprinkled with a soaker hose or rotary sprinkler until the finishing operation has been complete and the curing compound applied, or until the six-day curing period is over.

7. Application of Curing Compound: The membrane curing compound shall be applied in two coats by spraying in accordance with the manufacturer’s printed instructions. The second coat shall be applied in a direction which will be at right angles to the application of the first coat. Spraying equipment shall be equipped with a wind guard on the nozzle. Runs or puddling of curing compound shall be avoided. The curing compound shall contain a contrasting, non-permanent, coloring agent which shall make its presence obvious. a. Curing Smooth-Rubbed Finish: All concrete to receive stucco, paint, or

other similar coatings and concrete that is to receive a “smooth-rubbed finish”, as herein specified, shall be damp cured for at least six days and shall not receive curing compound.

b. Alternate Curing Method: In lieu of damp curing, except for concrete that is to receive a “smooth-rubbed finish”, the forms may be left in place for five days and thoroughly wetted at least once a day.

3.9 CONCRETE SURFACE REPAIRS

A. Defective Concrete: Repair and patch defective areas when approved by Owner. Remove and replace concrete that cannot be repaired and patched to Owner approval.

PART 4 CONTRACTOR QUALITY CONTROL

A. Testing and Inspecting: Engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports.

Page 56: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Beaches Energy Services Guana Substation June, 2017

CAST IN PLACE CONCRETE 03300 - 11

B. The quality of the concrete is entirely the responsibility of the Contractor until accepted in place in the structure and verified by the final cylinder test.

C. Compression Test Cylinders: Standard laboratory compression test cylinders shall be made by the testing laboratory’s representative, unless otherwise approved by the Owner for each class of concrete as the concrete is discharged from the mixer. A minimum of one set of three test cylinders shall be taken each day from one representative batch of each class of the concrete furnished. Additional sets of cylinders may be taken wherever directed by the Owner. One cylinder shall be tested in seven days, one in 28 days and one held as a spare. The laboratory will keep an accurate record of the locations where the concrete was placed from which samples were taken. Slump tests will be made each time cylinders are taken, and as directed by the Owner. Test cylinders shall be made and cured in accordance with ASTM C31/C31M. Test shall be performed in accordance with ASTM C39/C39M. The laboratory will furnish copies of all test results to the Owner and Contractor.

D. Air-Entrainment Test: For air-entrained concrete, the Laboratory will make tests for the amount of air in the concrete each time cylinders are taken; except that if placements requiring cylinders are small, this may be extended to every other time. Tests will be conducted in accordance with ASTM C231/C231M.

E. Load Tests, or other special tests not covered above, if required by the Owner for any section of the structure that is compromised by quality or workmanship, shall be made by the Contractor at his own expense. Such tests shall be conducted in accordance with detailed instructions approved by the Owner.

F. Batch Truck Tickets: Accompanying each batch of concrete delivered to the site shall be a truck ticket that shall indicate the following information: (1) time mix was batched, (2) brand and type of cement (3) pounds of cement per cubic yard of concrete, (4) planned slump, (5) water available to be added upon arrival onsite, (6) admixture, and (7) name of supplier. These tickets shall be readily available for inspection when the truck arrives on the job; they shall be kept on the job and the information on them shall be made available to the testing laboratory’s representative for inclusion in his report.

G. Tolerances: 1. Form-work: Tolerances shall conform to the permissible variations from line,

grades, or dimensions as specified in ACI 347R.

2. Reinforcement: Tolerances shall conform to the tolerances as specified in ACI 301 and 304R.

3. Slabs: Floors and exterior slabs on grade shall have surfaces that are straight within a tolerance of plus or minus 1/8 inch in 10 feet. For exterior concrete slabs where slope is specified to provide for water drainage, a 1/16 inch minimum per foot uniform slope shall be provided.

END OF SECTION

Page 57: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 56 of 73 Section C: Technical Specifications

See ATTACHMENTS for Drawings and Specifications Attachment A – Guana Substation Transformer Foundation Drawings (Packager Bid Set)

Page 58: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 57 of 73 Section D: Bid Tender Forms

SECTION D:

BID TENDER FORMS

Page 59: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 58 of 73 Section D: Bid Tender Forms

FORM 1: BID TENDER FORM

Bidder: DATE:

I/we, have reviewed and examined the Scope of Work, Drawings, Material Specifications, and all Addendums, and fully understand the scope of work, conditions, and requirements for this project. It is understood that the conditions and offers set forth in this proposal shall remain in effect for a period of sixty (60) days, and acceptance of this Bid by the City binds both parties to its contents during the term that it takes to satisfactorily complete the work for Guana Substation. It is understood that the Unit Pricing section of this bid proposal must be completely filled out and accompany the Base Proposal. It is understood that failure to do so, can result in a disqualification of the submitted proposal. I/ We, representing, or as Agent for ______________________________________ Company ______________________________________ Address ________________________________________________________ City, State, Zip Code and hereby known as Contractor, agrees to furnish all equipment, labor, and material as stated in the Scope of Work, Drawings, Material Specifications, and all Addendums for the work for Guana Substation. For this required scope of work the Contract Price for this work is:

Base Bid Item 1 – Transformer Foundation $

Item 2 – Underground Conduit Total $

Failure to fully complete and sign this Bid Form may result in rejection of the Bid. All services shall be provided meeting, and in compliance with this BID document and the most current versions of all local, state, and federal laws, rules, regulations, policies, guidelines, (to include, but not limited to, that are applicable to and/or promulgated for each disaster event), etc. NOTE: Bidder is solely responsible for developing / determining / verifying for this project all

Page 60: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 59 of 73 Section D: Bid Tender Forms

plans / all methods / all quantities / all measurements and all manufacturers’ requirements / recommendations necessary to provide a satisfactory fully completed project under the provisions of the bid, to the CITY’s satisfaction, to include costs for all labor, all equipment, all materials, all rental / leasing / purchasing of equipment and materials, all preparations, all repairs, all safety work, all quality control work, all disposal work, all mobilization and demobilization work, all sub-contractor work, all taxes, all insurance, all bonding if required, all inspection work, all verification work, all warranty work, all permitting at all levels of government, all contractor overhead, all contractor profit, and any / all other project related work and/or cost/expense that is not listed, and all of which shall be the basis for the bidder’s bid for this bid. I hereby certify that I have read and understand the requirements of Bid No. 1617-14 Item 1 and 2 and as the bidder, will comply with all requirements, and that I am duly authorized to execute this bid. SUBMITTED BY: Printed Name of Authorized Submitter COMPANY NAME: ADDRESS: CITY, STATE & ZIP: EMAIL ADDRESS: By: Signature of Authorized Submitter Title (typed or neatly printed)

Page 61: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 60 of 73 Section D: Bid Tender Forms

FORM 1: BID TENDER FORM

BID DOCUMENT TURN-IN CHECKLIST

The following documents are to be completed, signed and submitted as part of the Submittal Package in response to this BID. Failure to provide the listed documents may be cause for the CITY to consider rejection of the submitted bid. This consideration will be at the sole discretion of the CITY.

INITIAL Check-Off # SECTION TITLE

[ ] 1. FORM 1: BID TENDER FORM (pages 75 thru 83)

[ ] 2. FORM 2: BID AWARD NOTICE FORM – (page 84)

[ ] 3. FORM 3: REQUIRED DISCLOSURE FORM (page 85)

[ ] 4. FORM 4: DRUG-FREE WORKPLACE COMPLIANCE FORM (page 86)

[ ] 5. FORM 5: NONCOLLUSION AFFIDAVIT (page 87)

[ ] 6. FORM 6:Company Profile (page 88)

[ ] 7. FORM 7: Contractor Resume (page 89 - 91)

[ ] 8. FORM 8: Workforce Profile (page 92)

[ ] 9. FORM 9: Non-Bankruptcy Affidavit (page 93)

[ ] 10. Bid Bond

[ ] 11. W-9

[ ] 12. Information to be Furnished with Bid Form

NOTE: Please INITIAL Check-Off of each document / activity / requirement that is attached to the Bid Tender Form and/or is required by the BID and/or Addenda.

ADDENDA RECEIPT VERIFICATION

Bidder shall acknowledge receipt of all addenda, if any, to the BID, by filling in Addenda Numbers and dates below.

Addendum #: ____ Dated: _____ Addendum #: ____ Dated: _____

Page 62: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 61 of 73 Section D: Bid Tender Forms

FORM 2: BID AWARD NOTICE

City of Jacksonville Beach 1460A Shetter Avenue, Jacksonville Beach, FL 32250, (904) 247-6229

NOTICE: Items 1 to 6 are to be completed by the bidder. The bidder is to submit the form to the CITY along with the Bid Tender Form and other required documents.

1. Company Name: 2. Address: 3. City, State & Zip: 4. Attention: 5. Phone: Fax: 6. E-mail address: PLEASE PRINT CLEARLY

************************************************************************ ITEMS BELOW TO BE COMPLETED BY THE CITY OF JACKSONVILLE BEACH

************************************************************************ Bids were received and evaluated, and the following recommendation will be presented to the City Manager for award of BID No. 1617-14 per the attached Bid Tabulation form(s). A written notice of intent to file a protest must be filed with the Purchasing Administrator within three (3) days after receipt by the bidder of the Bid Award Notice from the Purchasing Administrator in accordance with the procedures set forth in Section XII K., City of Jacksonville Beach Purchasing Manual. If awarded BID or combination of BID Items, please do not proceed with any work prior to receiving an official City of Jacksonville Beach Purchase Order and/or Notice-to-Proceed letter. Thank you for your bid. Sincerely, CITY OF JACKSONVILLE BEACH /s/Luis F. Flores Property & Procurement Division

Page 63: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 62 of 73 Section D: Bid Tender Forms

FORM 3

REQUIRED DISCLOSURE

The following disclosure is of all material facts pertaining to any felony conviction or any pending

felony charges in the last three (3) years in this State or any other state or the United States against

(1) bidder, (2) any business entity related to or affiliated with bidder, or (3) any present or former

owner of bidder or of any such related or affiliated entity. This disclosure shall not apply to any

person or entity which is only a stockholder, which person or entity owns twenty (20) percent or

less of the outstanding shares of a bidder whose stock is publicly owned and traded:

Signed: Title: Contractor:

Page 64: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 63 of 73 Section D: Bid Tender Forms

FORM 4

DRUG-FREE WORKPLACE COMPLIANCE IDENTICAL TIE BIDS - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution,

dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy

of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations.

3) Give each employee engaged in providing the commodities or contractual services that are

under contract a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of

working on the commodities or contractual services that are under contract, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or

rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.

6) Make a good faith effort to continue to maintain a drug-free workplace through

implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ____________________________________ Vendor’s Signature

Page 65: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 64 of 73 Section D: Bid Tender Forms

FORM 5: NON-COLLUSION AFFIDAVIT

, being first duly sworn deposes and says that: 1. He (it) is the , of

the bidder that has submitted the attached bid; 2. He is fully informed respecting the preparation and contents of the attached bid and of all

pertinent circumstances respecting such bid; 3. Such bid is genuine and is not a collusive or sham bid; 4. Neither the said bidder nor any of its officers, partners, owners, agents, representatives,

employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other bidder , firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted; or to refrain from responding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion or communication, or conference with any bidder firm, or person to fix the price or prices in the attached bid or of any other bidder or to fix any overhead, profit, or cost elements of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against other Bidders, or any person interested in the proposed Contract;

5. The price or prices quoted in the attached bid are fair and proper and are not tainted by any

collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any other of its agents, representatives, owners, employees or parties in interest, including his affidavit.

By: Sworn and subscribed to before me this day of ,20 , in the State of , County of . Notary Public My Commission Expires:

Page 66: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 65 of 73 Section D: Bid Tender Forms

FORM 6: COMPANY PROFILE

To be submitted in duplicate and to accompany bids submitted to replace one square concrete 138 kV heavy-angle double-dead-end structure 804-1 with Owner-furnished pole and Contractor-furnished insulator and down guy assemblies (Item 1), as well as the installation of one 138 kV in-line double-dead-end switch structure using Owner-furnished pole and Contractor-furnished switch, insulators, conductors, and dead-end assemblies (Item 2), 1. Name of Bidder

2. Business Address

3. Telephone/ Fax Number

4. E-mail

5. When Organized / Where Incorporated ?

6. Financial Statement Attached Y/N

7. Credit Available for this Contract $__________________________

8. Contracts now in hand, Gross Amount $___________________________

9. How many years have you been engaged in the contracting business under the present

firm name?

10. Licenses held by Company, Owner, or Agent

11. Plan of Organization (Proprietorship, Partnership, Corporation)

12. Have you ever refused to sign a contract at your original bid?

13. Have you ever been declared in default on a contract?

14. Remarks regarding #12 or #13 attached (Y/N)

Page 67: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 66 of 73 Section D: Bid Tender Forms

FORM 7: CONTRACTOR RESUME

I. Company Name & Address

II. Telephone/Facsimile Numbers

III. List Previous 5 Projects Completed. Please Include The Following: o Name and Address of the Project o Name and Telephone Number of Project Owner Contact o Name and Telephone Number of Owner’s General Contractor (if applicable) o Date Installed o Overview of Foundations Installed o Any special notes

Bidder Resume: PROJECT #1

Page 68: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 67 of 73 Section D: Bid Tender Forms

Bidder Resume: PROJECT #2

Bidder Resume: PROJECT #3

Page 69: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 68 of 73 Section D: Bid Tender Forms

Bidder Resume: PROJECT #4

Bidder Resume: PROJECT #5

________________________________ ____________ Signed Date

Page 70: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 69 of 73 Section D: Bid Tender Forms

FORM 8: WORKFORCE PROFILE

(1) Name of this Job’s Supervisor, and any key Foreman

(2) Last three similar projects that this Supervisor has administrated representing your company

(3) Anticipated crew size and the number of men in each job scope, i.e., pipe fitters, electrical/controllers, laborers.

Page 71: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 70 of 73 Section D: Bid Tender Forms

FORM 9: NON-BANKRUPTCY AFFIDAVIT BID #: 1617-14 STATE OF ____________________) COUNTY OF ___________________) ______________________________________________________ is an officer and member of the firm of ______________________________________, being first duly sworn, deposes and states that; 1. The subsequent certification statement is a true and accurate statement as of the date shown

below. 2. The affiant understands that the intentional inclusion of false, deceptive or fraudulent

statements on this Non-Bankruptcy Affidavit constitutes fraud; and, that the City of Jacksonville Beach, Florida, considers such action on the part of the affiant to constitute good cause for denial, suspension, revocation, disqualification, or rejection of affiant’s participation in BID No. 1617-14

3. Certification Statement: This is to certify that the aforementioned firm has not filed for

bankruptcy in the past seven (7) years and that no owner/officer or principal of the aforementioned firm has filed for bankruptcy personally in the past seven (7) years or has been an owner/officer or principal of a firm which has filed for bankruptcy in the past seven (7) years.

________________________________ Affiant Signature Sworn to before me this _______ day of ___________, 20_____ by _____________. (Name of affiant) He/She is personally known to me or has produced _______________________as identification. ________________________________ Signature of Notary ________________________________ ____________________________ Notary’s Printed Name Expiration of Notary’s Commission

Page 72: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 71 of 73 Section D: Bid Tender Forms

Affix Seal Here:

BID BOND

KNOW ALL PERSONS BY THESE PRESENTS:

That we ____________________________________ as Principal, and________________________________, as Surety, are held and firmly bound unto hereinafter called, in the sum of $ [ ] for payment of which in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT, WHEREAS, Principal has submitted a Bid for the work described as follows: Bid No. 1617-14

NOW, THEREFORE, if Principal shall not withdraw said Bid within the time period specified after the Bid Deadline, as defined in the Bidding Documents, or within days after the Bid Deadline if no time period be specified, and, if selected as the apparent lowest responsible Bidder, Principal shall, within the time period specified in the Bidding Documents, do the following:

(1) Enter into a written agreement, in the prescribed form, in accordance with the Bid.

(2) File two bonds with one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by the Bidding Documents.

(3) Furnish certificates of insurance and all other items as required by the Bidding Documents.

In the event of the withdrawal of said Bid within the time period specified, or within days if no time period be specified, or the disqualification of said Bid due to failure of Principal to enter into such agreement and furnish such bonds, certificates of insurance, and all other items as required by the Bidding Documents, if Principal shall pay to _____________ an amount equal to

Page 73: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 72 of 73 Section D: Bid Tender Forms

the difference, not to exceed the amount hereof, between the amount specified in said Bid and such larger amount for which _____________ procure the required work covered by said Bid, if the latter be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect.

In the event suit is brought upon this bond by _____________, Surety shall pay

reasonable attorneys' fees and costs incurred by ________________ in such suit.

IN WITNESS WHEREOF, we have hereunto set our hands this_______ day of

________________, 20__.

Principal: __________________________

Surety: ____________________________

Address for Notices:

_________________________

_________________________

_________________________

_________________________

Page 74: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

Page 73 of 73 Section D: Bid Tender Forms

W-9 Form

Page 75: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

INFORMATION TO BE FURNISHED WITH BID BP-1

Information to be Furnished with Bid

Proposed Completion Date, if different than requested

Validity of Bid, if different than 90 days

Name of Bidder

Location of Bidder

Experience (Provide on Separate Sheets)

Packager’s proposed Subcontractors are listed below:

Excavation Subcontractor

Concrete Subcontractor

Other (identify) Subcontractor

Page 76: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

CONTRACTOR NOTES:

1. CONTRACTOR SHALL PROVIDE AND INSTALL NEW FOUNDATIONS AS

SHOWN. SEQUENCING OF FOUNDATION INSTALLATION SHALL BE

SCHEDULED VIA THE APPROVED WORK PLAN.

2. CONTRACTOR IS ADVISED THAT THERE IS UNMARKED ABANDONED

CONDUIT WITHIN THE SUBSTATION AREA.

3. TOP OF CONCRETE ELEVATION FOR THE TRANSFORMER FOUNDATION

SHALL BE 8.90'.

4. SEE DRAWING S-1 FOR FOUNDATION CONSTRUCTION DETAILS.

EXISTING

XFMR NO.1

FOUNDATION

C

L

C

L

C

L

NEW

XFMR NO.2

FOUNDATION

DESIGN ENGINEER:

PE LICENSE NO. :

CHECKED

DRAWN

DATE

SCALE:

ENGINEER

DRAWING NO.

80688

JOHN P. FRANKO, P.E.

DRAWING SOURCE:

FOUNDATION PLAN DWG. EGUSUB1-7,

REV 0 (DATED 9/13/02). THIS

SUPERCEDES EGUSUB1-7

FILE

: F

:\E

LE

CT

\1506 B

eaches E

nergy\1506-10 G

uana X

fm

r &

R

ing B

us\G

uana\W

orking\X

fm

r_F

dn\P

HY

-2_F

ND

_P

LA

N.d

wg

P

LO

T D

AT

E: 6

/1

5/2

01

7 4

:0

3 P

M L

AS

T S

AV

ED

B

Y: JO

HN

6

/1

5/2

01

7 0

4:0

3 P

M C

TB

: M

50

35.ctb

THE

OFF

ICIA

L RE

CORD

OF

THIS

SHE

ET IS

THE

ELE

CTRO

NIC

FIL

E DI

GITA

LLY

SIGN

ED A

ND

SEAL

ED U

NDE

R RU

LE 6

1G15

-23.

004,

F.A

.C.

Fred Wilson & Associates, Inc.

C.A. NO. 7188 904.398.86363970 Hendricks Avenue 32207Jacksonville Florida

Page 77: Beaches Energy Services City of Jacksonville Beach, FL · PDF fileBeaches Energy Services City of Jacksonville Beach, FL TRANSFORMER NO.2 FOUNDATION BID INSTRUCTIONS BID FORMS SPECIFICATIONS

8.3' 9.7

'9.7

'

C.G.

6.24"

70.32

"

C.W.A C.W.A

C.G.

3.62"70

.32"

CENTROID OFDESIGN WINDAREA 350 SF

SCALE: 1/8" = 1'-0"STRUCTURE #1 138kV TRANSFORMER

DESIGN GROSS WEIGHT = 192,662 LBLONG DIMENSION ELEVATION SHORT DIMENSION

CENTROID OFDESIGN WINDAREA 180 SF

11

3S-2SCALE: 1/2" = 1'-0"

FOUNDATION SECTION

2S-2SCALE: 1/2" = 1'-0"

FOUNDATION SECTION

4"

2S-2

3S-2

7'-214" 7'-21

4"2'-378" 2'-37

8"

CLFOUNDATION& XFRM BASE

CLFOUNDATION& XFRM BASE

12'-0

"

C.G.

6.24"

3.62"

6'-0"

6'-0"

19'-0"

12'-0"

#57 STONE

PREPARE SITE IN ACCORDANCE WITHGEOTECHNICAL RECOMMENDATIONS. BEARINGLEVELS SOILS, AFTER COMPACTION, SHOULDEXHIBIT DENSITIES EQUIVALENT TO 98% OF THEMODIFIED PROCTOR MAXIMUM DRY DENSITY (ASTMD-1557) TO A DEPTH OF AT LEAST ONE FOOTBELOW THE FOUNDATION BEARING LEVELS.

(15)#5 TOP & BOT MAX 18" O.C.

2" CLR COV

3" CLR COV

3" CLR COV

HARD TROWEL FINISH. FLATNESS TOLERANCEPER ACI 117 "FLAT" CRITERIA (3/16" 10 FTSTRAIGHTEDGE). LEVELNESS CRITERIA MIN.+/-1/4" OR AS MORE STRINGENTLY SPECIFIEDPER MANUFACTURER.

#57 STONE

1" CHAMFER

1" CHAMFER

19'-0"

9'-6" 9'-6"

CLFOUNDATION& XFRM BASE

CLFOUNDATION& XFRM BASE

2'-10

"

3'-1112" 11'-91

2"

2'-51 2"

3'-65 8"

2'-51 2"

3'-65 8"

TEMPORARY JACKING POINTSEE NOTE BELOW

1S-2SCALE: 1/2" = 1'-0"

STRUCTURE #1 138kV TRANSFORMER FOUNDATIONNOTE:DESIGN ASSUMES FULL BEARING OF STEEL GRILLAGE BASE FRAMING. DESIGN ALSO ACCOMMODATES TEMPORARY JACKING LOADING OFSTRUCTURE DURING INSTALLATION AT (4) JACKING POINTS SHOWN. DURING INSTALLATION/JACKING MAXIMUM "DRY" WEIGHT (NO OIL) OFTRANSFORMER = 135,655 LB WAS CONSIDERED.

6"

1'-6"

1'-0"

1'-6"

(2)#5 CONT. PROVIDE LAPPED CORNER BARS

3" CLR COV

1'-6"

1'-6"

4"

2'-10

"

6"

1'-6" 1'-6"

(2)#5 CONT. PROVIDELAPPED CORNER BARS

(10)#5 TOP & BOT AT MAX 18" O.C.

#3 TIES AT 18" O.C.

1'-6"

11

1'-0"

#57 STONE

#57 STONE

1'-6"

PERIMETER FOUNDATIONTURNDOWN

#3 TIES AT 18" O.C.

3" CLR COV

SEE CIVILDRAWINGS FOR

SPCC OILCONTAINMENT

DESIGN

GENERAL NOTES & DESIGN CRITERIA

CODES: ACI-301, ACI-318, ASCE 7, ASCE 48, IEEE 691, IEEE 693, AISC, AWS, ANSI, CRSI, & ASCE MANUAL OF PRACTICE NO. 113

DESIGN LIMITATIONS:THIS DESIGN AND THESE DRAWINGS ARE LIMITED TO ONLY THE STRUCTURAL ASPECTS OF THE APPLICABLE CODES. REFER TO OTHERDISCIPLINES FOR NON-STRUCTURAL ISSUES.

LOADS & DESIGN CRITERIA:THE FOUNDATION DESIGNS HAVE BEEN BASED ON REACTIONS PROVIDED BY THE STRUCTURE MANUFACTURER OR STRUCTURE DESIGNENGINEER WHEN PROVIDED. IN THE ABSENCE OF PROVIDED STRUCTURE REACTIONS; FOUNDATION DESIGNS HAVE BEEN BASED ONREACTION ESTIMATES DEVELOPED FROM ANTICIPATED STRUCTURE CONFIGURATIONS AND LOADINGS AS DEPICTED IN THE DESIGNSCHEMATICS ON SHEET S-1. THE CONTRACTOR SHALL OBTAIN A SIGNED & SEALED STRUCTURAL ENGINEERING CALCULATION REPORTINCLUDING FOUNDATION DESIGN REACTIONS FOR ALL STRUCTURES AND SUBMIT TO THE FOUNDATION STRUCTURAL ENGINEER PRIOR TOFOUNDATION CONSTRUCTION. DESIGN OF STRUCTURE BASEPLATES IS THE RESPONSIBILITY OF THE STRUCTURE DESIGN ENGINEER.DESIGN HAS BEEN BASED ON PRESUMED BASEPLATE CONFIGURATIONS. STRUCTURE ENGINEERING CALCULATION SUBMITTAL SHALLINCLUDED ACTUAL FINAL BASEPLATE CONFIGURATION.

GRAVITY:SEE SHEET S-1

WIND LOAD:BASIC WIND SPEED, V (ULTIMATE) 142 MPHRISK CATEGORY IVEXPOSURE CATEGORY C

ANCHOR RODS:SEE DETAIL 7/S-3 FOR ANCHOR ROD SPECIFICATIONS. ANCHOR ROD DESIGN HAS BEEN BASED ON PROVIDED OR ESTIMATED STRUCTUREREACTIONS AND PROVIDED OR PRESUMED BASEPLATE CONFIGURATIONS. ALTERNATE ANCHOR ROD ASSEMBLY CONFIGURATIONS MAYBE ACCEPTABLE DEPENDENT UPON FINAL STRUCTURE REACTIONS AND BASEPLATE CONFIGURATIONS. ANY ALTERNATE PROPOSEDANCHOR ROD ASSEMBLIES SHALL BE SUBMITTED WITH THE STRUCTURE DESIGN CALCULATION REPORT TO THE FOUNDATIONSTRUCTURAL ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND APPROVAL.

HORIZONTAL AND VERTICAL CONTROL:REFER TO THE CIVIL DRAWINGS AND ELECTRICAL SUBSTATION FOUNDATION PLAN FOR SUBSTATION BASE ELEVATION, PROPOSED TOP OFFOUNDATION ELEVATIONS, AND HORIZONTAL & VERTICAL SITE CONTROL . MINIMUM FOUNDATION BEARING DEPTHS AND MAXIMUM TOP OFFOUNDATION TO ADJACENT FINAL GRADE SHALL BE IN ACCORDANCE WITH THE STRUCTURAL FOUNDATION PLANS. FOUNDATION DESIGNSHAVE ASSUMED <1FT GRADE CHANGE WITH ASSOCIATED SITE IMPROVEMENTS. THE FOUNDATION STRUCTURAL ENGINEER SHALL BENOTIFIED PRIOR TO CONSTRUCTION WITH ANY DISCREPANCIES.

DEMOLITION AND UNDERGROUND CONSTRUCTION:REFER TO THE CIVIL ENGINEERING AND SUBSTATION FOUNDATION PLAN SHEET FOR EXISTING CONDITIONS, SCOPE OF DEMOLITION &SITE CONSTRUCTION. UNLESS OTHERWISE NOTED IT IS THE CONTRACTOR'S RESPONSIBILITY TO LOCATE ANY UNDERGROUND UTILITIESAND OTHER APPURTENANCES PRIOR TO CONSTRUCTION; REPAIR TO ANY DAMAGED UNDERGROUND UTILITIES AND OTHERAPPURTENANCES IS THE RESPONSIBILITY OF THE CONTRACTOR. UNLESS OTHERWISE NOTED ANY PERMITTING REQUIRED FOR THEPROPOSED CONSTRUCTION INCLUDING CONSTRUCTION DEWATERING PERMITTING IS THE RESPONSIBILITY OF THE CONTRACTOR.

SOILS & FOUNDATIONS:MESKEL & ASSOCIATES ENGINEERINGMAE PROJECT NO. 0020-0008 DATED JANUARY 18, 2016

THE SITE SHALL BE PREPARED AND TESTED IN ACCORDANCE WITH THE CONSTRUCTION DOCUMENTS AND RECOMMENDATIONS IN THEGEOTECHNICAL REPORT. THE

NET ALLOWABLE SOIL BEARING PRESSURE 2,500 PSF

THE GENERAL CONTRACTOR IS RESPONSIBLE TO EMPLOY AN INDEPENDENT QUALIFIED TESTING AGENCY TO INSPECT EARTHWORKOPERATION AND TEST COMPACTED TO SOILS TO INSURE AND CERTIFY THAT THE SOILS SUPPORTING FOUNDATION ARE ADEQUATE TOPROPERLY SUPPORT DESIGN LOADS.

DRILLED SHAFT FOUNDATIONS:ALL WORK SHALL BE ACCORDANCE WITH ACI 336.1-01, PROJECT GEOTECHNICAL REPORT (INCL. ADDENDUMS), AND THE CONSTRUCTIONDOCUMENTS.

PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL VISIT THE SITE, REVIEW SOIL & GROUNDWATER CONDITIONS, AND REVIEW THE GEOTECHNICAL REPORT INCLUDING ANY ISSUED ADDENDUMS. THE CONTRACTOR SHALL PREPARE A WORK PLAN DETAILING THEPROPOSED MEANS AND METHODS FOR THE THE DRILLED SHAFT CONSTRUCTION. THIS WORK PLAN SHALL BE SUBMITTED TO THESTRUCTURAL AND GEOTECHNICAL ENGINEER FOR REVIEW AND APPROVAL PRIOR TO CONSTRUCTION AND WILL INCLUDE AT A MINIMUM:

TYPE OF EQUIPMENT TO BE USED METHOD OF WET OR DRY CONCRETE PLACEMENT CONCRETE MIX DESIGN SCOPE OF ANY PROPOSED DEWATERING ACTIVITIES TEMPORARY CASING SPECIFICATIONS & INSTALLATION/WITHDRAWL METHOD

THE CONTRACTOR SHALL EMPLOY A THIRD PARTY TESTING AGENCY TO MONITOR THE SHAFT CONSTRUCTION. THE THIRD PARTYMONITORING COMPANY SHALL SUBMIT A SIGNED AND SEALED SUMMARY REPORT TO THE STRUCTURAL ENGINEER AND OWNER.

THE GRADE DIFFERENTIAL BETWEEN THE TOP OF SHAFT AND ADJACENT FINISHED GRADE SHALL NOT EXCEED 4". THE ENGINEER SHALLBE NOTIFIED PRIOR TO CONSTRUCTION IF A SHAFT IS PROPOSED TO BE IN A SLOPED AREA OR WHERE THERE IS A SIGNIFICANT GRADE(>0.5 FT) CHANGE WITHIN A RADIUS ZONE EQUAL TO THE DEPTH OF THE DRILLED SHAFT.

GRADE CHANGE FOR ASSOCIATED SITE IMPROVEMENTS WAS PRESUMED TO BE < 1FT; IF GREATER FILL IS REQUIRED THE STRUCTURALENGINEER SHOULD BE NOTIFIED PRIOR TO CONSTRUCTION.

CONCRETE:ALL CONCRETE SHALL BE NORMAL WEIGHT w/ A 28 DAY COMPRESSIVE STRENGTH OF: 4,000 PSIMAXIMUM WATER TO CEMENT RATIO: 0.42MAXIMUM AGGREGATE SIZE: 1"CEMENT TYPE I

CONTRACTOR SHALL SUBMIT MIX DESIGN TO EOR FOR APPROVAL PRIOR TO CONSTRUCTION.

REINFORCING STEEL: ASTM A615, GRADE 60LAPS 48 BAR DIA

WELDED WIRE FABRIC: ASTM A185LAPS (TYPICAL) 6 INCHES

UNLESS OTHERWISE SHOWN ON DRAWINGS, MINIMUM COVER FOR REINFORCING SHALL BE THE FOLLOWING:

CONCRETE CAST AGAINST AND PERMANENTLY EXPOSED TO EARTH: 3"CONCRETE EXPOSED TO EARTH OR WEATHER: 2"

A CERTIFIED TESTING AGENCY SHALL BE ENGAGED TO PERFORM INDUSTRY STANDARD TESTING INCLUDING SLUMP TESTS AND CYLINDERBREAKS TO ENSURE CONFORMANCE WITH PLANS & SPECIFICATIONS (IF PROVIDED), SUBMIT REPORTS FOR REVIEW AND APPROVAL.

MINIMUM FREQUENCY OF TESTING FOR EACH CLASS OF CONCRETE IS THE GREATEST OF:A) ONCE EACH DAY.B) ONCE FOR EACH 200 CY.C) ONCE FOR EACH 5,000 SF OF SLAB OR WALL SURFACE AREA.D) FIVE TESTS.

ALL REINFORCING SHALL BE HELD SECURELY IN POSITION WITH STANDARD ACCESSORIES IN CONFORMANCE WITH ACI 315 DURINGPLACEMENT OF CONCRETE.

PROVIDE 1" CHAMFER AT ALL EXPOSED CORNERS OF BEAMS, WALLS, ETC.

MISCELLANEOUS NOTES:A. ALL STRUCTURES AROUND OR AFFECTED BY MECHANICAL, ELECTRICAL, AND PLUMBING EQUIPMENT SHALL BE VERIFIED WITH EQUIPMENT

PURCHASED BEFORE PROCEEDING WITH STRUCTURAL WORK.B. COMPATIBILITY WITH OTHER METALS; ALUMINUM & COPPER MATERIALS SHALL NOT BE USED IN DIRECT CONTACT WITH METALLIC COATED

STEEL MEMBERS OR COMPONENTS.C. IF FOOTING ELEVATIONS SHOWN OCCUR IN DISTURBED, UNSTABLE OR UNSUITABLE SOIL, THE ENGINEER SHALL BE NOTIFIED.D. THE GENERAL CONTRACTOR SHALL COORDINATE THE DRAWINGS FOR ALL DISCIPLINES FOR ANCHORED, EMBEDDED, AND SUPPORTED

ITEMS WHICH AFFECT THE STRUCTURAL DRAWINGS AND NOTIFY THE ARCHITECT AND ENGINEER OF ANY DISCREPANCIES.E. GROUT SHALL NOT BE USED TO FILL SPACE BETWEEN TOP OF CONCRETE AND STRUCTURE BASEPLATE.F. FOUNDATION CONSTRUCTION WILL BE STAGGERED WITH SEVERAL BUILD STAGES OCCURRING AT DIFFERENT TIMES. CONTRACTOR SHALL

FAMILIARIZE THEMSELVES WITH THE CONSTRUCTION SEQUENCE CONTAINED IN THE SPECIFICATIONS PRIOR TO BIDDING.

STRUCTURE MAINTENANCE STATEMENT:

ALL STRUCTURES REQUIRE PERIODIC MAINTENANCE TO EXTEND LIFESPAN AND TO ENSURE STRUCTURAL INTEGRITY FROM EXPOSURE TO THEENVIRONMENT. A PLANNED PROGRAM OF MAINTENANCE SHALL BE ESTABLISHED BY THE STRUCTURE OWNER. THIS PROGRAM SHALL INCLUDESUCH ITEMS SUCH AS BUT NOT LIMITED TO PRESSURE WASHING OF EXPOSED STRUCTURAL ELEMENTS EXPOSED TO A SALT ENVIRONMENT OROTHER HARSH CHEMICALS.

Reg. No. 58573

FIL

E: F

:\P

ro

ject F

ile

s\20

17\17008 - F

WA

G

uana\17008

.dw

g P

LO

T D

AT

E: 6/7/2017 9:05 A

M LA

ST

S

AV

ED

B

Y: JG

RA

DY

5

/5

/2

01

7 09

:2

1 A

M C

TB

: M

50

35

.ctb

THE

OFF

ICIA

L RE

CORD

OF

THIS

SHE

ET IS

THE

ELE

CTRO

NIC

FIL

E DI

GITA

LLY

SIGN

ED A

ND

SEAL

ED U

NDE

R RU

LE 6

1G15

-23.

004,

F.A

.C.

Fred Wilson & Associates, Inc.

C.A. NO. 7188 904.398.86363970 Hendricks Avenue 32207Jacksonville Florida

FLORIDA CERTIFICATE OF AUTHORIZATION NO: 9800

JACKSONVILLE, FLORIDA 32256BUILDING 600

TEL:

7563 PHILIPS HIGHWAY

FAX: (904) 296-8846E-MAIL: [email protected]

(904) 296-2646

DANIEL J. CHARLETTA, P.E.

STRUCTURAL ENGINEER

17008