primeconstructiongroup.com · sp:44014-001s01010 01010-1 orange county utilities nwrf reuse water...

172
DIVISION 1 General Requirements

Upload: others

Post on 03-Apr-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

DIVISION 1

GeneralRequirements

Page 2: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT
Page 3: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01010

SUMMARY OF WORK

PART 1 -- GENERAL

1.01 THE REQUIREMENT

A. The Work to be performed under this Contract shall consist of furnishing and installationof all tools, equipment, materials, supplies, manufactured articles, transportation andservices, including fuel, power, water and essential communications for the performanceof all labor, work and/or other operations as required for the fulfillment of the Contract instrict accordance with the Contract Documents. The Work shall be complete, and all work,materials, and services not expressly indicated or called for in the Contract Documentswhich may be necessary for the complete and proper construction of the Work in goodfaith shall be provided by the CONTRACTOR as though originally so indicated, at noincrease in cost to the Orange County Utilities Department (OWNER).

B. The CONTRACTOR shall perform all work required for such construction in accordancewith the Contract Documents and subject to the terms and conditions of the Contract,complete and ready for use.

C. The Reuse Water Storage Improvements project will be constructed at the Orange CountyUtilities Department’s Northwest Water Reclamation Facility (NWRF) which is located at701 W. McCormick Rd, Apopka, FL 32703-8956. The principal feature of the Work to beperformed under this Contract are the construction of the reuse water storageimprovements, including but not limited to the following:

1. New 3 MG pre-stressed concrete ground storage tank for public access reuse(PAR) and plant effluent reject water storage.

2. Two (2) horizontal end suction, non-clog centrifugal pumps (15hp), each pump witha flow capacity of approximately 3.0 MGD (one duty and one standby), constructedon a cast-in-place concrete slab on grade. The pumps will recirculate plant effluentwater that will be stored in the 3 MG ground storage tank for the purpose ofinjecting and mixing chlorine into the contents of the 3 MG tank to boost theresidual chlorine concentration. One (1) new above grade butterfly valve withelectric actuator to facilitate recirculation pump flow rate adjustment. One (1)residual chlorine analyzer and sample piping to measure residual chlorineconcentration in the new 3 MG PAR storage tank.

3. Five (5) pedestal mounted electric valve actuators for five existing manuallyoperated buried gate valves and two (2) new buried gate valves with pedestalmounted electric valve actuators to facilitate plant effluent flow diversion to eitheror both PAR storage tanks by automatic, remote manual or local manual control.

4. Construction of approximately 320 linear feet of new 30-inch diameter ductile ironpipe to allow for construction of the new 3 MG PAR ground storage tank.Subsequent demolition and removal of approximately 260 linear feet of existing30-inch diameter ductile iron pipe.

Page 4: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01010 01010-2 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

5. Relocation of an existing electrical pullbox, conduit and wiring that will conflict withthe construction of the new 3 MG PAR ground storage tank. Relocation to includenew pullboxes, conduit and wiring and demolition and removal of existing electricalpullbox, conduit and wiring as shown on the Contract Drawings.

6. An extension of the top of the existing PAR tank drain manhole and a 6-inchdiameter pump out pipeline from the drain manhole to a quick connect coupling forthe purpose of connecting a portable pump suction hose. This will facilitatedraining of either PAR storage tank when it becomes necessary.

7. Replacement of two sodium hypochlorite metering pump skids located in theexisting Chlorine Building with a quadraplex pump skid that the COUNTY has pre-purchased. This work includes removal of the two existing duplex pump skids andrelocation of an existing sodium hypochlorite transfer pump.

8. A new sodium hypochlorite booster pump for the purpose of transferring chlorinefrom the existing bulk storage tanks located in the Chlorine Building to the new 3MG PAR storage tank recirculation system to boost residual chlorine whennecessary.

9. Approximately 850 linear feet of 2-inch Schedule 80 PVC sodium hypochloritesolution pipeline to convey chlorine to the PAR recirculation pumping station.Approximately 330 linear feet of 1-1/2-inch Schedule 80 PVC reclaimed waterpipeline to convey reclaimed water to the hose bibb located at the recirculationpumping station.

10. Addition of new electric actuator to an existing above grade yard piping valve Tagnumber 70-V-41 located at the plant effluent pump RIBs 1-13 flow meter station asshown on the Contract Drawings.

11. Electrical, instrumentation, yard piping, paving, grading, and drainagemodifications. Instrumentation to include a magnetic flow meter to measure therecirculation pump flow rate and a residual chlorine analyzer to measure residualchlorine in the 3 MG ground storage tank.

D. Included in the Contract is all material, labor, and equipment for demolition, disposal,maintenance of operations during construction, construction, interconnections to existingplant facilities, startup and testing of the new facilities, site restoration, operation andmaintenance manuals, record documents, facility staff training, spare parts, test equipmentand all other appurtenant and miscellaneous work required for completion of the work inaccordance with the Contract Documents and not included in other bid items.

E. Substantial and Final Completion of the Work are subject to Liquidated Damages as definedin the General Requirements.

1.02 CONTRACT DOCUMENTS

A. The Work to be done is shown on the Drawings entitled Northwest Water ReclamationFacility Reuse Water Storage Improvements. The numbers and titles of all Drawingsappear on the index sheets of the Drawings. All drawings so enumerated shall beconsidered an integral part of the Contract Documents as defined herein.

Page 5: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01010 01010-3 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

B. Certain Document Sections refer to Divisions of the Contract Specifications. Sections areeach individually numbered portions of the Specifications (numerically) such as 08110,13182, 15206, etc. The term Division is used as a convenience term meaning all Sectionswithin a numerical grouping. For example, Division 16 would thus include Sections 16000through 16999 and would mean all electrical specifications.

1.03 GENERAL ARRANGEMENT

A. Drawings indicate the extent and general arrangement of the work. If any departures fromthe Drawings are deemed necessary by the CONTRACTOR to accommodate thematerials and equipment he proposes to furnish, details of such departures and reasonstherefore shall be submitted as soon as practicable to the COUNTY for approval. No suchdepartures shall be made without the prior written approval of the COUNTY. Approvedchanges shall be made without additional cost to the COUNTY for this work or relatedwork under other Contracts of the Project.

B. The specific equipment proposed for use by the CONTRACTOR on the project mayrequire changes in structures, auxiliary equipment, piping, electrical, mechanical, controlsor other work to provide a complete satisfactory operating installation. TheCONTRACTOR shall submit to the COUNTY, for approval, all necessary Drawings anddetails showing such changes to verify conformance with the overall project structural andarchitectural requirements and overall project operating performance. The Bid Price shallinclude all costs in connection with the preparation of new drawings and details and allchanges to construction work to accommodate the proposed equipment, includingincreases in the costs of other Contracts.

1.04 CONSTRUCTION PERMITS, EASEMENTS AND ENCROACHMENTS

A. The CONTRACTOR shall obtain, keep current and pay all fees for any necessaryconstruction permits from those authorities, agencies, or municipalities having jurisdictionover land areas, utilities, or structures which are located within the Contract limits andwhich will be occupied, encountered, used, or temporarily interrupted by theCONTRACTOR's operations unless otherwise stated. Record copies of all permits shallbe furnished to the ENGINEER and the COUNTY.

B. When construction permits are accompanied by regulations or requirements issued by aparticular authority, agency or municipality, it shall be the CONTRACTOR's responsibilityto become familiar and comply with such regulations or requirements as they apply to hisoperations on this Project.

C. The following permits have been obtained/initiated for this project:

Florida Department of Environmental Protection (FDEP) – Minor revision to FDEPPermit No. FLA010798-010 to construct and operate a domestic wastewaterfacility; paid for and obtained by the COUNTY.

Orange County Building Permit

Environmental Resource Permit modification to existing permit No. ERP48-0269270-001

Page 6: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01010 01010-4 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

U.S. Fish and Wildlife Service gopher tortoise relocation

1.05 SUBSURFACE DATA

A. Subsurface data are offered in good faith solely for placing the Bidder in receipt of allinformation available to the OWNER and in no event is to be considered as part of theContract Documents.

B. The Bidder must interpret such subsurface data according to his own judgment andacknowledge that he is not relying upon the same as accurately describing the subsurfaceconditions, which may be found to exist.

1. The test boring logs present factual information of the subsurface conditions at thespecific test boring location only. The Bidder should not consider, or conclude,that the subsurface conditions will be consistent between test boring locations.

C. In making this data available, the OWNER makes no guarantee, either expressed orimplied, as to their accuracy or to the accuracy of any interpretation thereof.

1.06 FIRE PROTECTION

A. CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to thework, buildings, etc., and shall provide adequate facilities for extinguishing fires which dooccur. Open fires shall not be permitted.

B. When fire or explosion hazards are created in the vicinity of the work as a result of thelocations of fuel tanks, or similar hazardous utilities or devices, the CONTRACTOR shallimmediately alert the local Fire Marshal and the COUNTY of such tank or device. TheCONTRACTOR shall exercise all safety precautions and shall comply with all instructionsissued by the Fire Marshal and shall cooperate with the COUNTY of the tank or device toprevent the occurrence of fire or explosion.

1.07 FIRST AID FACILITIES AND ACCIDENTS

A. First Aid Facilities

1. The CONTRACTOR shall provide at the site such equipment and facilities as arenecessary to supply first aid to any of his personnel who may be injured inconnection with the work.

B. Accidents

1. The CONTRACTOR shall promptly report, in writing, to the COUNTY andENGINEER all accidents whatsoever out of, or in connection with, the performanceof the work, whether on or adjacent to the site, which cause death, personal injuryor property damage, giving full details and statements of witnesses.

2. If death, serious injuries, or serious damages are caused, the accident shall bereported immediately by telephone or messenger to both the COUNTY.

Page 7: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01010 01010-5 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

3. If any claim is made by anyone against the CONTRACTOR or a Subcontractor onaccount of any accidents, the CONTRACTOR shall promptly report the facts, inwriting, to the COUNTY, giving full details of the claim.

1.08 SAFETY AND HEALTH REQUIREMENTS

A. The CONTRACTOR shall comply in every respect with all Federal, State and local safetyand health regulations. Copies of the Federal Regulations may be obtained from the U.S.Department of Labor, Occupational Safety and Health Administration.

B. The CONTRACTOR shall provide all barricades and flashing warning lights or otherdevices necessary to warn pedestrians and area traffic.

C. Personnel working in contact with sewage flow or surfaces carrying wastewaters orsludges shall be immunized as recommended by the Orange County Health Department.

D. CONTRACTOR’s personnel and any subcontractors shall not consume any water for anyexisting hose bibb or sink.

E. CONTRACTOR will be required to attend a safety meeting/RMP provided by COUNTYstaff prior to the start of work.

F. CONTRACTOR shall submit a hurricane safety plan prior to beginning the Work.

1.09 LIMITS OF WORK AREA

A. The CONTRACTOR shall confine his construction operations, accumulated debris andsurplus materials within the Contract limits and staging areas shown on the Drawings.Storage of equipment and materials, or erection and use of sheds outside of the Contractlimits, if such areas are the property of the COUNTY, shall be used only with theCOUNTY's approval. Such storage or temporary structures, even within the Contract'slimits, shall be confined to the COUNTY's property and shall not be placed on propertiesdesignated as easements or rights-of-way unless specifically permitted elsewhere in theContract Documents.

1.10 WEATHER CONDITIONS

A. No work shall be done when the weather is unsuitable. The CONTRACTOR shall takenecessary precautions (in the event of impending severe weather, including hurricanes,tropical storms or major rain/wind storms) to protect all work, materials, or equipment fromdamage or deterioration due to floods, driving rain, and/or wind. The COUNTY reservesthe right, to order that additional protection measures over and beyond those proposed bythe CONTRACTOR, be taken to safeguard all components of the Project.

B. The mixing and placing of concrete or pavement courses, the laying of masonry, andinstallation of sewers and water mains shall be stopped during rainstorms, if ordered bythe ENGINEER; and all freshly placed work shall be protected by canvas or other suitablecovering in such manner as to prevent running water from coming in contact with it.Sufficient coverings shall be provided and kept ready at hand for this purpose. Thelimitations and requirements for mixing and placing concrete or laying of masonry in coldweather shall be as described elsewhere in these Specifications.

Page 8: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01010 01010-6 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

1.11 USE OF FACILITIES BEFORE COMPLETION

A. The COUNTY reserves the right to enter and use any portion of the constructed facilitiesbefore final completion of the whole work to be done under this Contract. However, onlythose portions of the facilities which have been completed to the COUNTY's satisfaction,as evidenced by his issuing a Certificate of Substantial Completion to the CONTRACTORcovering that part of the work, shall be placed in service.

B. It shall be the COUNTY's responsibility to prevent premature connections to or use of anyportion of the installed facilities by private or public parties, persons or groups of persons,before the COUNTY issues his Certificate of Substantial Completion covering that portionof the work to be placed in service.

C. Consistent with the approved progress schedule, the CONTRACTOR shall cooperate withthe COUNTY to accelerate completion of those facilities, or portions thereof, which havebeen designated for early use by the COUNTY.

1.12 WORK PERFORMED BY OTHERS

All existing valves, equipment and facilities are to be operated only by the COUNTY. TheCONTRACTOR shall coordinate and schedule operation and shutdown control of existingvalves and facilities with the COUNTY at least seven (7) days in advance by processinga C.A.R. (Construction Assistance Request) unless otherwise noted.

1.13 TRAINING

A. Submit a construction submittal with the format, trainers and course material and specifywhether training will be hands on or in a classroom setting for review and acceptance bythe OWNER and ENGINEER.

B. CONTRACTOR shall prepare a list of all equipment and electrical installations for OWNERto review and choose training.

C. Unless otherwise specified, a minimum of 2 days of training shall be provided for eachpiece of equipment supplied, including all electrical installations and testing equipment.CONTRACTOR shall video and audio record to a DVD all training given to operationsstaff, a copy of the DVD will be supplied to the COUNTY. The CONTRACTOR shall submita C.A.R (Construction Assistance Request) form seven days prior to beginning of training.Coordinate training schedule with OWNER. OWNER shall approve training schedule toensure critical staff is available during training. Video equipment shall be accompaniedwith independent microphone for instructor to speak into for audio recording.

1.14 DAMAGE

Damage or destruction of concrete structures, equipment, pipes, ducts, fixtures,ductbanks, etc. shall be repaired by the CONTRACTOR at no additional cost to theOWNER.

Page 9: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01010 01010-7 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

1.15 ELECTRICAL INTERLOCKS

Where equipment motors are to be electrically interlocked with other equipment forsimultaneous operation, the CONTRACTOR shall provide wiring diagrams and coordinatebetween the various subcontractors and suppliers so that proper wiring of the equipmentinvolved is affected.

1.16 DISTURBED AREAS

Restore all areas disturbed by construction to a condition at least equal to thepreconstruction condition including, but not limited to, all landscaping, driveways, roads,sprinkler systems, and other improvements. Grassed areas shall be sodded. Maintainingress and egress to all properties adjacent to the construction and minimizeinconvenience to abutting property occupants.

1.17 CONTAINERS FOR SPARE PARTS

A. Spare parts shall be packaged in sealed, rotationally moulded LLDPE military gradestorage containers that can be stacked. Storage containers shall have exterior metallichinges, clasps and handles. The CONTRACTOR shall produce a construction submittalfor type of containers intended to be supplied for review and acceptance by the OWNERand ENGINEER.

B. Pertaining to general inventory of all containers, the CONTRACTOR shall provide ageneral ascending alphanumerical numbering convention to label all individual containerssupplied. Labeling shall be provided in consistent location on all bins such that inventorycan be reviewed when stacked.

C. Pertaining to contents, the containers shall include exterior labeling that shall include thefollowing at a minimum; Process description, equipment description, equipment tag,manufacturer’s information. Labeling shall be provided in consistent location on all binssuch that inventory can be reviewed when stacked.

D. The CONTRACTOR shall provide an electronic log in MS Excel of all containers whichinclude the following at a minimum; container alpha-numerical designation, contentdescription, site storage location, O&M Manual volume subsection reference.

E. A copy of all inventory and manufactures product information data sheets shall beprovided within a file pocket attached within the container.

F. Containers shall be positioned on site as designated by the OWNER’s Representative.

PART 2 -- PRODUCTS

2.01 MANUFACTURERS AND MATERIALS

Page 10: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01010 01010-8 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

At a minimum, all manufacturers and materials shall conform to the current Orange CountyUtilities List of Approved Manufacturers and Materials.

PART 3 -- EXECUTION

(NOT USED)

- END OF SECTION -

Page 11: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01015 01015-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01015

PROJECT REQUIREMENTS PART 1 -- GENERAL 1.01 GENERAL DESCRIPTION OF WORK

A. The Work to be performed under these Contract Documents is presented in the drawings and specifications. The Work is generally described as follows:

B. Construct the following improvements as shown on the drawings and in the technical

specifications:

1. New 3 MG pre-stressed concrete ground storage tank for public access reuse (PAR) and plant effluent reject water storage.

2. Two (2) horizontal end suction, non-clog centrifugal pumps (15hp), each pump with a flow capacity of approximately 3.0 MGD (one duty and one standby), constructed on a cast-in-place concrete slab on grade. The pumps will recirculate plant effluent water that will be stored in the 3 MG ground storage tank for the purpose of injecting and mixing chlorine into the contents of the 3 MG tank to boost the residual chlorine concentration. One (1) new above grade butterfly valve with electric actuator to facilitate recirculation pump flow rate adjustment. One (1) residual chlorine analyzer and sample piping to measure residual chlorine concentration in the new 3 MG PAR storage tank.

3. Five (5) pedestal mounted electric valve actuators for five existing manually operated buried gate valves and two (2) new buried gate valves with pedestal mounted electric valve actuators to facilitate plant effluent flow diversion to either or both PAR storage tanks by automatic, remote manual or local manual control.

4. Construction of approximately 320 linear feet of new 30-inch diameter ductile iron pipe to allow for construction of the new 3 MG PAR ground storage tank. Subsequent demolition and removal of approximately 260 linear feet of existing 30-inch diameter ductile iron pipe.

5. Relocation of an existing electrical pullbox, conduit and wiring that will conflict with the construction of the new 3 MG PAR ground storage tank. Relocation to include new pullboxes, conduit and wiring and demolition and removal of existing electrical pullbox, conduit and wiring as shown on the Contract Drawings.

6. An extension of the top of the existing PAR tank drain manhole and a 6-inch diameter pump out pipeline from the drain manhole to a quick connect coupling for the purpose of connecting a portable pump suction hose. This will facilitate draining of either PAR storage tank when it becomes necessary.

7. Replacement of two sodium hypochlorite metering pump skids located in the existing Chlorine Building with a quadraplex pump skid that the COUNTY has pre-purchased. This work includes removal of the two existing duplex pump skids and relocation of an existing sodium hypochlorite transfer pump.

Page 12: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01015 01015-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

8. A new sodium hypochlorite booster pump for the purpose of transferring chlorine from the existing bulk storage tanks located in the Chlorine Building to the new 3 MG PAR storage tank recirculation system to boost residual chlorine when necessary.

9. Approximately 850 linear feet of 2-inch Schedule 80 PVC sodium hypochlorite solution pipeline to convey chlorine to the PAR recirculation pumping station. Approximately 330 linear feet of 1-1/2-inch Schedule 80 PVC reclaimed water pipeline to convey reclaimed water to the hose bibb located at the recirculation pumping station.

10. Addition of new electric actuator to an existing above grade yard piping valve Tag number 70-V-41 located at the plant effluent pump RIBs 1-13 flow meter station as shown on the Contract Drawings.

11. Electrical, instrumentation, yard piping, paving, grading, and drainage modifications. Instrumentation to include a magnetic flow meter to measure the recirculation pump flow rate and a residual chlorine analyzer to measure residual chlorine in the 3 MG ground storage tank.

1.02 SITE ADMINISTRATION

A. CONTRACTOR shall be responsible for all areas of the Site used by it and by all Subcontractors in the performance of the Work. CONTRACTOR shall exert full control over the actions of all employees and other persons with respect to the use and preservation of property and existing facilities, except such controls as may be specifically reserved to OWNER or others. CONTRACTOR shall have the right to exclude from the Site all persons who have no purpose related to the Work or its inspection, and may require all persons on the Site (except OWNER's employees) to observe the same regulations as CONTRACTOR requires of its employees.

B. Access to the Site during construction will be limited to CONTRACTOR’s and/or

Subcontractor’s employees, agents, and vendors (hereinafter “Representatives”) for the sole purpose of performing the Work. CONTRACTOR/Subcontractor Representative’s identity and business purpose will be subject to verification by OWNER's security representative. Access to the Site will be limited to the main gate off W. McCormick Road unless specific alternate arrangements are made with the OWNER. CONTRACTOR will supply list, and periodically update it, which will contain the names of all personnel with driver licenses numbers and license plate numbers of all vehicles that will be on-site during construction.

C. OWNER reserves the right to direct CONTRACTOR to permanently remove any subcontractor or subcontracted employee from the site for breach of security, policy, unsafe working practice, unprofessional behavior, or failure to comply with access restrictions.

1.03 WORKING HOURS

Normal working hours shall be defined as the period occurring between the hours beginning at 7:00 a.m. and ending at 7:00 p.m. Work during other than normal Working hours may be scheduled by CONTRACTOR with notice to OWNER. The COUNTY

Page 13: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01015 01015-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Resident Project Representative shall be notified a minimum of 48-hrs in advance in anticipation of working on the weekends, Holidays or durations outside of the 7:00 a.m. to 7:00 p.m. period.

1.04 COUNTY RESIDENT PROJECT REPRESENTATIVE (RPR) WORKING HOURS

The normal daily work period for the COUNTY’s RPR(s) is any 10 hour period between the hours of 7:00 A.M. and 7:00 P.M. on the weekdays of Monday through Friday. COUNTY’s RPR(s) work outside the 10 hour period shall be paid for by the CONTRACTOR and is to be requested, in writing, 48 hours in advance. Any COUNTY’s RPR(s) weekend work required on Saturday or Sunday shall be paid for by the CONTRACTOR and is to be requested, in writing, 48 hours in advance.

1.05 COUNTY RPR OVERTIME AND WEEKEND WORK PAY RATE

All overtime and weekend work by the COUNTY’s RPR(s) shall be paid for by the CONTRACTOR at the overtime work pay rate of $47.00 per hour. This rate is subject to adjustment by the COUNTY.

1.06 METHOD OF PAYMENT

CONTRACTOR agrees that the COUNTY shall deduct charges for the COUNTY’s RPR’s work outside normal work hours and for overtime pay from payments due the CONTRACTOR.

1.07 COMMUNICATION WITH THE OWNER

All communication with OWNER personnel for any purpose shall be administered solely though the COUNTY R.P.R. Any other communication with the OWNER personnel that is not initiated through the COUNTY R.P.R. will be null and void.

1.08 SECURITY

CONTRACTOR shall be responsible for protection of the Site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. CONTRACTOR shall comply with Orange County’s security requirements to protect the Northwest Water Reclamation Facility (NWRF) site. The OWNER is implementing special security measures to protect the public wastewater system and the CONTRACTOR shall provide the same level of security. The CONTRACTOR shall provide the following security measures: 1. CONTRACTOR will supply list of all personal that will on NWRF site each morning

to OWNER’s R.P.R.

2. All personnel, employees and or subcontractors and suppliers that pass through the security perimeter shall wear CONTRACTOR issued photo identification badges.

3. CONTRACTOR will supply list with names, driver license, and license plate numbers of all personnel.

Page 14: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01015 01015-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

4. CONTRACTOR shall perform background checks to identify any historical crimes dealing with terrorism, sabotage, or other government related illegal activities for all personnel passing through the security perimeter.

5. All project deliveries shall be inspected prior to entering the security perimeter of the Facility in order to verify contents. All delivery personnel and delivery vehicles shall be under supervision while within the security perimeter of the Facility in lieu of issuance of photo identification badges. The CONTRACTOR shall maintain staff to accept all deliveries to the site, the OWNER will not be responsible for receipt of any deliveries.

6. If access other than the main gate off W. McCormick Road is utilized, a full time guard shall be provided at the construction gate during CONTRACTOR working hours. All arrangements for alternative access shall be pre-arranged with the OWNER. All alternative access must be secured and locked when not in use.

No Claim shall be made against OWNER by reason of any act of an employee or trespasser, and CONTRACTOR shall make good all damage to OWNER's property resulting from CONTRACTOR's failure to provide security measures as specified.

1.09 CONSTRUCTION ASSISTANCE REQUEST (CAR) FORM

The CONTRACTOR is responsible to submit a CAR to the OWNER’s Representative for any interaction requiring the involvement of the OWNER’s Operational Staff for the NWRF, including but not limited to the following examples; existing valve actuation, process interruptions, equipment operation interruption, power interruption, flow diversions, training. The CONTRACTOR will not have contact with the Operations Staff without OWNER’s Representatives’ knowledge. The OWNER’s Representative reserves the right to direct the CONTRACTOR to provide a CAR at his discretion. Unless otherwise noted by the OWNER’s Representative, a CAR shall be submitted a minimum of seven (7) calendar days in advance of the intended operation noted within the CAR. Unless otherwise noted within the Contract Documents, for all activities affecting treatment process operation, a CAR shall be submitted a minimum of thirty (30) days in advance of the scheduled activity. Unless otherwise noted within the Contract Documents, the schedule for performing work which will require shutting down a unit process must be coordinated with the OWNER by CAR submittal a minimum of sixty (60) days in advance of the scheduled activity. Reference a blank copy of the form within this section.

1.10 TOBACCO FREE POLICY – TOBACCO FREE CAMPUS

All Orange County operations under the Board of County Commissioners shall be tobacco free. This policy shall apply to parking lots, parks, break areas and worksites. It is also applicable to contractors and their personnel during contract performance on county-owned property. Tobacco is defined as tobacco products including, but not limited to, cigars, cigarettes, e-cigarettes, pipes, chewing tobacco and snuff. Failure to abide by this policy may result in civil penalties levied under Chapter 386, Florida Statutes and/or contract enforcement remedies.

1.11 OPERATOR TRAINING

Page 15: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01015 01015-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

A minimum of 2 days of training shall be provided for each piece of equipment supplied, including all electrical installation, instruments and testing equipment. The CONTRACTOR shall video and audio record each training session. The CONTRACTOR shall provide the COUNTY with a DVD compiling all of the training sessions on the project. The DVD shall be able to be indexed per respective piece of equipment. The DVD shall be accompanied by an electronic compilation (.PDF format) of all the handout materials provided to Operators during those training sessions. At a minimum of 7 days in anticipation of scheduling a training session, the CONTRACTOR is responsible to submit a CAR Form to the COUNTY RPR. The purpose of the submittal of the CAR Form is to request if the CONTRACTOR may conduct a training session with the Operations Staff on an anticipated date. The CAR is to be accompanied by the training agenda and all handouts to be provided. The COUNTY reserves the right to reject the date submitted in instances where Operations staff is unable to accommodate that date because of a scheduling conflict. From the training materials submitted, the COUNTY reserves the right to request additional materials to enhance the training. At a minimum, the training and those materials provided shall be based upon the Manufacturer’s recommendations and the Manufacturer’s Operations and Maintenance manuals.

1.12 CONTRACTOR DELIVERIES The COUNTY will not accept CONTRACTOR deliveries to the project site on the

CONTRACTOR’s behalf.

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION –

Page 16: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01015 01015-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

-THIS PAGE LEFT BLANK INTENTIONALLY-

Page 17: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01025 01025-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01025

MEASUREMENT AND PAYMENT

PART 1 -- GENERAL

1.01 THE REQUIREMENT

A. Work under this contract will be paid for on both a lump sum basis as described on the Bid Form. The amount of payment will be as defined in the Construction Contract.

B. Payment for the various items in the Bid Form, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, taxes, materials, commissions, transportation and handling, bonds, permit fees, insurance, overhead and profit, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). Such compensation shall also include payment for any loss or damages arising directly or indirectly from the Work.

C. All work under this contract shall be included in the lump sum amount listed on the Bid Form.

D. Any items not shown or omitted that are required for a complete installation shall be furnished and installed by the CONTRACTOR at no additional cost to the COUNTY.

E. The prices shall include all labor, materials, tools, and equipment required to complete the work.

F. Payment for repair and replacement of existing utilities will be included in the lump sum bid amount for the new construction.

G. Payment for lump sum items shall be on a percentage of completion of the particular item basis.

H. Additions, deletions, modifications or changes to the work as defined by this contract will be performed by change order according to the General Conditions.

1.02 SUBMITTALS

A. Informational:

1. Schedule of Values: Submit schedule within the time period in accordance with Section 01300 – Submittals and Section 01370 Schedule of Values.

2. Application for Payment in accordance with Section 01027- Application for Payment.

Page 18: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01025 01025-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.03 DESCRIPTION OF PAY ITEMS

A. Described below is a brief summary of the work to be accomplished for the amount in the Bid Form. The amount will include shop drawings, sample submittals, record drawing submittals, O&M manual submittals, clean-up, start-up, testing, and placing in operation. The summary is not intended to describe all items in detail, but to clarify the items on which the price is to be based. The summary does not relieve the Contractor of his responsibility to supply all items complete.

1. Base Bid Item 1 - Northwest Water Reclamation Facility Reuse Water Storage Improvements. This lump sum bid item is for the following elements as generally defined within the Contract Documents;

a. New 3 Million Gallons Pre-stressed Concrete Ground Storage Tank:

This item includes costs for all design, labor, materials, supplies and equipment for constructing the 3 million gallons pre-stressed concrete ground storage tank and accessories. This work includes the ground storage tank and accessories shown on the drawings and specified herein including but not limited to aluminum ladder with safety cage, interior fiberglass ladder with safety rail, fiberglass dome hatch, fiberglass dome ventilator, dome perimeter parapet wall, dome hatch access handrail and kickplate, mechanical level indicator, precast dome mounted overflow structures and other accessories as shown and specified in the Contract Documents. This work includes painting the exterior and interior surfaces of the ground storage tank.

b. Yard Piping:

This item includes all costs for furnishing, dewatering, installing, connecting, start-up and testing of the yard piping. The yard piping includes all of the below ground piping, valves, fittings, concrete encasements and the motorized actuators, pedestals and concrete pads associated with below ground valves. This payment item includes the piping and fittings located below, within the floor and inside the ground storage tank. This item includes the new 30-inch piping and demolition and removal of existing 30-inch piping associated with the relocation of the 30-inch plant effluent pipe. This item includes all materials and work associated with construction of the new portion of 30-inch plant effluent piping and making the tie-ins at both ends of the relocated 30-inch plant effluent pipe including dewatering, excavation, line stopping, draining existing piping, removal of pipe drainage water, harnessed or megalug pipe couplings, backfill and compaction and testing of the relocated 30-inch plant effluent pipe. This item includes a new motorized actuator and associated conduit, wiring and controls for existing valve Tag No. 70-V-41 located at the plant effluent RIBs 1-13 flow meter station as shown and specified in the Contract Documents.

Page 19: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01025 01025-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

c. Recirculation Pumping Station:

This item includes the costs for labor, materials, supplies and equipment for constructing the recirculation pumping station including but not limited to the pumps, above grade piping, fittings, valves, valve motorized actuators, pipe supports, reinforced concrete slab, equipment pads, painting and coating and other accessories as required by the Contract Documents for a fully functional pumping station.

d. Sodium Hypochlorite System Improvements:

This item includes the costs for labor, materials, supplies and equipment for constructing the sodium hypochlorite system improvements. This includes the removal of two existing duplex pump sodium hypochlorite metering pump skids and replacement with an OWNER furnished quadraplex pump sodium hypochlorite metering pump skid as shown and specified in the Contract Documents. A new metering pump skid support structure comprised of reinforced concrete supports and fiberglass grating is included. This item includes a new sodium hypochlorite booster pump that will pump sodium hypochlorite to the 3 MG ground storage tank recirculation pump discharge piping as shown and specified in the Contract Documents. This item includes construction of a new pump support pad and relocation of an existing chlorine transfer pump to the new pump support pad. This items includes the demolition of existing sodium hypochlorite piping and construction of new sodium hypochlorite piping as designated in the Contract Documents.

e. Electrical, Instrumentation and Control:

This item includes all the electrical, instrumentation and control work. This item includes furnishing, installing and testing all electrical, instrumentation and control components as required for fully operational systems for the ground storage tank, recirculation pumping station and sodium hypochlorite feed system modifications as shown on the drawings and specified herein. This item includes all power and control, lightning protection, grounding systems and accessories as shown in the Contract Documents. This item includes new instruments, transmitters, indicators, control panels, and modifications to the existing control system as required to monitor and control the new facilities locally and remotely from the plant control room. This item includes a new residual chlorine analyzer to measure residual chlorine concentration in the new 3 MG ground storage tank. This item includes the electrical power and control needed for a new motorized actuator on the existing valve Tag No. 70-V-41 located at the plant effluent pump RIBs 1-13 flow meter station. The plant SCADA controls for an existing valve Tag No. FCV 70-58 will be transferred over to valve Tag No. 70-V-41. This item includes modifications to the plant wide control system human machine interface screens to depict the new ground storage tank, motorized valves, recirculation pumping station, and integration of the new sodium hypochlorite metering pump skid and sodium hypochlorite transfer pump and display the associated monitoring, controls and alarms.

Page 20: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01025 01025-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

f. Site Work and Restoration:

This item includes the costs for labor, materials, supplies and equipment associated with site construction activities and restoration. This item includes all costs associated with site work including clearing and grubbing, dewatering, excavation, removal of excess soil material, supplying suitable backfill, compaction, soil cement roadway, asphaltic concrete roadway repair, construction of drainage swales, grading and grassing as shown and specified in the Contract Documents. This item includes surveying and soft digs to locate existing buried utilities in advance of construction activities. This item includes costs for existing equipment barrier fencing and erosion/sedimentation control barriers. This item includes costs for sidewalk removal and restoration, gravel, post construction restoration, site clean-up, final grading and grassing and all other site construction activities required to complete the site work. This item includes costs for maintenance of the project site throughout the duration of the project including dust control, noise abatement, waste collection and disposal, portable sanitary toilets, maintaining construction surveying stakes and benchmarks as necessary to maintain a neat and orderly construction site.

2. Base Bid Item 2 – Hauling and Placement of Excess Soil Material on the NWRF Site.

This unit price bid item includes all labor, material, supplies, equipment and fuel for the hauling and placement of excess soil material excavated from the project site to a stockpile location designated on the Contract Drawings. Note that the quantity of 20,000 cubic yards is only to obtain a unit cost for the items and actual quantities may vary from what is identified herein. No adjustments in the unit costs will be made to reflect changes in the quantities based on the execution of the Work.

1.04 SCHEDULE OF VALUES

A. Prepare a schedule of values for the Work in accordance with Section 01370 Schedule of Values.

B. Unit Price Work: Reflect unit price, quantity and price breakdown from the Bid Summary Sheet. Detailed cost breakout shall be as required by the ENGINEER.

C. Summation of the complete schedule of values representing all the Work shall equal the Contract Price.

D. CONTRACTOR must breakout all work to be completed so that repair and replacement work can be distinguished from all new work.

E. All schedules included in the Contract Documents are given for convenience and are not guaranteed to be complete. The CONTRACTOR shall assume all responsibility for the making of estimates of the size, kind, and quantity of materials and equipment included in work to be done under this Contract.

Page 21: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01025 01025-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.05 SCHEDULE OF PAYMENT VALUES

A. The CONTRACTOR shall submit a Schedule of Payment Values for review within 10 calendar days upon receipt of purchase order and executed contract. The schedule shall contain the installed value of the component parts of Work for the purpose of making progress payments during the construction period and shall be consistent with the Bid Summary Sheet.

B. The schedule shall be given in sufficient detail for proper identification of Work accomplished. The Schedule of Payment Values shall directly correlate to each activity outlined in the construction progress schedule and the construction network analysis (specified in the section entitled “Submittals”) to accurately relate construction progress to the requested payment. Each item shall include its proportional share of all costs including the CONTRACTOR's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract.

C. If the CONTRACTOR anticipates the need for payment for materials stored on the project

site, it shall also submit a separate list covering the cost of materials, delivered and unloaded with taxes paid. This list shall also include the installed value of the item with coded reference to the Work items in the Schedule of Payment Values.

PART 2 – PRODUCTS

(NOT USED)

PART 3 – EXECUTION

(NOT USED)

- END OF SECTION -

Page 22: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01025 01025-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 23: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01027 01027-1 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01027

APPLICATIONS FOR PAYMENT

PART 1 - GENERAL

1.01 REQUIREMENT

A. This Section specifies administrative and procedural requirements governing the CONTRACTOR's Applications for Payment.

B. Prior to submitting a monthly payment application, the CONTRACTOR’s progressive As-Built Drawings, As-Built Asset Attribute Data, Gravity Main, and Pipe Deflection Tables for the period covered by the monthly payment application shall be submitted and accepted by the COUNTY.

1.02 FORMAT

A. Format and Content: Use the accepted Schedule of Values.

1. Arrange the Schedule of Values in a tabular form with separate columns to indicate the following for each item listed:

a. Generic name

b. Related specification section

c. Name of subcontractor

d. Name of manufacturer or fabricator

e. Name of supplier

f. Dollar value

2. Round amounts off to the nearest whole dollar. The total shall equal the Contract Amount.

1.03 PREPARATION OF APPLICATION

A. Each Application for Payment shall be consistent with previous applications for payments as certified and paid for by the COUNTY.

1. The initial Application for Payment, the Application for Payment at time of Substantial Completion and the final Application for Payment involve additional requirements.

B. Payment Application Times: As stated in the General Conditions, Payment Applications shall be submitted monthly on a day of the month established by the COUNTY at the Pre-Construction Conference.

C. Application Preparation: CONTRACTOR shall complete every entry on the Pay Application form. The form shall be executed by a person authorized to sign legal documents on behalf of the CONTRACTOR and the signature notarized. Incomplete

Page 24: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01027 01027-2 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

applications will be returned without action. The following procedure shall be followed by the CONTRACTOR:

1. Submit applications typed on forms provided by the COUNTY.

2. Use data on Bid Form and approved Schedule of Values. Provide dollar value in each column for each line item for portion of Work performed and for stored products.

3. List each authorized Change Order and use additional sheets if necessary, list Change Order number and dollar amount for the original item of work.

4. Each item shall have an assigned dollar value for the current pay period and a cumulative value for the project to-date.

5. Submit stored material log, partial waivers of claims and mechanic liens, and Consent of Surety with each application, as further explained below.

D. CONTRACTOR shall submit a stored material log with each application for payment that identifies the type, quantity, and value of all stored material that tracks when the stored materials were installed and deducts the installed material from the stored quantity at that time. Include original invoices for all stored materials for which payment is requested.

E. Waivers of Claims and Mechanics Lien (Waivers): With each Application for Payment the Contactor shall submit waivers of claims and mechanic liens from Subcontractors, Sub-subcontractors, and suppliers for the construction period covered by the previous application.

1. The CONTRACTOR shall submit partial waivers on each item for the amount requested, prior to deduction for retainage, on each item.

2. When an application shows completion of an item, the CONTRACTOR shall submit final or full waivers.

3. The CONTRACTOR shall submit the final Application for Payment with, if not already submitted, the final waivers from every entity involved with performance of work covered by the Application that could lawfully be entitled to a payment claim or lien.

4. Format of Waiver Forms: The CONTRACTOR shall submit executed waivers of claims and liens on forms acceptable to the COUNTY.

5. The COUNTY reserves the right to designate which entities involved in the Work must submit waivers.

F. Transmittal of Pay Applications: CONTRACTOR shall submit seven (7) executed copies of each Application for Payment to the COUNTY. One (1) copy shall include all waivers of lien and similar attachments.

1. The CONTRACTOR shall transmit each Pay Application package with a transmittal form that lists attachments and all appropriate information related to the application. The transmittal form shall be acceptable to the COUNTY.

Page 25: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01027 01027-3 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

2. The CONTRACTOR shall include a certification with each application stating that all previous payments received from the COUNTY under the Contract have been applied by the CONTRACTOR to discharge, in full, all obligations of the CONTRACTOR in connection with the Work covered by prior applications for payment. The CONTRACTOR shall also certify that all materials and equipment incorporated into the Work are free and clear of all liens, claims, security interest, and encumbrances.

G. Initial Application for Payment Submittal: Administrative actions and submittals that must precede or coincide with submittal of the initial Application for Payment include the following:

1. List of Subcontractors

2. List of principal suppliers and fabricators

3. Schedule of Values

4. CONTRACTOR's Construction Progress Schedule (accepted)

5. List of CONTRACTOR's staff assignments

6. Copies of building permits

7. Copies of authorizations and licenses from governing authorities for performance of the Work

8. Certificates of insurance and insurance polices

9. Performance and Payment bonds (if required)

10. Data needed to acquire COUNTY's insurance

H. Monthly Application for Partial Payment Submittals: Administrative actions and submittals that must precede or coincide with submittal of Monthly Applications for Partial Payment include the following, as applicable:

1. Relevant tests

2. Progressive as-built drawings (one (1) paper copy and an electronic copy).

3. Table 01050-2 Asset Attribute Data Form examples (one (1) paper copy and an electronic copy).

4. Table 1050-3 Pipe Deflection Table example (one (1) paper copy and an electronic copy).

5. Table 1050-4 Gravity Main Table (one (1) paper copy and an electronic copy).

6. An electronic copy of all survey field notes

7. Partial Release of Lien

8. Partial Consent of Surety

Page 26: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01027 01027-4 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

9. Site photographs

10. Updated Progress Schedule: submit one (1) electronic copy and five (5) copies

11. Summary of Values

12. Pay Request

13. On-Site Storage of materials

14. Draw Schedule

I. Substantial Completion Application for Payment Submittal: Following issuance of the Certificate of Substantial Completion, CONTRACTOR shall submit an Application for Payment. This Application shall reflect any Certificates of Partial Substantial Completion issued previously for the COUNTY’s occupancy of designated portions of the Work.

1. Administrative actions and submittals that shall precede or coincide with this application include:

a. Occupancy permits and similar approvals

b. Warranties (guarantees) and maintenance agreements

c. Test/adjust/balance records

d. Maintenance instructions

e. Meter readings

f. Start-up performance reports

g. Change-over information related to the COUNTY's occupancy, use, operation and maintenance

h. Final Cleaning

i. Application for reduction of retainage and consent of surety

j. Advice on shifting insurance coverage

k. List of incomplete Work, recognized as exceptions to COUNTY’s Certificate of Substantial Completion

J. Final Completion Application for Payment Submittal: Administrative actions and submittals which must precede or coincide with submittal of the final payment Application for Payment include the following:

1. Prior to submitting a request for final payment or the COUNTY issuing a Certificate of Completion for the Work, the CONTRACTOR shall submit the final Record Documents to the COUNTY for approval. Retainage funds will be withheld at the COUNTY’s discretion based on the quality and accuracy of the final Record Documents.

2. Written signed statements by the CONTRACTOR

Page 27: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01027 01027-5 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

a. Completion of project close-out requirements

b. Completion of items specified for completion after Substantial Completion

c. Assurance that unsettled claims are settled

d. Assurance that work not complete and accepted is now completed

3. Transmittal of Record Documents to the COUNTY

4. Proof that taxes, fees, and similar obligations have been paid

5. Removal of temporary facilities and services has been completed

6. Removal of surplus materials, rubbish, and similar elements

7. Execute certification by signature of authorized officer.

8. Prepare Application for Final Payment as required in General Conditions

1.04 PAY APPLICATION SUBSTANTIATING DATA

A. When the COUNTY requires substantiating data for a Pay Application, submit data justifying Pay Application line item amounts in question.

B. Provide one (1) copy of data with a transmittal letter for each copy of Pay Application submittal. The Pay Application number, date, and line item by number and description shall be clearly stated.

PART 2 - PRODUCTS

(NOT USED)

PART 3 - EXECUTION

(NOT USED)

- END OF SECTION -

Page 28: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01027 01027-6 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 29: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01050 01050-1 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01050

SURVEYING AND FIELD ENGINEERING

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. Surveying services required for proper layout of work and record information.

1. Survey work required for execution of the Work.

2. Civil, structural or other professional engineering services specified or required to execute the Work.

3. The method of field staking for the construction of the work shall be at the option of the CONTRACTOR. The drawings provide the engineering surveys to establish reference points which were determined necessary to enable the CONTRACTOR to proceed with the Work.

4. The accuracy of any method of staking shall be the responsibility of the CONTRACTOR. All engineering for vertical and horizontal control shall be the responsibility of the CONTRACTOR.

5. The CONTRACTOR shall be held responsible for the preservation of all stakes and marks. If any stakes or marks are carelessly or willfully disturbed by the CONTRACTOR, the CONTRACTOR shall not proceed with the Work until the points, mark lines and elevations have been re-established.

6. The CONTRACTOR shall retain the services of a registered land surveyor licensed in the State of Florida to identify existing control points and maintain a survey during construction and for record document purposes.

1.02 RELATED SECTIONS

A. Section 01300 – Submittals

B. Section 01400 – Quality Control

C. Section 01700 – Project Closeout

D. Section 01720 – Project Record Documents and Survey

1.03 REQUIREMENTS

A. Survey Services

1. The CONTRACTOR shall retain the services of a registered Surveyor and Mapper licensed in the State of Florida to provide professional surveying and mapping services necessary for the construction including a control survey and an as-built survey during construction. The Surveyor will identify control points (monuments and benchmarks noted on the Drawings). The construction layout survey shall be established from the control points shown on the Construction Drawings. The

Page 30: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01050 01050-2 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

control points shall be confirmed by the CONTRACTOR prior to start of construction. The accuracy of any method of staking shall be the responsibility of Surveyor. All staking shall be done to provide for easy verification of the work by the COUNTY. The CONTRACTOR shall provide all surveys necessary for the construction of the Work.

B. Field Engineering Services

1. The ENGINEER shall be of the discipline required for the work.

2. The ENGINEER shall be responsible for duties during Construction to include, but not limited to:

a. Inspections, testing, witnessing requiring a licensed Professional Engineer.

b. Design of temporary shoring, bridging, scaffolding or other temporary construction, formwork and protection of existing structures.

c. Other requirements as specified herein.

3. Engineering related designs and inspections shall be signed by the licensed Professional Engineer as required by the COUNTY.

C. Qualifications of the Surveyor

The Surveyor, who is proposed by the CONTRACTOR to provide services for the Project, is subject to the approval of the COUNTY. Prior to any services being performed, the CONTRACTOR shall submit the name and address of any proposed Surveyor and a written acknowledgement from the Surveyor stating that he has the hardware, software and adequate scope of services in his agreement with the CONTRACTOR to fully comply with the requirements of this specification. These submittals shall be provided to the COUNTY prior to Notice to Proceed. It is recommended that the Surveyor attend the Pre-Construction meeting. Any Surveyor, who has not previously performed work for the COUNTY shall attend the Pre-Construction meeting.

D. Submittals

1. Provide qualifications of the Surveyor or ENGINEER.

a. A Florida Registered Professional Engineer or Registered Surveyor and Mapper, who is proposed by the CONTRACTOR to provide services for the Work, shall be acceptable to the COUNTY prior to field services being performed.

b. A Professional Engineer shall be of the discipline required for the specific service for the Work.

c. Submit name, address and telephone number of the Surveyor and/or ENGINEER, as appropriate to the COUNTY for acceptance before starting survey or engineering work.

2. On request, submit documentation verifying accuracy of survey work.

Page 31: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01050 01050-3 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

3. Surveyor shall certify all elevations and locations included in Tables 01720- 2, 3, and 4.

4. Submit written acknowledgement from the Surveyor stating that he has the hardware, software and adequate scope of services in his agreement with the CONTRACTOR to fully comply with the requirements of this specification.

5. Submit certificate signed by Surveyor with Project Record Documents certifying that elevations and locations of improvements are in conformance, or non-conformance, with Contract Documents.

1.04 QUALITY CONTROL

A. A Land Surveyor Registered in the State of Florida shall be used for verifying existing control points and establishing new control points. CONTRACTOR shall be responsible to verify the accuracy of the established control points prior to performing layout.

1.05 PROJECT RECORD DOCUMENTS

A. Maintain complete, accurate log of control and survey work as it progresses.

B. Maintain one set of plans that all record drawing information is kept on. These plans shall show the record information within one week of installation of work or information being made available. CONTRACTOR’s record drawing markups will be available for review by the OWNER at any time during the normal workday.

C. Submit record drawing markups as specified in Section 01700 entitled “Project Closeout” and Section 01720 entitled “Project Record Drawings”.

PART 2 – PRODUCTS

2.01 SURVEY DOCUMENTS

A. Survey documents shall comply with the Minimum Technical Standards of Chapter 61G17-6 of the Florida Administrative Code (FAC) and Table 01720-1 Minimum Survey Accuracies (Section 01720), whichever are more stringent. All coordinates shall be geographically registered in the Florida State Plan Coordinate System using the contract Drawings control points for horizontal and vertical controls.

B. The Surveyor shall not copyright any of their Work related to this project.

PART 3 -- EXECUTION

3.01 INSPECTION

A. Verify locations of survey control points prior to starting work.

B. Promptly notify OWNER of any discrepancies discovered.

Page 32: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01050 01050-4 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

3.02 SURVEY REFERENCE POINTS

A. Protect survey control points prior to starting site work; preserve permanent reference points during construction. Make no changes without prior written notice to OWNER.

B. Promptly report to OWNER the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. Replace dislocated survey control points based on original survey control.

3.03 SURVEY REQUIREMENTS

A. The OWNER shall provide one bench mark for vertical and horizontal control during construction. CONTRACTOR shall be responsible for laying out the work, shall protect and preserve the established bench mark and shall make no changes or relocations without prior approval of OWNER. CONTRACTOR shall report to OWNER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Copies of surveyor’s field notes and/or electronic files for point replacements shall be provided to the OWNER.

B. CONTRACTOR shall establish line and levels, locate and lay out by instrumentation and similar appropriate means:

1. Site improvements, including pavements, stakes for grading, fill and topsoil placement, utility locations, slopes, and invert, or centerline, elevations. Submit cut sheets for gravity sewers to OWNER three days prior to construction.

2. Grid or axis for structures.

3. Building foundation, column locations, and ground floor elevations.

4. Piping locations, slopes, and invert, or centerline, elevations.

C. Periodically verify layouts by same means.

D. All coordinates and horizontal as-built survey information required herein shall be identified on the Record Drawings and shall be referenced to the Florida State Plane Coordinate System, Florida East Zone, North American Datum 83 with 1990 corrections. All elevations provided shall be based upon the National Geodetic Vertical Datum of 1929 (NGVD 1929). The CONTRACTOR shall provide the appropriate conversion equation to convert NGVD 1929 to the North American Vertical Datum of 1988 (NAVD 1988). The OWNER will provide electronic files of the drawings to be used by the surveyor.

E. CONTRACTOR shall provide and incorporate into record drawing markups the horizontal and vertical record locations of improvements, including the following:

1. Corner coordinates of rectangular or square buildings, structures, and slabs.

2. Center coordinates of circular buildings, structures, and slabs.

3. Building floor elevations.

4. Floor elevations of structures and tanks as required to define floor slope.

5. Top elevations of structures and slabs.

Page 33: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01050 01050-5 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

6. Manhole center coordinates for sanitary sewers, storm sewers, and electrical duct banks.

7. Pipe coordinates at changes in direction.

8. Coordinates of buried valves, tees and fittings.

9. All underground piping invert or top of pipe elevations including at changes in slope.

10. All underground pipe invert or top of pipe elevations at tees and crosses.

11. Pipe invert or top of pipe elevations at crossing with other pipe.

12. Invert or top of pipe elevations and coordinates of existing pipe at crossing with underground pipe installed under this project.

13. Invert elevations of manhole pipe inlets and outlets.

14. Duct bank coordinates at changes in direction.

15. Top and bottom elevations of duct banks at manholes and handholes.

16. Clearing, grubbing, work limits, right-of-way lines, and easements.

17. Other horizontal and vertical record data pertinent to completed Work.

F. Ground surface record/information shall include the following:

1. Spot elevations should be shown at a minimum 100-foot rectangular grid, sufficient to show all the important topographic features.

2. All elevations shown on the construction drawings shall be confirmed or amended on the record drawing markups if finished elevations are different.

- END OF SECTION -

Page 34: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01050 01050-6 ORANGE COUNTY UTILITES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 35: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01065 01065-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01065

PERMITS AND FEES

PART 1 -- GENERAL

1.01 REQUIREMENTS

A. General

1. Upon Notice of Award, obtain and pay for all appropriate and applicable permits and licenses as provided for in the General Conditions, except as otherwise provided herein.

2. Schedule all inspections and obtain all written approvals of the agencies required by the permits and licenses.

3. Strictly adhere to the specific requirements of the governmental unit(s) or agency(cies) having jurisdiction over the Work. Whenever there is a difference in the requirements of a jurisdictional body and the Contract Documents, the more stringent shall apply.

4. A copy of the permits obtained by the COUNTY are furnished in Appendix C "Permits Obtained by COUNTY of these specifications.

5. Unless otherwise specified, the cost of work specified in the various sections of Division 1, will not be paid for separately but the cost therefore shall be considered incidental to and included in the bid prices of the various Contract items.

B. Building Permit (Orange County)

1. The COUNTY will pay the general building permit fee and any related impact fees or assessments to be paid to Orange County for the issuance of that permit only.

2. The CONTRACTOR shall pay all fees associated with obtaining Orange County trade permits and any and all inspection fees for the Orange County Building Department providing inspections for this project. The CONTRACTOR shall apply for and obtain the building permits from Orange County and schedule and obtain final approval from the building inspectors.

3. The CONTRACTOR shall be responsible for scheduling all permit inspections and obtaining inspection approval from Orange County, as required by the building and sub-discipline construction permits.

C. Construction Dewatering Permit

1. The CONTRACTOR shall apply and pay for all fees associated with obtaining Florida Department of Environmental Protection County Office construction dewatering permits, if required. The CONTRACTOR shall provide all materials and equipment to comply with the permit requirements at no additional cost to the COUNTY.

Page 36: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01065 01065-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

PART 2 -- PRODUCTS

(NOT USED)

PART 3 -- EXECUTION

(NOT USED)

- END OF SECTION -

Page 37: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01070 01070-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01070

ABBREVIATIONS

PART 1 -- GENERAL

1.01 THE REQUIREMENT

A. Wherever in these specifications references are made to the standards, specifications, or other published data of the various national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these specifications, the following acronyms or abbreviations which may appear in these specifications shall have the meanings indicated herein.

1.02 ABBREVIATIONS AND ACRONYMS

AA Aluminum Association

AAMA Architectural Aluminum Manufacturer's Association

AASHTO American Association of the State Highway and Transportation Officials

ACI American Concrete Institute

ACIFS American Cast Iron Flange Standards

ACOE Army Corps of Engineers

ACPA American Concrete Pipe Association

AFBMA Anti-Friction Bearing Manufacturer's Association, Inc.

AGMA American Gear Manufacturer's Association

AHGDA American Hot Dip Galvanizers Association

AI The Asphalt Institute

AIA American Institute of Architects

AIEE American Institute of Electrical Engineers

AISC American Institute of Steel Construction

AISI American Iron and Steel Institute

AITC American Institute of Timber Construction

AMCA Air Moving and Conditioning Association

ANSI American National Standards Institute, Inc.

APA American Plywood Association

API American Petroleum Institute

APHA American Public Health Association

APWA American Public Works Association

ASA Acoustical Society of America

Page 38: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01070 01070-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

ASAE American Society of Agriculture Engineers

ASCE American Society of Civil Engineers

ASHRAE American Society of Heating, Refrigerating, and Air-Conditioning Engineers

ASLE American Society of Lubricating Engineers

ASME American Society of Mechanical Engineers

ASMM Architectural Sheet Metal Manual

ASSCBC American Standard Safety Code for Building Construction

ASSE American Society of Sanitary Engineers

ASTM American Society for Testing and Materials

AWPA American Wood Preservers Association

AWPI American Wood Preservers Institute

AWS American Welding Society

AWWA American Water Works Association

CEMA Conveyor Equipment Manufacturer’s Association

CMA Concrete Masonry Association

CRSI Concrete Reinforcing Steel Institute

CS Commercial Standards

DIPRA Ductile Iron Pipe Research Association

EIA Electronic Industries Association

ETL Electrical Test Laboratories

FAC Florida Administrative Code

FBC Florida Building Code

FDEP Florida Department of Environmental Protection

FDOT Florida Department of Transportation

FS Federal Specifications

IEEE Institute of Electrical and Electronics Engineers

IES Illuminating Engineering Society

IPCEA Insulated Power Cable Engineers Association

ISA Instrument Systems and Automation

ISO International Organization for Standardization

MBMA Metal Building Manufacturers Association

MMA Monorail Manufacturers Association

MTI Marine Testing Institute

NAAM National Association of Architectural Metal Manufacturers

Page 39: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01070 01070-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

NACE National Association of Corrosion Engineers

NASSCO National Association of Sewer Service Companies

NBS National Bureau of Standards

NEC National Electrical Code

NEMA National Electrical Manufacturer's Association

NFPA National Fire Protection Association

NIOSH National Institute of Occupational Safety and Health

NIST National Institute of Standards and Testing

NPT National Pipe Threads

NRCA National Roofing Contractors Association

NSF National Science Foundation

OSHA Occupational Safety and Health Administration

PCA Portland Cement Association

PCI Prestressed Concrete Institute

PCM Program Construction Manager

PBCHD Palm Beach County Health Department

PMT Program Management Team

SRWMD St. Johns River Water Management District

SMACCNA Sheet Metal and Air Conditioning Contractors National Association

SSPC Steel Structures Painting Council

SSPWC Standard Specifications for Public Works Construction

SRWMD St. Johns River Water Management District

UL Underwriters Laboratories, Inc.

PART 2 -- PRODUCTS

(NOT USED)

PART 3 -- EXECUTION

(NOT USED)

- END OF SECTION -

Page 40: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01070 01070-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 41: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01090 01090-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01090

REFERENCE STANDARDS PART 1 -- GENERAL 1.01 WORK INCLUDED

A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications.

B. Applicable Publications: Whenever in these Specifications references are made to

published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date of the opening of bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements.

C. Specialists, Assignments: In certain instances, Specification text requires (or implies) that

specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the CONTRACTOR has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of Contract requirements remains with the CONTRACTOR.

1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS

A. Without limiting the generality of other requirements of the specifications, all work specified herein shall conform to or exceed the requirements of all applicable codes.

B. References to a particular code shall mean the latest edition of the code as approved and

used as of the bid date of the project, as adopted by the agency having jurisdiction, shall apply to the Work herein, including all addenda, modifications, amendments, or other lawful changes thereto. References to “Building Code” shall mean Florida Building Code.

C. In case of conflict between codes, reference standards, Drawings and the other Contract

Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the ENGINEER for clarification and directions prior to ordering or providing any materials or labor. The CONTRACTOR shall bid the most stringent requirements.

Page 42: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01090 01090-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

D. Applicable Standard Specifications: The CONTRACTOR shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and Specifications listed herein.

E. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto.

F. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto.

G. A partial listing of codes, regulations, specifications, and standards includes the following:

Air Conditioning and Refrigeration Institute (ARI)

Air Diffusion Council (ADC)

Air Moving and Conditioning Association (AMCA)

The Aluminum Association (AA)

American Architectural Manufacturers Association (AAMA)

American Boiler Manufacturer's Association (ABMA) American Concrete Institute (ACI)

American Gas Association (AGA) American Gear Manufacturers Association (AGMA)

American Hot Dip Galvanizers Association (AHDGA)

American Institute of Steel Construction, Inc. (AISC)

American Iron and Steel Institute (AISI)

American National Standards Institute (ANSI)

American Society of Civil Engineers (ASCE)

American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. (ASHRAE)

American Society of Mechanical Engineers (ASME)

American Society for Testing and Materials (ASTM)

American Standards Association (ASA)

Page 43: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01090 01090-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

American Water Works Association (AWWA) American Welding Society (AWS)

American Wood-Preserver's Association (AWPA)

Anti-Friction Bearing Manufacturers Association (AFBMA)

Building Officials and Code Administrators (BOCA) Consumer Product Safety Commission (CPSC)

Factory Mutual (FM)

Federal Specifications Florida Building Code (FBC)

Industrial Risks Insurers (IRI) Instrument Society of America (ISA)

Institute of Electrical and Electronics Engineers (IEEE)

National and Local Fire Codes

Lightning Protection Institute (LPI)

National Electrical Code (NEC)

National Electrical Manufacturer's Association (NEMA)

National Electrical Safety Code (NESC)

National Electrical Testing Association (NETA)

National Fire Protection Association (NFPA)

Regulations and Standards of the Occupational Safety and Health Act (OSHA)

Southern Building Code Congress International, Inc. (SBCCI)

Sheet Metal & Air Conditioning Contractors National Association (SMACCNA)

Standard Mechanical Code

Standard Plumbing Code

Underwriters Laboratories Inc. (UL)

Page 44: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01090 01090-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

H. CONTRACTOR shall, when required, furnish evidence satisfactory to the ENGINEER that materials and methods are in accordance with such standards where so specified.

I. In the event any questions arise as to the application of these standards or codes, copies shall be supplied on-site by the CONTRACTOR.

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION -

Page 45: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01200 01200-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01200

PROJECT MEETINGS PART 1 -- GENERAL 1.01 PROJECT KICKOFF AND PRECONSTRUCTION CONFERENCE

A. Pursuant to Article 5 of the General Conditions, a preconstruction conference will be held to discuss submittals as indicated in Section 01300 of this division and the CONTRACTOR’s responsibilities described in the General Conditions.

B. Attendance:

1. OWNER

2. ENGINEER

3. CONTRACTOR

4. Major subcontractors

5. Representatives of suppliers and manufacturers as appropriate to the agenda.

6. COUNTY MBE/WBE representative

7. Surveyor if first time performing work for the OWNER.

C. Minimum Agenda:

1. Tentative construction and submittal schedules

2. Distribution of major subcontractors and suppliers and contact information

3. Critical work sequencing

4. Designation of responsible personnel

5. Processing of Field Decisions, Change Orders, pay applications, and schedule of values.

6. Adequacy of distribution of Contract Documents

7. Submittal of Shop Drawings and samples

8. Procedures for maintaining record documents

9. Use of site and OWNER's requirements

10. Major equipment deliveries and priorities

11. Temporary construction facilities and utilities

Page 46: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01200 01200-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

12. Safety and first aid procedures

13. Security procedures

14. Housekeeping procedures

15. Processing of Partial Payment Requests

16. General regard for community relations

17. Completion time for contract and liquidated damages

1.02 MONTHLY PROGRESS MEETINGS

A. Progress meetings will be held monthly in the CONTRACTOR’s field trailer conference room or the COUNTY’s field office during the performance of the work of this Contract. Days for the meetings shall be determined during the pre-construction conference. Additional meetings may be called as progress of work dictates.

B. The ENGINEER will prepare and distribute agenda, preside at meetings and record

minutes of proceedings and decisions. The ENGINEER will distribute copies of minutes to participants.

C. The CONTRACTOR's representative is to attend the project meetings and have the

authority to act on behalf of the entity represented on field related matters. CONTRACTOR’s representative is to study previous meeting minutes and current agenda items, in order to be prepared to discuss pertinent topics and provide specific information including but not limited to:

1. Status of submittals and actions necessary to expedite them 2. Status of activities behind schedule and actions necessary to regain the approved

schedule 3. Status of materials and equipment deliveries and action necessary to expedite

materials and equipment and maintain the approved schedule 4. Status of open RFI’s and actions necessary to address them

D. To the maximum extent practicable, the CONTRACTOR is to assign the same personnel

to represent the CONTRACTOR at Progress Meetings throughout the progress of the work.

E. The CONTRACTOR is to provide a current Shop Drawing submittal log at each progress

meeting. F. The CONTRACTOR is to provide copies of the updated Progress Schedule at each project

meeting in accordance with the General Conditions including a 3 week look ahead schedule for upcoming events.

Page 47: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01200 01200-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

G. Attendance:

1. OWNER

2. ENGINEER

3. CONTRACTOR

4. Subcontractors, only with ENGINEER's approval or request, as pertinent to the agenda

H. Minimum Agenda:

1. Review and approve minutes of previous meetings.

2. Review progress of Work since last meeting. Recommended to review progressive as-built drawings.

3. Review proposed 30-60 day construction schedule.

4. Review status of shop drawings, RFI’s and change orders

5. Note and identify problems which impede planned progress.

6. Develop corrective measures and procedures to regain planned schedule.

7. Revise construction schedule as indicated and plan progress during next work period.

8. Maintaining of quality and work standards.

9. Complete other current business.

10. Pay application status

11. Schedule next progress meeting.

I. Revision to Minutes

1. Unless minutes are challenged, in writing, prior to the next regularly scheduled Progress Meeting, they will be accepted as properly summarizing the discussions and decisions of the meeting.

2. Persons challenging minutes shall reproduce and distribute copies of the challenge to all indicated recipients of the particular set of minutes.

3. Challenge to minutes shall be settled as priority portion of "old business" at next regularly scheduled meeting.

1.03 OTHER MEETINGS

At strategic times during the construction process, as specified in the standard specifications and other locations in the Contract Documents, field inspection meetings shall be requested by the CONTRACTOR. CONTRACTOR shall coordinate such field inspection meetings as to fulfill requirements of these documents prior to the approval of

Page 48: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01200 01200-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

progress pay requests for such items. The CONTRACTOR shall document the decisions and directives administered during Field Meetings within the CONTRACTOR’s Daily logs.

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED)

- END OF SECTION -

Page 49: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01300 01300-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01300

SUBMITTALS

PART 1 -- GENERAL

1.01 THE REQUIREMENT

A. This section includes the submissions of shop drawings, samples, operation and maintenance manuals and record drawings. There are other requirements in the Contract documents for submittals that are not addressed herein.

B. The submittal shall contain a copy of the pertinent specification Section(s) respective to that submittal, with addendum updates included, and all referenced and applicable sections, with addendum updates included, with each paragraph check-marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. Check marks shall denote full compliance with a paragraph as a whole. If deviations from the specifications are indicated, and therefore requested by the CONTRACTOR, each deviation shall be underlined and denoted by a number in the margin to the right of the identified paragraph, referenced to a detailed written explanation of the reasons for requesting the deviation. The ENGINEER shall be the final authority for determining acceptability of requested deviations. The remaining portions of the paragraph not underlined will signify compliance on the part of the CONTRACTOR with the specifications. Failure to include a copy of the marked-up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal with no further consideration.

C. Accompanying a copy of the pertinent specification Section(s) as noted in Part 1.01.B, the submittal shall contain a copy of the contract mechanical process, structural, electrical and instrumentation drawings relating to the submitted equipment, with addendum updates that apply to the equipment in this section, marked to show specific changes necessary for the equipment proposed in the submittal. If no changes are required, the drawing or drawings shall be marked "no changes required". Failure to include copies of the relevant drawings with the submittal shall be cause for rejection of the entire submittal with no further review.

D. Submittals shall be identified per the respective specification Sections which the elements are specified within, e.g. 15095 Valves, General Part 1.02 Submittals.

E. The CONTRACTOR shall group all elements specified within a respective specification Section into a singular submittal per that specification Section. For certain specification Sections with a large volume of content, the CONTRACTOR may provide no more than three (3) submittals for inclusive content within a singular specification section.

F. Shop drawings and other submittals will be reviewed no more than twice at the OWNER’s expense. All subsequent reviews will be performed at times convenient to the ENGINEER

Page 50: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01300 01300-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

and at the CONTRACTOR’s expense, based on the ENGINEER’s then prevailing rates. The CONTRACTOR shall reimburse the OWNER for all such fees invoiced to the OWNER by the ENGINEER. Submittals are required until accepted. Any need for more than one (1) resubmission, or any other delay in obtaining ENGINEER’s review of submittals, will not entitle CONTRACTOR to extension of the Contract Time.

G. Partial submittals will not be reviewed. The ENGINEER will be the only judge as to the completeness of a submittal. Submittals not complete will be returned to the CONTRACTOR and will be considered “Not Accepted” until resubmitted. The ENGINEER may at his option provide a list or mark the submittal directing the CONTRACTOR to the areas that are incomplete.

H. Identify submittals with the name of the project, date, and accompany each lot submitted with a letter of transmittal referring to the name of the project, the specification page number, and/or drawing number, and tag number for identification for each item. Submittals for each type of work shall be numbered per specification consecutively, and the numbering system shall be retained throughout all revisions.

I. In all submittals and schedules, allow 30 days for the ENGINEER's review of each shop drawing submittal or resubmittal. No work shall be performed without approved shop drawings.

J. Resubmittals will be handled in the same manner as first submittals. On resubmittals, the CONTRACTOR shall identify all revisions made to the submittals, either in writing on the letter of transmittal or on the shop drawing by use of revision triangles or other similar methods. The resubmittal shall clearly respond to each comment made by the ENGINEER on the previous submission. Additionally, the CONTRACTOR shall direct specific attention to any revisions made other than the corrections requested by the ENGINEER on previous submissions. The CONTRACTOR shall be allowed two reviews by the ENGINEER without penalty. The COUNTY may backcharge the CONTRACTOR for the ENGINEER’s time to review shop drawing submittals that exceed two reviews.

1.02 SHOP DRAWINGS

A. Prepare shop drawings in accordance with Article 9 of the General Conditions and send to the Project Manager carriage prepaid. Submit shop drawings and product data for all materials and equipment to be incorporated into the Work.

B. The term "shop drawing" as used herein includes fabrication, erection and installation, layout, and setting drawings, manufacturer's drawings, descriptive literature, catalogs and brochures, performance and test data, mix design, wiring and control diagrams, all other drawings and descriptive data pertaining to materials, equipment, piping, duct and conduit systems, and methods of construction as may be required to show that the materials, equipment or systems, and the positions thereof conform to the Contract requirements. As used herein, the term "manufactured" applies to standard units usually mass-produced; and "fabricated" means items specifically assembled or made out of selected materials to meet individual design requirements.

Page 51: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01300 01300-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

C. Shop Drawings shall be prepared and submitted with identification per specification section wherein the elements are specified, e.g. 15095 Part 1.02.B. for Valves, General.

D. Multiple shop drawings shall not be submitted for individual respective elements within a

single specification section. One shop drawing shall be prepared per specification section in order to encompass all elements within that specification. For large specification sections, a group of no greater than three shop drawings shall be prepared for those sections.

E. Shop drawings shall establish the actual detail of all manufactured or fabricated items,

indicate proper relation of adjoining work, amplify design details of mechanical and electrical equipment in proper relation to physical spaces in the structure, and incorporate minor changes of design or construction to suit actual conditions. Shop drawings shall be drawn to scale and shall be completely dimensioned.

F. If shop drawings cover more than one piece of equipment or components, the shop

drawing shall show the entire assembly and the relationship and connections between all components.

G. Supply short and long term storage procedures on all equipment submitted. H. Coordinate the shop drawings from different manufacturers and supplies so that all

equipment and material will fit and work together. The contract drawings are diagrammatic and are intended to indicate general arrangement of equipment, ducts, conduits, piping, and fixtures. The CONTRACTOR shall be fully responsible for observing the need for and making any changes in the arrangement of piping, connections, wiring, manner of installation, etc., which may be required by the materials/equipment he proposes to supply both as pertains to his own work and any work affected under other parts, headings, or divisions of drawings and specifications. Changes shall be reviewed in advance by the ENGINEER.

I. Shop drawings, including manufacturer's literature, catalog cuts, or other printed material

shall be entitled with the name of the project on each sheet and shall otherwise be identified by listing the particular Division, Section, Article, or reference of the work pertaining thereto. Differing items shall not be submitted on the same sheet. For acceptance of differing items, any deviations shall be highlighted and annotated.

J. The CONTRACTOR shall review, approve, stamp and sign all shop drawings prior to

submitting to the COUNTY.

1.03 SAMPLES

Submit physical examples to illustrate materials, equipment, or workmanship and to establish standards by which work is to be evaluated.

1.04 CONSTRUCTION SCHEDULES

Construction and progress schedules shall be prepared and presented in accordance with Section 01310 Progress Schedules.

Page 52: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01300 01300-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.05 SCHEDULE OF PAYMENT VALUES

The CONTRACTOR shall prepare a preliminary Schedule of Values to correspond with the project schedule for submission at the preconstruction conference and a detailed Schedule of Values to correspond with the revised Original CPM Schedule as required under in conjunction with the Revised Original CPM Schedule submission.

1.06 OPERATION AND MAINTENANCE MANUALS

Submit draft and final operation and maintenance manuals in accordance with the

requirements of Section 01730 – Operation and Maintenance Manuals. 1.07 AUDIO-VISUAL RECORDS

Submit pre- and post-construction video, construction progress photographs and aerial photographs in accordance with Section 01380 – Audio-Visual Documentation.

1.08 PROJECT RECORD DRAWINGS

Submit Record Drawings in accordance with the requirements of Section 01720 – Project Record Documents.

1.09 COMPILATION OF MANUFACTURER’S WARRANTIES AND CERTIFICATION

LETTERS The CONTRACTOR shall provide and compile all documentation and pertinent information regarding all warranties on the Reuse Storage Improvements into compilation notebook(s). The warranties shall be collated in a series of notebooks that shall be indexed by equipment tag number, unit processes and/or other pertinent organizational method as directed by Orange County Utilities. The notebooks shall include a singular table which shall document the commencement and expiration dates of all warranties on the project. The table shall be electronically transmitted to Orange County Utilities in MS Excel format. The information shall be formatted in a manner, as directed by the Orange County Utilities NWRF Operations staff, for input and incorporation into the COUNTY’s Maximo Asset Management software. The warranties shall be accompanied by the manufacturer’s certification letters that are supplied to the COUNTY for each respective piece of equipment furnished. The letters provide certification from the manufacturer that the equipment was properly installed in accordance with the contract documents, manufacturer’s requirements and is operating properly at commencement of service. The letters shall be provided in the same divider as the warranty information.

1.10 MAXIMO ASSET MANAGEMENT SOFTWARE

The CONTRACTOR shall prepare an MS Excel based spreadsheet in a format as provided or directed by the Orange County Utilities NWRF Operations staff, for pertinent specification data from all equipment furnished within the Project for input into the COUNTY’s Maximo Asset Management software.

Page 53: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01300 01300-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.11 GENERAL SUBMITTAL PROCEDURE

A. The submittal procedure will be finalized at the Preconstruction Conference. The CONTRACTOR shall submit electronic file copies (PDF format) of shop drawings, O&M submittals and requests for information (RFIs) directly to the ENGINEER by email or using an electronic file transfer site for files larger than 20 MB with copies to the COUNTY’s Chief Utilities Inspector and RPR. The ENGINEER shall review the shop drawings and O&M submittals and return them to the CONTRACTOR in electronic PDF file format by email. Shop drawing submittals returned by the ENGINEER to the CONTRACTOR will be stamped and signed to indicate the status of the submittal. Similarly, ENGINEER replies to CONTRACTOR RFIs will be made by email using electronic files in PDF format with copies to the COUNTY’s Chief Utilities Inspector and RPR.

B. All pages included in electronic submittals shall be neat, clean and fully legible. The ENGINEER will require resubmittal (without review) of the entire submittal package should the submittal package contain pages that are not neat, clean and fully legible.

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED)

- END OF SECTION-

Page 54: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01300 01300-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 55: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01301 01301-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01301

PRODUCT SUBSTITUTIONS

PART 1 -- GENERAL 1.01 SUMMARY

A. General

1. Base all bids on materials and equipment specified in the Appendix D Orange County Utilities List of Approved Products.

2. Certain types of equipment and kinds of material are described in specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers.

a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by COUNTY/Professional.

3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions:

a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of CONTRACTOR; or,

b. CONTRACTOR proposes a cost and/or time reduction incentive to the OWNER.

1.02 QUALITY ASSURANCE

A. In making request for substitution or in using an approved product, CONTRACTOR:

1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform the function for which it is intended.

2. Will provide same guarantee for substitute item as for product specified.

3. Waives all claims for additional costs related to substitution which subsequently arise.

1.03 DEFINITIONS

A. Product: Manufactured material or equipment.

1.04 PROCEDURE FOR REQUESTING SUBSTITUTION

A. Substitution shall be considered only:

Page 56: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01301 01301-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1. After award of Contract

2. Under the conditions stated herein

B. Written request through CONTRACTOR only.

C. Transmittal Mechanics

1. Follow the transmittal mechanics prescribed for Shop Drawings in Specification Section 01300 "Submittals."

a. Product substitution will include in the transmittal letter, either directly or as a clearly marked attachment, the items listed in Paragraph D below.

D. Transmittal Contents

1. Product identification:

a. Manufacturer's name

b. Telephone number and representative contact name

c. Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents.

2. Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents.

3. Itemized comparison of original and proposed product addressing product characteristics including but not necessarily limited to:

a. Size

b. Composition or materials of construction

c. Weight

d. Electrical or mechanical requirements

4. Product experience

a. Location of past projects utilizing product.

b. Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product.

c. Available field data and reports associated with proposed product.

5. Data relating to changes in construction schedule.

6. Data relating to changes in cost.

7. Samples

a. At request of COUNTY/Professional.

b. Full size if requested by COUNTY/Professional.

Page 57: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01301 01301-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

c. Held until substantial completion.

d. COUNTY/Professional is not responsible for loss or damage to samples.

1.05 APPROVAL OR REJECTION

A. Written approval or rejection of substitution to be given by the ENGINEER.

B. ENGINEER reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent.

C. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions.

D. Substitution will be rejected if:

1. Submittal is not through the CONTRACTOR with his stamp of approval.

2. Request is not made in accordance with this Specification Section.

3. In the COUNTY/Professional's opinion, acceptance will require substantial revision of the original design.

4. In the COUNTY/Professional's opinion, substitution will not perform adequately the function consistent with the design intent.

E. CONTRACTOR shall reimburse the COUNTY for the cost of the evaluation whether or not substitution is approved.

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION -

Page 58: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01301 01301-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 59: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01310 01310-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01310

PROGRESS SCHEDULES PART 1 – GENERAL

1.01 REQUIREMENT

A. The CONTRACTOR will submit precedence method cost loaded Critical Path Method (CPM) Progress Schedules to the COUNTY depicting the approach to prosecution and completion of the Work. This requirement includes, but is not limited to the CONTRACTOR’s approach to Activity cost loading, recovering schedule and managing the effect of changes, substitutions and Delays on Work sequencing.

B. The Progress Schedule shall show how the CONTRACTOR’s priorities and sequencing for the Work (or Work remaining) conform to the Contract requirements and the sequences of Work indicated in or required by the Contract Documents; reflect how the CONTRACTOR anticipates foreseeable events, site conditions and all other general, local and prevailing conditions that may affect cost, progress, schedule, furnishing and performance of the Work; and show how the CONTRACTOR’s Means and Methods translate into Activities and logic.

C. The Progress Schedule will consist of the Initial Submittal, Payment Submittals and Revision Submittals. Upon acceptance by the COUNTY, the Initial submittal will become the As-Planned Schedule for the Work. Revision submittals upon acceptance will become the As-Planned Schedule for the Work remaining to be completed as of the submittal date for that Revision.

D. References to the Critical Path Method (CPM) are to CPM construction industry standards that are consistent with the requirements of this Section.

1.02 GLOSSARY OF TERMS

A. The following terms, whether or not already defined elsewhere in the Contract Documents, have the following intent and meanings within this Section:

1. Activity Value (Value): That portion of the Contract Price representing an appropriate level of payment for the part of the Work designated by the Activity.

2. As-Planned Schedule: The first, complete Initial Progress Schedule submitted by the CONTRACTOR with the intent to depict the entire Work as awarded and accepted by the COUNTY or returned as no resubmittal required.

3. Contract Float: Days between the CONTRACTORs anticipated date for completion of the Work, or of a specified portion of the Work, if any, and the corresponding Contract Time.

4. CPM Schedule: The Progress Schedule based on the Critical Path Method (CPM) of scheduling. The term Critical Path means any continuous sequence of Activities in the Progress Schedule controlling, because of their sum duration, the Early Date of a pertinent, specified Contract Time.

Page 60: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01310 01310-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

5. Early/Late Dates: Early/late times of performance, based on CPM calculations, for an Activity in the Progress Schedule. Early Dates will be based on proceeding with all or part of the Work on the date when the corresponding Contract Time commences to run. Late Dates will be based on completing all or part of the Work on the corresponding Contract Time, even if the CONTRACTOR plans early completion.

6. Milestones: Key, pre-determined points of progress in the completion of a facility, denoting interim targets in support of the Contract Times. Milestones may pinpoint targets for key excavation and substructure events, significant deliveries, critical path transition from superstructure to piping and electrical rough in and building enclosure. Also, hook-up of mechanical and electrical equipment, availability of power for testing, equipment shakedown, training of COUNTY

-up, Substantial Completion and other events of like import.

7. Official Schedule: The Initial or most recent Revision Submittal accepted by the COUNTY or returned as no resubmittal required and the basis for Payment Submittals until another Revision Submittal is submitted and accepted. The accepted Initial Submittal is also the As-Planned Schedule.

8. Payment Submittal: A monthly Progress Schedule update reflecting progress and minor adjustments on the Activities, sequencing and restraints for Work remaining.

9. Total Float: Days by which an activity may slip from its Early Dates without necessarily extending a pertinent Contract Time. Total Float at least equals Contract Float. Total Float may also be calculated and reported in working Days. When an activity is delayed beyond Early Dates by its Total Float it becomes a Critical Path activity and if delayed further will impact a Contract Time.

1.03 QUALITY ASSURANCE

A. The CONTRACTOR may self-perform the Work covered by this Section or employ a Subcontractor, subject to the COUNTY's consent. Employment of a scheduling Subcontractor shall not in any way alter or reduce the CONTRACTOR's obligations under the Contract Documents.

B. The CONTRACTOR will obtain a written interpretation from the COUNTY, if the CONTRACTOR believes that the selection of activities, logic ties and/or restraints requires a written interpretation of the Contract Documents. With each submission, the CONTRACTOR will point out by specific, written notation, any Progress Schedule feature that may reflect variations from any requirements of the Contract Documents.

C. It is the CONTRACTOR's responsibility to obtain information directly from each Subcontractor and Supplier when scoping their respective Activities, Values, logic ties and restraints.

D. Neither Acceptance nor Review of any Progress Schedule will relieve the CONTRACTOR from the obligation to comply with the Contract Times and any sequence of Work indicated in or required by the Contract Documents and to complete, within the Contract Times, any Work omitted from that Progress Schedule.

Page 61: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01310 01310-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

E. Neither Acceptance nor Review of any Progress Schedule will imply approval of any interpretation of or variation from the Contract Documents, unless expressly approved by the COUNTY through a written interpretation or by a separate, written notation on the returned Progress Schedule Submittal.

1.04 MILESTONES AND SCHEDULE RECOVERY

A. The COUNTY will select Milestones and Milestone Dates on the basis of the As-Planned Schedule. As the Official Schedule is revised, Milestone Dates will be revised accordingly. Milestone Dates will serve as target dates.

B. Whenever any Activity slips by 14 or more Days from the Late Date for an activity in the Official Schedule, Milestone Dates selected by the COUNTY, or a pertinent Contract Time, the CONTRACTOR will deliver a Revision Submittal documenting the CONTRACTOR’s schedule recovery plan and/or a properly supported request for an extension in the Contract Time. The narrative will identify the Delay and actions taken by the CONTRACTOR to recover schedule, whether by adding labor, Subcontractors or construction equipment, activity re-sequencing, expediting of submittals and/or deliveries, overtime or shift Work, and so forth. Activity shortening and overlapping shall be explained as to their basis (and be supported by increases in resources).

C. Upon evaluation of that Revision Submittal, if the COUNTY determines there is sufficient cause, the COUNTY may withhold liquidated damages or provide a notice of intent to do so, if schedule is indeed not recovered, and/or may give a notice of default.

1.05 PROGRESS SCHEDULE SOFTWARE

A. The scheduling software employed by the CONTRACTOR to process the Progress Schedule will be the current version of Primavera P6.0®, or Primavera® Contractor 5.0 CPM scheduling software.

B. If the CONTRACTOR intends to use companion schedule reporting, analysis or graphics software tools, the CONTRACTOR will furnish to the COUNTY descriptive materials and samples describing such software tools.

1.06 NON-PERFORMANCE

A. The COUNTY may refuse to recommend all or any part of any payment, if the CONTRACTOR fails, refuses or neglects to provide the required Progress Schedule information on a timely basis. Partial payments without a properly updated Progress Schedule shall be returned to the CONTRACTOR as non-conforming.

B. If justified under the circumstances, the COUNTY also may prepare alternate Progress Schedules, as appropriate, and deduct from the Contract Amount all related costs by Change Order and/or take other action commensurate with the breach.

1.07 REPORTS, SCHEDULES AND PLOTS

A. Schedule Reports will include Activity (ID) code and description, duration, calendar, Early Dates, Late Dates and Total Float. Separate Schedule Reports will tabulate, for each Activity, all preceding and succeeding logic types and lead times, whether CPM Plots displaying logic ties are appended or not.

Page 62: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01310 01310-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

B. CPM Schedule Plots will be plotted on a suitable time scale and identify the Contract Times, Critical Paths, phases and work areas on 24-inch x 36-inch or smaller sheets. Activities will be shown on the Early Dates with Total Floats noted by Late Date flags. For Payment and Revision Submittals plot a target comparison based on the current Official Schedule.

C. The Activity Value report will tabulate Activity code and description and Activity Value, percent complete and earned value as calculated by the scheduling software. Cash flow plots shall be provided showing the monthly and cumulative actual and planned earned values with curves shown for Early and Late Dates in the schedules. For Payment and Revision Schedule submittals, the cash flow curves shall also plot the most current Official Schedule planned earnings curves.

D. Each submittal shall include listings of all added and deleted activities, logic, constraints, Activity Value changes and update information vs. the previous Progress Schedule submittal. This list may be manually prepared or generated by accessory software that will generate such listings.

1.08 NARRATIVE REQUIREMENTS

A. The Initial Submittal narrative will describe the CONTRACTOR’s approach to prosecution of the Work and the basis for determination of activity durations, sequence and logic, including the CONTRACTOR's management of the site, e.g., lay down, staging, parking, etc.; CONTRACTOR’s phasing of the Work; use of crewing and construction equipment; identification of non-work COUNTY/Professional’s, shifts, weekend Work and multiple calendars applied to activities and an explanation of the basis for restraint dates.

B. Revision and Payment Submittal narratives will explain any changes to the approach or planning referred to in Paragraph A above on account of any change, delay, schedule recovery, substitution and/or CONTRACTOR-initiated revision occurring since the previous submittal.

C. Each narrative will list the Critical Path Activities and compare Early and Late Dates against Contract Times and Milestone Dates. Narratives shall also recap progress and Days gained or lost vs. the current Official Schedule, and identify delays, their extent and causes.

D. The Initial Submittal narrative will describe all delays occurring since Contract Award and all pending and anticipated "or equal" and substitution proposals. Payment and Revision Submittal narratives will describe any new delays and shall certify that the CONTRACTOR has not been delayed, as of the cutoff date, by any acts or omissions of the COUNTY, except as otherwise specifically stated.

1.09 ACTIVITY REQUIREMENTS

A. Separate activities will identify permits, design when included in the Work, construction, Submittal preparation and review (and resubmission and re-review), deliveries (site or storage), testing, start-up, commissioning and Punch List.

B. Activities will be detailed to the extent required to show the transition of trade Work. Activities will delineate the progression of the Work.

Page 63: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01310 01310-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

C. Activities will not combine separate or non-concurrent items of Unit Price or lump sum Work.

D. Activity durations will equal the Work Days required to sufficiently complete the Work designated by the Activity, (i.e., when finish-to-start successors could start, even if the Activity is not quite 100% complete). Installation Activities will last from 10 to 40 workdays. Submittal review activity durations shall conform to specified timeframes.

E. Activities will be assigned consistent descriptions and identification codes. Sort codes will group Activities by meaningful schemes.

F. Activities will be assigned Activity Values as appropriate and needed to reasonably allocate the Contract Amount to the time periods that they will be earned and eligible for payment based on the Progress Schedule and Schedule of Values. Separate pay activities may be used to simplify cost loading of the Progress Schedule. When used, pay activities shall be loaded with the cost of Work that is included, at no cost, in related (generally, concurrent) CPM activities. Pay activities shall not control the rate of progress; however, their start and finish dates shall be consistent with those of their related CPM activities to ensure accurate Early Date and Late Date cash-flow plots.

1.10 FLOAT TOLERANCES AND FLOAT OWNERSHIP

A. Any Progress Schedule with Early Dates after a Contract Time will yield negative Total and Contract Floats, whether shown/calculated or not. Any Revision Submittal with less than negative 20-days of Float will be returned as "Revise and Resubmit," unless a time extension is requested or the COUNTY assesses liquidated damages or gives notice of intent to do so, in the event schedule is not recovered.

B. Float calculated from the definitions given in this Section supersede any conflicting Float values in any early completion Progress Schedule.

C. Neither the COUNTY nor the CONTRACTOR own the Float time, the Project owns the Float time. Neither the COUNTY nor the CONTRACTOR use of positive Total Float will impact a Contract Completion Date or justify an extension of Contract Time.

1.11 SUBMITTALS

A. Each Progress Schedule Submittal will consist of a narrative, 5 copies of the required reports and plots and an optical ROM data disk with the CONTRACTOR's corresponding schedule and schedule layout files in Primavera ".XER" format.

B. The COUNTY will review Progress Schedule Submittals and return a review copy within 14-days after receipt and the CONTRACTOR shall, if required, resubmit within 7-days after return of the review copy.

C. Requirements for a Preliminary Submittal:

1. Within 20-days after receipt of Notice to Proceed and prior to commencing Work on the Project, prepare and submit to the COUNTY a Preliminary Submittal of the Progress Schedule for the Work. The Preliminary Submittal will show the Work as awarded, without delays, Change Orders or substitutions. The Preliminary Submittal shall be in CPM format and show general work planning and

Page 64: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01310 01310-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

sequencing for the entire Contract Time and detailed planning for the first 90 days after Notice to Proceed

2. No cost or resource loading of activities is required for the Preliminary Submittal. The COUNTY may issue comments on the Preliminary Submittal. A narrative should be included if needed to clarify planning and sequencing represented in the Preliminary Submittal. Any comments issued should be considered and incorporated as appropriate in the development of the full Progress Schedule Initial Submittal.

D. Requirements for the Initial Submittal:

1. Within 45-days after receipt of Notice to Proceed and prior to commencing Work on the Project, prepare and submit to the COUNTY the Initial Submittal of the Progress Schedule for the Work. The Initial Submittal will show the Work as awarded, without delays, Change Orders or substitutions.

a. Activity Values will prorate Schedule of Values costs and/or pay items through to Activities. Provide a cross-reference listing with two parts; a part that will list each activity with the respective amounts allocated from each Schedule of Values and Unit Price Item making up the total value of each activity and a second part that will list the Schedule of Values and Unit Price Items with the respective amounts allocated from each activity that make up the total value of each item.

2. After the As-Planned Schedule is established, the COUNTY will select Milestones and record the Milestone Early and Late Dates. As the Official Schedule evolves, Milestone Dates will be revised accordingly.

3. If the COUNTY refuses to endorse the Initial Submittal (or a resubmission) as "Resubmittal Not Required," the As-Planned Schedule will not be established. In that event, the CONTRACTOR will continue to submit Payment and Revision Submittals reflecting progress and the CONTRACTOR's approach to remaining Work. The COUNTY will rely on the available Payment and Revision Submittals, subject to whatever adjustments it determines appropriate.

E. Requirements for Payment Submittals:

1. Payment Submittals with progress up to the closing date and updated Early Dates and Late Dates for progress and remaining Activities will be due with each Progress Payment. As-built data will consist of actual dates, percent complete, earned payment, changes, Delays and other significant events occurring before the closing date.

2. Activity percent complete and earned value should indicate a level of completion that corresponds to the Application for Progress Payment for the same period. The earned value should be calculated by the scheduling software as Activity Value, times percent complete. Explanation should be provided whenever the cumulative earned value of activities in a Payment Submittal is not within 10% of the value of Work completed as represented in the corresponding Application for Progress for Payment.

Page 65: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01310 01310-7 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

3. At the CONTRACTOR’s option, a Payment Submittal may overlay minor adjustments on activities and sequencing for Work remaining. This excludes Activity re-scoping to reflect Delays, changes, schedule recovery or substitutions.

F. Requirements for Revision Submittals:

1. Revision Submittals will be submitted when necessary because of major changes or delays affecting activities, sequencing or restraints for Work remaining and/or to put forth a schedule recovery plan. Revision Submittals may also be required because of CONTRACTOR-initiated re-planning, or when CONTRACTOR plans to perform Work ahead or out-of-sequence that will require additional testing or inspection personnel, or when requested by the COUNTY when Work is performed out-of-sequence from the current Official Schedule such that the number of Days gained or lost cannot be determined or the scheduled dates of completion of the Work in a Payment Submittal are not viewed as reliable.

2. If requesting a time extension, the Revision Submittal should show the impact of the delay after incorporating reasonable mitigation to minimize the impact and illustrate how the number of Days requested time extension was determined. The delay should be determined as the change in the forecast Contract Completion Date(s) resulting solely from delays that entitle the CONTRACTOR to a time extension as provided in the General Conditions. Any and all CONTRACTOR slippage and delay occurring prior to and concurrent with the delay potentially entitling the CONTRACTOR to a time extension shall be incorporated in the Revision and explained such that the concurrent and non-concurrent periods of delay are indicated. If the CONTRACTOR does not follow the procedures contained in this Section or, if the CONTRACTOR's analysis is not verifiable by an independent, objective evaluation by the COUNTY using the electronic files and data furnished by the CONTRACTOR, any such extension in Contract Time will not be granted.

G. Retrospective Delay Analysis.

1. If the COUNTY/Professional refuses to endorse any Revision Submittal as "Resubmittal Not Required," the CONTRACTOR and COUNTY will use the latest Official Schedule when evaluating the effect of Delays on Contract Time and/or Contract Price. The procedure to be used will consist of progressively updating the latest Official Schedule at key closing dates corresponding to starting and finishing dates of the delays and/or dates the delays became critical or dates the Critical Path may have changed for other reasons. For each Progress Schedule iteration, slippage between actual Milestone Dates and Initial Milestone Dates will be correlated to Delays occurring solely in that iteration.

2. For each iteration, revisions in Activities, logic ties and restraints affecting Work after the closing date will be included in that Progress Schedule only if they meet any of the following conditions. First, they are Progress Schedule revisions that the COUNTY consented to contemporaneously (i.e., before the closing date) in writing. Second, they reflect comments or objections raised by or on behalf of the COUNTY and that were actually confirmed by the as-built progress. Lastly, they represent CONTRACTOR’s schedule recovery plans or other Progress Schedule revisions that were actually confirmed by the as-built progress.

Page 66: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01310 01310-8 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION -

Page 67: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01370 01370-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01370

SCHEDULE OF VALUES

PART 1 - GENERAL

1.01 DEFINITION

A. Schedule of Values: Schedule that divides the Contract Amount into pay items, such that the sum of all pay items equals the Contract Amount for the Work, or for any portion of the Work having a separate specified Contract Amount.

1.02 REQUIREMENT

A. The Schedule of Values established as provided in the General Conditions will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to the COUNTY. Progress payments on account of Unit Price Work will be based on the number of units completed and shall be prorated by the percent complete on the number of units installed not meeting all requirements of the Contract including testing

B. No payment will be made for Work performed on a lump sum contract or a lump sum item until the appropriate Schedule of Values is approved by the COUNTY.

C. The equitable value of Work deleted from a lump sum contract or lump sum item shall be determined from the approved Schedule of Values.

1.03 SUBMITTALS

A. Submit 3 copies of a Preliminary Schedule of Values within 15-days after the recommended award of the Contract.

B. Submit 3 copies of a proposed final Schedule of Values within 20-days after receipt of Notice to Proceed as per the General Conditions.

C. Submit the Schedule of Values, typed, on EJCDC 1910-8-E form or Orange County forms or spreadsheets provided by COUNTY. The CONTRACTOR’s standard form or electronic media printout will be considered for acceptability by the COUNTY.

D. List installed value of each major item of Work and each subcontracted item of Work as a separate line item to serve as a basis for computing values for Progress Payments. Round off values to nearest dollar.

E. Coordinate listings with the Progress Schedule.

F. For items on which payments will be requested for stored materials or equipment, list sub-values for cost of stored products with taxes paid and provide corresponding schedule of value item number. Stored materials quantities shall not exceed installed quantities on bid tab or as required by the Contract Documents.

G. Submit a sub-schedule for each separate stage of Work specified in Section 01010 "Summary of Work."

Page 68: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01370 01370-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

H. The sum of values listed shall equal the total Contract Amount for the Work or the Contract Amount for a part of the Work with a separate Contract Amount provided for by the Contract Documents.

I. When the COUNTY requires substantiating information, submit data justifying line item amounts in question.

1.04 UNIT PRICE CONTRACTS

A. For unit price contracts, the bid item prices on the Project Bid Schedule shall be used as the basis for the schedule of values. The CONTRACTOR shall resubmit the bid item prices in the format described herein, and may, at its option, or if requested by the COUNTY, divide the items in the Project Bid Schedule into sub-items to provide a more detailed basis of payment.

1.05 LUMP SUM CONTRACTS

A. For lump sum contracts, if the Work involves separate facilities, e.g. multiple pump stations, the cost of the Work shall be separated by each facility and into schedule of value items. Break principal subcontract amounts down into these items; The lump sum cost for each facility shall be submitted individually and split into the schedule of values listed in items 1 through 17.

1. Mobilization/Demobilization at 5% of the base bid for the pump station.

2. Project Record Documents at 1% of the base bid for the pump station.

3. Indemnification at $100.00 divided by the number of pump stations in the project.

4. Demolition of existing pump station

5. Bypass pumping

6. Wetwell structure, liner, top slab, hatch covers and appurtenances

7. Valve vault structure, hatch covers and appurtenances, drain piping and appurtenances

8. Wetwell (mechanical): 316 stainless steel piping and appurtenances, pumps and base plates

9. Valve vault (mechanical): piping, valves, and appurtenances

10. Yard piping, fittings, valves, and appurtenances (outside of structures)

11. Site work and access drive

12. Chain link fence and gates

13. Masonry walls and gates

14. Odor control equipment, related piping, monitoring equipment, etc.

15. Generator, fuel storage tank and related piping

Page 69: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01370 01370-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

16. Electrical control panel, wiring, and connections

17. Start-up and testing

1.06 INCORPORATION OF SCHEDULE OF VALUES INTO CPM SCHEDULE

A. In conjunction with each submittal of the construction schedule, submit a cash flow projection indicating estimated earnings by month during the entire contract period and a schedule of values of the work using the "Schedule of Values" described above, including quantities and prices. The aggregate of these extended prices shall equal the contract price. Costs shall include all materials, labor, equipment, and appurtenant items necessary to accomplish the work in accordance with the contract documents. This schedule shall be satisfactory in form and substance to the ENGINEER and shall subdivide the work into the specified component parts. Upon review by the ENGINEER, incorporate the schedule into the form for Application for Payment. The OWNER reserves the right to delete (or add) items of work from the contract and the total contract amount shall be reduced (or increased) by the total amount shown in the schedule of values.

B. Develop the schedule of values (lump-sum price breakdown) and incorporate into the cost loading function of the CPM schedule. Determine monthly progress payment amounts from the monthly progress updates of the CPM schedule activities. Develop the schedule of values independent but simultaneous with the development of the CPM schedule activities and logic.

1.07 CROSS-REFERENCE LISTING

A. To assist in the correlation of the schedule of values and the CPM schedule, provide a cross-reference listing, furnished in two parts. The first part shall list each scheduled activity with the breakdown of the respective valued items making up the total cost of the activity. The second part shall list the valued item with the respective scheduled activity or activities that make up the total cost indicated. In the case where a number of schedule items make up the total cost for a valued item (shown in the schedule of values), the total cost for each scheduled item should be indicated.

B. Update and submit these listings in conjunction with each CPM monthly submittal.

C. Incorporate executed change orders reflected in the CPM schedule into the schedule of values as a single unit identified by the change order number.

1.08 CHANGES TO THE SCHEDULE OF VALUES

A. Changes to the CPM schedule which add activities not included in the original schedule but are included in the original work (schedule omissions) shall have values assigned as reviewed by the ENGINEER. Other activity values shall be reduced to provide equal value adjustment increases for added activities as approved by the ENGINEER.

B. In the event that the CONTRACTOR and ENGINEER agree to make adjustments to the original schedule of values because of inequities discovered in the original accepted detailed schedule of values, increases and equal decreases to values for activities may be made.

Page 70: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01370 01370-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

PART 2 - PRODUCTS

(NOT USED)

PART 3 - EXECUTION

(NOT USED)

- END OF SECTION -

Page 71: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01380 01380-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01380

AUDIO – VISUAL DOCUMENTATION

PART 1 - GENERAL

1.01 PURPOSE AND DESCRIPTION OF WORK

The purpose of the audio - visual documentation is to provide the COUNTY with regularly documented audio - visual records of the Construction process from the existing conditions through final completion.

1.02 PRE AND POST CONSTRUCTION VIDEO REQUIREMENTS

The CONTRACTOR shall employ a professional videographer to take a Pre-Construction video of the entire site including the areas of adjacent properties within 100-feet of the limits of Work and shall be made within 30-days of Work beginning. Special attention shall be made to show the existing paved roads, shoulders, signs, and other existing features. Preconstruction video shall be submitted and approved prior to commencing any work.

The CONTRACTOR shall submit a quality audio-video recording documenting Pre-Construction field conditions for the entire project. When the Work includes construction of water, wastewater, reuse, or other lines in the vicinity of any street or road, the CONTRACTOR shall take digital audio-video recordings of existing conditions along both sides of the street or road. The Pre-Construction video shall be submitted to the COUNTY and accepted prior to commencing any Work or using any CONTRACTOR laydown areas.

Electronic digital photography shall also be used as necessary to record and facilitate resolution of on-site issues through the transmission of electronic photographs by e-mail from the site to the Professional’s and COUNTY’s offices.

As a condition of Final Completion, the CONTRACTOR shall have a continuous color-video DVD recording taken of the entire site to serve as a record of post-construction conditions and shall submit one (1) copy to the ENGINEER and two (2) copies to the COUNTY prior to the submittal of the Final Payment Application.

The COUNTY and ENGINEER shall have the authority to reject all or any portion of a DVD not conforming to this specification and require that it be redone at no additional cost to the COUNTY. The CONTRACTOR shall reschedule unacceptable coverage within five (5) days after being notified. All tapes and written records shall be well-maintained without any damage and shall become property of COUNTY. All videotaping shall be done in the presence of a COUNTY representative of the ENGINEER and who will designate areas to be covered by the DVD. The CONTRACTOR shall provide the COUNTY with a minimum of 48-hrs notice prior to filming.

1.03 CONSTRUCTION PROGRESS PHOTOGRAPHS

Construction progress photographs may be submitted digitally as photographed by the CONTRACTOR. Construction progress photos shall be taken each month and submitted with the Application for Payment.

Page 72: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01380 01380-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.04 AERIAL PHOTOGRAPHS

Aerial Photographer: Qualified as a commercial photographer, engaged as a professional in business for a period of not less than three years. Electronic ground level photos do not require a professional photographer.

1.05 SUBMITTALS

Prior to commencing work on the Project and after Final Completion of the Project, the CONTRACTOR shall provide a continuous color audio-video DVD recording of the entire construction area of the Project to serve as a record of the site’s pre- and post-construction conditions. The entire length shall be defined as the entrances to the NWRF plant that are to be traveled by vehicles of the CONTRACTOR, subcontractors, suppliers, work areas, staging areas, etc. The CONTRACTOR shall submit one (1) copy of the pre-construction DVD to the ENGINEER prior to construction for approval. A copy of the pre-construction DVD shall be kept at the site by the CONTRACTOR until completion of the Project. As a condition of Final Completion, the CONTRACTOR shall have a continuous color-video DVD recording taken of the entire site to serve as a record of post-construction conditions and shall submit one (1) copy to the ENGINEER and two (2) copies to the COUNTY prior to the submittal of the Final Payment Application.

Submit construction progress photographs in digital format on CD or DVD monthly with each Application for Payment.

Aerial Photographs: Submit sample photographs, aerial vantage points, monthly vantage points, file structure, etc. Submit a proof of the final completion aerial. Submit aerial photographs monthly. Provide three (3) framed 24”x30” aerial photographs with progression aerials, upon completion of all Contract Work.

PART 2 - PRODUCTS

2.01 AUDIO-VIDEO RECORDING

Each audio-video recording shall be saved on appropriate DVD media viewable on standard DVD players or computer.

Each DVD shall contain the following information and arrangement at the beginning as a title screen:

Orange County, Florida

PROJECT NAME

PROJECT NUMBER

CONTRACTOR: (Name of CONTRACTOR)

DATE: (When photo was taken)

VIDEO BY: (Firm Name of Videographer)

LOCATION: (Description of Location(s) and View(s))

Page 73: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01380 01380-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Each DVD recording section shall begin with an audio description of the COUNTY's name, Contract name and number, CONTRACTOR's name, date and location information such as street name, direction of travel, viewing side, etc.

Information appearing on the video recording must be continuous and run simultaneously by computer generated transparent digital information. No editing or overlaying of information at a later date will be acceptable.

Digital information to appear in the upper left corner shall be as follows:

1. Name of CONTRACTOR

2. Day, date and time

3. Name of Project & Specification Number

Time must be accurate and continuously displayed on the video record

Written documentation must coincide with the information on the DVD so as to make easy retrieval of locations at a later date.

The video system shall have the capability to transfer individual frames of video electronically into hard copy prints or photographic negatives.

Audio shall be recorded at the same time as the video recording and shall have the same information as on the viewing screen. Special commentary shall be given for unusual conditions of buildings, sidewalks and curbing, foundations, trees and shrubbery, structures, equipment, pavement, etc.

All DVDs and boxes shall bear labels with the following information:

1. DVD Number

2. COUNTY's Name

3. Date of Recording

4. Project Name and Number

5. Location and Standing Limit of Video

2.02 CONSTRUCTION PHOTOGRAPHS

The CONTRACTOR shall take construction progress photographs each month and periodically during key milestones during the course of the Work.

The CONTRACTOR may furnish monthly progress photos in digital format from typical monthly vantage points and site locations as mutually agreed upon with the COUNTY R.P.R.

Format and resolution shall be as mutually agreed upon with the COUNTY R.P.R.

Provide monthly photos within a CD or DVD. Furnish a file index that lists photo number or file name and description of view per respective date, unit process and/or vantage

Page 74: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01380 01380-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

point within a file structure as mutually agreed upon with the COUNTY R.P.R.

2.03 AERIAL PHOTOGRAPHS

Full color.

Finish: Matte finish.

Minimum Size: 15 inches x 21 inches.

Paper Weight: Single.

Mounting: In plastic sheets in loose leaf, three ring binders.

Provide a CD with electronic photo files. Furnish a file index that lists photo number or file name and description of view.

Provide monthly aerials containing at least four (4) views of project site.

1. At final completion, provide three (3) 24” X 36” framed aerials showing the progression sequencing of monthly aerials with the centered final aerial of one of the selected views. Include the respective logos of the OWNER, CONTRACTOR and ENGINEER.

2. The proof of the final completion aerial shall be submitted to the OWNER and ENGINEER for review.

2.04 IDENTIFICATION

Digital photographs shall be categorized and saved based upon the date which they were photographed.

Under the main folder in which the photographs were taken, photos are to be organized into categorized subfolders based upon unit process number, specific construction activity, recurring vantage point(s), or other means necessary to properly index them in coordination with respective areas of the Work.

PART 3 - EXECUTION

3.01 VIDEO VIEWS REQUIRED

Complete coverage shall include all surface features within 100-feet of the Work area to be used by the CONTRACTOR and shall be supported by appropriate audio description made simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, and retaining walls, equipment, structures, pavements, manholes, vaults, handrails, etc. located within the work zone. Video coverage shall extend to the maximum height of all structures within this zone.

The video recorder shall take special efforts to point out and provide audio commentary on cracking, breakage, damage, and other defects in existing features.

Page 75: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01380 01380-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

All video recording shall be done during times of good visibility. No video recording shall be done during periods of visible precipitation, or when more than 10% of the ground area is covered with standing water, unless otherwise authorized by COUNTY.

Prior to commencement of audio-video recording, the CONTRACTOR shall notify the COUNTY in writing within 48-hours of the audio-video recording. The COUNTY may provide a designated representative to accompany and observe all video recording operations. Audio-video recording completed without a COUNTY Representative present will be unacceptable unless specifically authorized by the COUNTY.

3.02 AUDIO-VIDEO REQUIREMENTS

Major Locations:

1. The CONTRACTOR shall provide color digital video of each major facility and structures and facilities adjacent to the Construction before construction starts.

2. All videos shall be recorded with character generator operating with date, time, and location on screen. During video recording, the CONTRACTOR shall narrate video explaining what is being shown. All master videos shall be delivered to the COUNTY.

3. The audio and video portions of the recording shall maintain viewer orientation. To this end, overall establishing views of all visible house and business addresses shall be used. In areas where the proposed construction location will not be readily apparent to the video recording viewer, highly visible yellow flags shall be placed, by the CONTRACTOR, in such a fashion as to clearly indicate the proposed centerline of Construction. When conventional wheeled vehicles are used as conveyances for the recording system, the vertical distance between the camera lens and the ground shall not exceed 10-feet. The camera shall be firmly mounted such that transport of the camera during the recording process will not cause an unsteady picture.

4. All video recording shall be done during time of good visibility. No video recording shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects.

5. The average rate of travel during a particular segment of coverage shall be directly proportional to the number, size and value of the surface features within that construction area’s zone of influence. The rate of speed in the general direction of travel of the vehicle used during taping shall not exceed 44-feet per minute.

3.03 CONSTRUCTION PROGRESS PHOTOGRAPHS

Consult with ENGINEER for instructions concerning views required at each specified visit to site. At a minimum provide four (4) views of each Process area included within the Work.

Photograph from locations to adequately illustrate state of project, or condition of construction.

Page 76: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01380 01380-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Take photographs from as close to the same position for each period as practical.

Take a series of ground level photographs for each area under construction during the photographic visit, areas of construction completion from previous months “under construction views” and undisturbed areas where CONTRACTOR anticipates construction during the one month period prior to the next scheduled photographic visit.

Schedule and conduct photographic visits during the first work day of each month.

In addition, provide and conduct up to seven (7) additional photographic visits prior to, at critical stages of, and at the end of construction, when they do not coincide with scheduled photographic visit days. The timing of these additional photographic visits shall be subject to the prior approval of the OWNER or ENGINEER.

Photo Identification

1. Name of Project

2. Name of Structure

3. Orientation of View

4. Date & Time of Exposure

3.04 DELIVERY OF PHOTOGRAPHS

Deliver three (3) DVDs or CDs containing the copies of the monthly progress photos to accompany each request for progress payment.

If the submitted photographs do not meet the requirements of this section, submit another series within one week.

- END OF SECTION -

Page 77: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01400 01400-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01400

QUALITY CONTROL PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. Testing Laboratory Services

1. Laboratory testing and checking and all certifications required by the Specifications, including the cost of transporting all samples and test specimens, shall be provided and paid for by the CONTRACTOR unless otherwise indicated in the Specifications.

2. In the case of a conflict between this Specification Section and the

CONTRACTOR’s Quality Management Plan, the more stringent requirement between the two documents shall govern.

3. Procedure

a. The CONTRACTOR shall plan and conduct its operations to permit taking

of field samples and test specimens, as required, and to allow adequate time for laboratory tests.

b. The collection, field preparation and storage of field samples and test

specimens shall be performed by the CONTRACTOR as required by the Specifications and as directed by the OWNER.

4. Supplementary and Other Testing

a. Nothing shall restrict the CONTRACTOR from conducting tests he may

require. Should the CONTRACTOR at any time request the OWNER to consider such test results, the test reports shall be certified by an independent testing laboratory acceptable to the OWNER. Testing of this nature shall be conducted at no additional cost to the OWNER.

5. All geotechnical testing laboratory services for field testing will be paid by the

County. The lab(s) shall function as independent lab(s) and report independently to the County and the CONTRACTOR. The test lab(s) may not approve or allow any deviation from the Contract Documents.

1.02 SITE INVESTIGATION AND CONTROL

A. CONTRACTOR shall verify all dimensions in the field and check field conditions continuously during construction. CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to CONTRACTOR's failure to comply with this requirement.

B. CONTRACTOR shall inspect related and appurtenant Work and report in writing to

COUNTY any conditions which will prevent proper completion of the Work. Failure to

Page 78: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01400 01400-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR at CONTRACTOR's sole cost and expense.

1.03 WATER TIGHTNESS OF STRUCTURES

A. It is the intent of these Specifications that all concrete work, sealing work around built-in items and penetrations be performed as required to insure that groundwater, surface water, and water or liquids in tanks, channels and containers will not intrude into any equipment rooms, pipe galleries, habitable areas or other generally dry areas.

B. The required water tightness shall be achieved by quality concrete construction and proper

sealing of all joints and penetrations.

C. Each unit shall be tested separately and the leakage tests shall be made prior to backfilling and before equipment is installed. Reclaimed (reuse) water may be used in testing of any item or system not forming a part of the potable water supply. If potable water is required for testing, CONTRACTOR shall provide potable water at his own expense.

D. The CONTRACTOR’s scope of work shall include all labor, material, temporary

bulkheads, pumps, water measuring devices, etc., necessary to perform the required tests.

E. Built-In Items and Penetrations

1. All pipe sleeves, built-in items and penetrations shall be sealed as detailed and as

required to insure a continuous watertight seal. 2. Penetration through built-up roofing areas shall be made prior to application of the

built-up roofing utilizing suitable sleeves and flashings as required. 3. If roofing surfaces are penetrated after roofing has been applied, the waterproofing

integrity shall be restored.

F. Structures

1. All water holding structures shall be tested for leakage in accordance with Section 02667 entitled "Water Tightness Testing".

G. All costs for retesting after remedial work is completed shall be borne by the

CONTRACTOR.

1.04 SAMPLING AND TESTING

A. Unless otherwise specified, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the OWNER reserves the right to use any generally accepted system of sampling and testing which, in the opinion of the ENGINEER will insure the OWNER that the quality of the workmanship is in full accord with the Contract Documents.

Page 79: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01400 01400-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

B. Any waiver by the OWNER of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial Work, shall not be construed as a waiver of any requirements of the Contract Documents.

C. Notwithstanding the existence of such waiver, the ENGINEER reserves the right to make independent investigations and tests and failure of any portion of the Work to meet any of the requirements of the Contract Documents, shall be reasonable cause for the ENGINEER to require the removal or correction and reconstruction of any such Work in accordance with the General Conditions.

1.05 SITE INVESTIGATION AND CONTROL

A. The CONTRACTOR shall verify all dimensions in the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement.

B. The CONTRACTOR shall inspect related and appurtenant Work and shall report in writing to the ENGINEER any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR within the scope of the Project.

1.06 DEFECTIVE WORK, EQUIPMENT, OR MATERIALS A. Any defective work, equipment, or materials furnished by the CONTRACTOR which is

discovered before the final acceptance of the work, as established by the Certificate of Final Completion, or during the subsequent warranty period, shall be removed immediately even though it may have been overlooked by the OWNER and estimated for payment. Any equipment or materials condemned or rejected by the OWNER shall be tagged as such and shall be promptly removed from the site. Satisfactory work or materials shall be substituted for that rejected.

B. The OWNER may order tests of defective or damaged work, equipment, or materials to

determine the required functional capability for possible acceptance, if there is no other reason for rejection. The cost of such tests shall be borne by the CONTRACTOR; and the nature, tester, extent and supervision of the tests will be as determined by the OWNER. If the results of the tests indicate that the required functional capability of the work, equipment, or material was not impaired, consistent with the final general appearance of same, the work, equipment, or materials may be deemed acceptable. If the results of such tests reveal that the required functional capability of the questionable work, equipment, or materials has been impaired, then such work, equipment, or materials shall be deemed imperfect and shall be replaced. The CONTRACTOR may elect to replace the imperfect work, equipment, or material in lieu of performing the tests.

C. If the CONTRACTOR fails to remove or replace defective work after notification to do

so, the COUNTY may have the work removed and replaced by others and deduct all costs from the CONTRACTOR's pay requests.

Page 80: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01400 01400-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.07 INSPECTION AND TESTS

A. The CONTRACTOR shall allow the OWNER ample time and opportunity for testing materials and equipment to be used in the work. He shall advise the OWNER promptly upon placing orders for material and equipment so that arrangements may be made, if desired, for inspection before shipment from the place of manufacture. The CONTRACTOR shall at all times furnish the OWNER and his representatives, facilities including labor, and allow proper time for inspecting and testing materials, equipment, and workmanship. The CONTRACTOR must anticipate possible delays that may be caused in the execution of his work due to the necessity of materials and equipment being inspected and accepted for use. The CONTRACTOR shall furnish, at his own expense, all samples of materials required by the OWNER for testing, and shall make his own arrangements for providing water, electric power, or fuel for the various inspections and tests of structures and equipment.

B. The CONTRACTOR shall furnish the services of representatives of the manufacturers of

certain equipment, as prescribed in other Sections of the Specifications. The CONTRACTOR shall also place his orders for such equipment on the basis that, after the equipment has been tested prior to final acceptance of the work, the manufacturer will furnish the OWNER with certified statements that the equipment has been installed properly and is ready to be placed in functional operation. Tests and analyses required of equipment shall be paid for by the CONTRACTOR, unless specified otherwise in the Section which covers a particular piece of equipment.

C. All materials and articles furnished by the CONTRACTOR shall be subject to rigid

inspection, and no materials or articles shall be used in the Work until they have been inspected and accepted by the COUNTY. No Work shall be backfilled, buried, cast in concrete, hidden, or otherwise covered until it has been inspected. Any Work so covered in the absence of inspection shall be subject to uncovering. Where uninspected Work cannot be uncovered, such as in concrete cast over reinforcing steel, all such Work shall be subject to demolition, removal, and reconstruction under proper inspection and no additional payment will be allowed therefore.D. Where other tests or analyses are specifically required in other Sections of these Specifications, the cost thereof shall be borne by the party (OWNER or CONTRACTOR) so designated in such Sections. The OWNER will bear the cost of all tests, inspections, or investigations undertaken by the order of the OWNER for the purpose of determining conformance with the Contract Documents if such tests, inspection, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the OWNER as a result of such tests, inspections, or investigations, if overtime or standby costs are incurred due to delays in the scheduled work and associated tests, the CONTRACTOR shall bear the full cost thereof or shall reimburse the OWNER for said cost. In this connection, the cost of any additional tests and investigations, which are ordered by the OWNER to ascertain subsequent conformance with the Contract Documents, shall be borne by the CONTRACTOR.

D. The CONTRACTOR is responsible for the Quality of his own work and shall designate a

qualified individual, to be approved by the COUNTY, who will ensure that all work is performed in strict accordance with the Contract Documents. This quality representative shall inspect the work for the CONTRACTOR and provide to the COUNTY and the CONTRACTOR a report outlining all work accomplished, all inspections, and all testing performed for all days when work is performed. The objective of this report is to provide

Page 81: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01400 01400-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

"Objective Evidence of Compliance" by the CONTRACTOR with the requirements of the Contract.

E. Samples and testing required under these Specifications shall be furnished and prepared

in ample time for the completion of the necessary tests and analyses before said articles or materials are to be used. Except as otherwise provided in the Contract Documents, performance of the required tests will be by the CONTRACTOR and all costs therefore will be borne by the CONTRACTOR at no cost to the COUNTY. Whenever the CONTRACTOR is ready to backfill, bury, cast in concrete, hide, or otherwise cover any Work under this Contract, the COUNTY shall be notified not less than 24-hours in advance to request inspection before beginning any such Work of covering. Failure of the CONTRACTOR to notify the COUNTY at least 24-hours in advance of any such inspections shall be reasonable cause for the COUNTY to order a sufficient delay in the CONTRACTOR's schedule to allow time for such inspection, any remedial, or corrective work required, and all costs of such delays, including its impact on other portions of the Work, shall be borne by the CONTRACTOR.

1.08 OTHER CONSTRUCTION CONSIDERATIONS

A. Sleeves and Openings: The CONTRACTOR shall provide all openings, chases, etc., to fit its own work and that of any other subcontractors and CONTRACTOR’s. All such openings or chases shown on the Contract Drawings, or reasonably implied thereby, or as confirmed or modified by acceptable shop, setting or erecting drawings, shall be provided by the CONTRACTOR.

B. Where pipes or conduits are to pass through slabs or walls, or where equipment frames or supports are to be installed as integral part of an opening, the sleeves, openings, forms or frames shall be furnished by the installer of the pipes, conduits or equipment, but shall be placed by the CONTRACTOR. Where hanger inserts, anchor bolts and similar items are to be embedded in concrete as an integral part of a slab or wall, they shall be furnished by the installer of the pipe or other equipment requiring the hanger, etc, but shall be placed by the CONTRACTOR.

C. Fire Protection: The CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the Work, including its own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area.

D. Weather Conditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shall take necessary precautions to protect all work, materials and equipment from exposure.

PART 2 -- PRODUCTS (NOT USED)

Page 82: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01400 01400-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

PART 3 -- EXECUTION 3.01 BOUYANCY

A. The CONTRACTOR shall be completely responsible for any tanks, pipelines, manholes, foundations or similar improvements that may become buoyant during the construction operations due to groundwater levels. Should there be any possibility of buoyancy, the CONTRACTOR shall take the necessary steps to prevent damage due to floating or flooding, and shall repair or replace said improvements at no additional cost to the OWNER.

- END OF SECTION –

Page 83: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01410 01410-1 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01410

TESTING AND TESTING LABORATORY SERVICES

PART 1 -- GENERAL

1.01 DESCRIPTION

A. Scope of Work:

1. County will employ and pay for services of an Independent Testing Laboratory toperform Testing specifically indicated on the Contract Documents or specified inthe Specifications and may at any other time elect to have materials andequipment tested for conformity with the Contract Documents.

2. CONTRACTOR shall cooperate with the laboratory to facilitate the execution ofits required services.

3. Employment of laboratory by County shall in no way relieve CONTRACTOR'sobligations to perform the Work.

B. Related Requirements Described Elsewhere:

1. Conditions of the Contract.

2. Respective section of Specifications: Certification of products.

3. Each Specification section listed: Laboratory tests required and standards fortesting.

1.02 CONTRACTOR'S RESPONSIBILITIES

A. Cooperate with County's personnel; provide access to work and manufacturer'soperations.

B. Secure and deliver to the County adequate representational samples of materialsproposed to be used and which require testing.

C. Provide to the County the preliminary design mix proposed to be used for concrete, andother materials mixes which require control by the testing laboratory.

D. Materials and equipment used in the performance of work under this Contract aresubject to inspection and testing at the point of manufacture or fabrication. TheCOUNTY may require the CONTRACTOR to provide statements or certificates from themanufacturers and fabricators that the materials and equipment provided by them aremanufactured or fabricated in full accordance with the standard specifications indicatedin the Contract Documents. All costs of this testing and providing statements andcertificates shall be a subsidiary obligation of the CONTRACTOR, and no extra chargeto the COUNTY shall be allowed on account of such testing and certification.

E. CONTRACTOR shall not have direct contact with laboratory or laboratory personnel. Alltesting shall be coordinated through COUNTY.

Page 84: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01410 01410-2 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

F. Furnish incidental labor and facilities:

1. To provide access to work to be tested.

2. To obtain and handle samples at the Project site or at the source of the productto be tested.

3. To facilitate inspections and tests.

4. For storage and curing of test samples.

G. Notify COUNTY sufficiently in advance of operations to allow for laboratory assignmentof personnel and scheduling of tests. When tests or inspections cannot be performedafter such notice, reimburse COUNTY for laboratory personnel and travel expensesincurred. The following field testing schedule summarizes the responsibilities of varioustests that may be required by the Contract Documents.

Test Notes Paid For

Soil Compaction

A. Pipe Work: Every 300 ft. at each lift ofcompaction

B. Structures: As a minimum one test per 2000 SFof fill area per lift, or at least 2 tests per structure,per lift. As specified in material specificationssections

County

Low Pressure AirExfiltration

Each section of gravity sewer pipe betweenmanholes or lift station

Contractor

Hydrostatic Pressure All segments of pressure piping (24-hour test). Contractor

Hydrostatic Leakage All segments of pressure piping (2-hour test). Contractor

Bacteriological As required by local and state agencies County

Asphaltic Concrete Paving As required by County County

LBR Each 600 SY of pavement County

Concrete Slump test each delivery, cylinders every 20 CY County

All Other TestingAs specified in various sections of the ProjectManual

AsIndicated

H. Employ and pay for the services of the same or a separate, equally qualifiedindependent testing laboratory to perform additional inspections, sampling and testingrequired for the CONTRACTOR's convenience.

I. If the test results indicate the material or equipment complies with the ContractDocuments, the COUNTY shall pay for the cost of the testing laboratory. If the tests andany subsequent retests indicate the materials and equipment fail to meet therequirements of the Contract Documents, the CONTRACTOR shall pay for thelaboratory costs directly to the COUNTY or the total costs shall be deducted from anypayments due to the CONTRACTOR.

PART 2 -- PRODUCTS

Page 85: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01410 01410-3 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

(NOT USED)

PART 3 -- EXECUTION

(NOT USED)

- END OF SECTION -

Page 86: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01410 01410-4 ORANGE COUNTY UTILITIESNWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 87: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01510 01510-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01510

TEMPORARY UTILITIES

PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. The CONTRACTOR shall provide temporary telephone, light and power, heating and air conditioning, potable water service and sanitary facilities for their operations and for the construction operations of the other subcontractors of this Project at the site. The temporary services shall be provided for use throughout the construction period.

B. The CONTRACTOR shall coordinate and install all temporary services in accordance with

the requirements of the utility companies having jurisdiction and as required by applicable codes and regulations.

C. At the completion of the work, or when the temporary services are no longer required, the

facilities shall be restored to their original conditions.

D. All costs in connection with the temporary services including, but not limited to, installation, utility company service charges, maintenance, relocation and removal shall be borne by the CONTRACTOR at no additional cost to the OWNER. The CONTRACTOR shall plan to bring temporary power into the NWRF site from the furthest point along McCormick Road and shall include all costs for doing so in the bid price.

E. Some temporary facilities that may be required may be indicated on the Drawings;

however, the Drawings do not necessarily show any or all of the temporary facilities that the CONTRACTOR ultimately uses to complete the work.

F. Temporary Light and Power

1. The temporary general lighting and small power requirements shall be serviced by

120/240 V, 1 phase, 3 wire temporary systems furnished and installed by the CONTRACTOR. This service shall be furnished complete with step down transformer, main disconnect, overcurrent protection, branch circuit breakers, and wiring as required; including branch circuit breakers and wiring as required for furnishing temporary power to the various connections required by the CONTRACTOR, all in accordance with the requirements of the servicing power company and applicable standards and codes. Connection to the plant emergency power system is prohibited. OWNER shall not be responsible for CONTRACTOR loss of power in the event of a power interruption caused by the power company or any other event which may cause an interruption in service to the temporary light and power system. Any CONTRACTOR with a need for power other than the 120/240 V, 1 phase, 3 wire shall provide such power at their own expense.

2. The CONTRACTOR shall make all necessary arrangements, and pay for all

permits, inspections, and other charges for all temporary service installations. All temporary systems shall comply with and meet the approval of the ENGINEER, OWNER and the local authorities having jurisdiction. All temporary electrical

Page 88: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01510 01510-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

systems shall consist of wiring, switches, necessary insulated supports, poles, fixtures, sockets, receptacles, lamps, guards, cutouts, and fuses as required to complete such installations. The CONTRACTOR shall furnish lamps and fuses for all temporary systems furnished by him and shall replace broken and burned out lamps, blown fuses, damaged wiring and as required to maintain these systems in adequate and safe operating condition. All such temporary light and power system shall be installed without interfering with the work of the other CONTRACTORs.

When it is necessary during the progress of construction that a temporary electrical

facility installed under this Division interferes with construction operations, the CONTRACTOR shall relocate the temporary electrical facilities to maintain temporary power as required at no additional cost to the OWNER. The CONTRACTOR shall be responsible at all times for any damage or injury to equipment, materials, or personnel caused by improperly protected or installed temporary installations and equipment.

3. The various CONTRACTORs doing the work at the site shall be permitted to

connect into the temporary general lighting system small hand tools, such as drills, hammers, and grinders, provided that:

a. Equipment and tools are suitable for 120 V, single phase, 60 Hz operation and operating input does not exceed 1,500 volt-amperes.

b. Tools are connected to outlets of the system with only one (1) unit connected to a single outlet.

c. In case of overloading of circuits, the CONTRACTOR will restrict use of equipment and tools as required for correct loading.

4. The CONTRACTOR shall keep the temporary general lighting systems energized

15 minutes before the time that the earliest trade starts in the morning and de-energized 15 minutes after the time the latest trade stops. This applies to all weekdays, Monday through Friday, inclusive, which are established as regular working days.

Any CONTRACTOR requiring temporary light and power before or after the hours

set forth hereinbefore, or on a Saturday, Sunday, or holiday, shall pay for the additional cost of keeping the system energized and repaired. If more than one CONTRACTOR is involved, the charges shall be prorated, such amounts to be determined from the meter readings or other acceptable means previously agreed upon by the CONTRACTORs involved. If it is necessary for any CONTRACTOR or his employees to be in any structure after regular working hours and the temporary general lighting system is not required for illumination, that CONTRACTOR shall provide such illumination required by means of flashlights, electric lanterns, or other devices not requiring use of electricity from the temporary general lighting system.

5. Each CONTRACTOR requiring additional power and lighting other than that

specified herein (including power for temporary heating equipment to be provided by the CONTRACTOR) shall furnish his own service complete with all fuses, cutouts, wiring and other material and equipment necessary for a complete system

Page 89: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01510 01510-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

between the service point and the additional power consumers and shall install his own metering equipment in accordance with the requirements of the servicing power company.

6. The temporary general lighting system shall be installed progressively in structures

as the various areas are enclosed or as lighting becomes necessary because of partial enclosure. Lighting intensities shall be not less than 10 foot candles.

7. The CONTRACTOR shall provide a separate temporary night lighting circuit for

construction security. This system shall be energized at the end of each normal working day and de-energized at the start of each normal working day by the CONTRACTOR. The system is to be left energized over Saturdays, Sundays, and all holidays. Lighting intensities shall be not less than 2 foot candles.

8. Electrical welders provided by each trade used in the erection and fabrication of

the buildings, structures and equipment shall be provided with an independent grounding cable connected directly to the structure on which the weld is being made rather than adjacent conduit piping, etc.

Electricians and other tradesmen necessary for the required connections and

operation of welding equipment and generator, standby generators and similar equipment shall be furnished by the individual CONTRACTORs. All costs for such labor and equipment shall be borne by the individual CONTRACTORs.

9. Upon completion of the work, but prior to acceptance by the OWNER, the

CONTRACTOR shall remove all temporary services, security lighting systems, temporary general lighting systems and all temporary electrical work from the premises.

G. Temporary Heating and Air Conditioning

1. The CONTRACTOR shall provide temporary heating, air conditioning, ventilation

coverings and enclosures necessary to properly protect all work and materials against damage by dampness, heat and/or cold, to dry out the work and to facilitate work in all structures.

2. The equipment, fuel, materials, operating personnel and methods used shall be at

all times satisfactory and adequate to maintain critical installation temperatures and ventilation for all work in those areas where the same is required.

3. After any structure is enclosed, the minimum temperature to be maintained is 50

degrees Fahrenheit, unless otherwise specified, where work is actually being performed.

4. Before and during the application of interior finishing, painting, etc., the

CONTRACTOR shall provide sufficient heat to maintain a temperature of not less than 65 degrees Fahrenheit or greater than 85 degrees Fahrenheit.

5. Any work damaged by dampness or insufficient or abnormal heating shall be

replaced by the CONTRACTOR at no additional cost to the Owner.

Page 90: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01510 01510-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

H. Temporary Sanitary Service

1. Sanitary conveniences, in sufficient numbers, for the use of all persons employed on the work and properly screened from public observation, shall be provided and maintained at suitable locations by the CONTRACTOR, all as prescribed by State Labor Regulations and local ordinances. The contents of same shall be removed and disposed of in a manner consistent with local and state regulations, as the occasion requires. Each CONTRACTOR shall rigorously prohibit the committing of nuisances within, on, or about the work. Sanitary facilities shall be removed from the site when no longer required.

I. Temporary Water

1. The CONTRACTOR shall provide temporary potable water service for construction

purposes, sanitary facilities, fire protection, field offices and for cleaning. The CONTRACTOR shall make all arrangements for connections to the potable water at the plant site.

2. The CONTRACTOR shall pay all charges associated with the potable water

connection. The CONTRACTOR shall pay all charges for potable water used under this Contract.

3. Each CONTRACTOR shall supply potable water for his employees either by

portable containers or drinking fountains. 4. An adequate number of hose bibbs, hoses, and watertight barrels shall be provided

for the distribution of water. 5. Water service shall be extended by the CONTRACTOR and relocated as

necessary to meet temporary water requirements.

J. Fencing

1. Unless directed otherwise in other sections of the Contract Documents, provide a 6-foot high fence completely around Construction site; provided with hinged vehicular and pedestrian gates with locks. Fencing will be galvanized, 2-inch mesh, chain link with solid top rail. Provide line posts and end posts as needed to maintain stretched and uniform fencing with no sags.

2. Fencing plan will be approved by the COUNTY for each phase of the project.

Submit fencing layout diagram prior to the Pre-Construction meeting. 3. Provide visual fabric barrier at least 6-foot high on all fencing separating parking

areas from Construction activities. Submit barrier fabric for approval before starting fencing. Barrier fabric will be capable of retaining physical integrity and color during the entire Construction period.

K. Confined Spaces

1. The CONTRACTOR shall provide and maintain a safe working environment in

confined spaces. The CONTRACTOR shall follow the applicable requirements of

Page 91: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01510 01510-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

the OSHA Standards for Construction and NIOSH Publications for working in confined spaces.

1.02 REMOVAL OF TEMPORARY UTILITIES, FACILITIES, AND CONTROLS

A. Remove all temporary utilities, equipment, facilities, and materials prior to submitting Final Application for Payment.

B. Remove temporary underground installations to minimum depth of 2-feet and re-grade

site.

C. Clean and repair damage caused by installation or use of temporary Work.

D. Restore any existing facilities used during Construction to original condition, unless otherwise directed in other sections of Contract Documents. Restore existing landscaping, drainage, paving, etc. to an "as-was" condition, unless otherwise directed in other sections of Contract Documents.

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION -

Page 92: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01510 01510-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 93: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01520 01520-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01520

MAINTENANCE OF UTILITY OPERATIONS DURING CONSTRUCTION PART 1 -- GENERAL 1.01 THE REQUIREMENT

1. The existing plant will be maintained in continuous operation by the COUNTY during the entire construction period of the Contract as hereinafter specified. The intent of this Section is to outline the minimum requirements necessary to provide continuous treatment and disposal of the full effluent flow and solids residuals throughout the construction period. The CONTRACTOR shall submit a written Plan of Operation as detailed in this specification.

2. Work shall be scheduled and conducted by the CONTRACTOR so as not to

impede any treatment process, reduce the quality of the plant effluent or cause odor or other nuisance except as explicitly permitted hereinafter. In performing the work shown and specified, the CONTRACTOR shall plan and schedule his work to meet the plant and collection system operating requirements, and the constraints and construction requirements as outlined in this Section. No discharge of raw or inadequately treated wastewater shall be allowed. The CONTRACTOR shall pay all civil penalties, costs, assessments, etc., associated with any discharge of raw or inadequately treated wastewater associated with the CONTRACTOR's work.

3. The CONTRACTOR shall be responsible for coordinating the general construction

and the schedules of electrical, HVAC, plumbing and related trades and for ensuring that permanent or temporary power and controls are available for all existing, proposed, and temporary facilities that are required to be online at any given time.

4. The CONTRACTOR has the option of providing additional temporary facilities that

can eliminate a constraint, provided it is done without cost to the COUNTY and provided that all requirements of these Specifications are fulfilled. Work not specifically covered in the following paragraphs may, in general, be done at any time during the contract period, subject to the operating requirements and constraints and construction requirements outlined hereinafter. All references to days in this Section shall be consecutive calendar days.

1.02 RELATED WORK DESCRIBED ELSEWHERE

A. Section 01010 – Summary of Work

B. Section 16050 – Electrical General Requirements

1.03 GENERAL CONSTRAINTS

A. The CONTRACTOR shall schedule the Work so that the plant is maintained in continuous operation. All treatment processes shall be maintained in continuous operation during the

Page 94: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01520 01520-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

construction period except during approved process interruptions. All short-term system or partial system shutdowns (those amounting to 4 hours or less) shall be approved by the COUNTY. Long-term process shutdowns and diversions (amounting to greater than 4 hours) shall conform to the requirements hereinafter specified and shall be minimized by the CONTRACTOR as much as possible. If in the judgment of the COUNTY, a requested shutdown is not required for the CONTRACTOR to perform the Work, the CONTRACTOR shall utilize approved alternative methods to accomplish the Work. All shutdowns shall be coordinated with and scheduled at times suitable to the COUNTY. The CONTRACTOR shall notify the COUNTY R.P.R. using the Construction Administration Request form of all requested shutdowns 10 days prior to each planned event. Shutdowns shall not begin until all required materials are on hand and ready for installation. Each shutdown period shall commence at a time approved by the COUNTY, in writing. Where required in the Construction Sequence, the CONTRACTOR shall proceed with the Work continuously, (24 hours/day, 7 days/week) start to finish, until the Work is completed and normal plant operation is restored. The CONTRACTOR shall be responsible for, and include in its contract bid amount, all costs associated with necessary work to isolate the existing piping, utilities or facilities to complete the required connections and/or modifications. Necessary work required by the CONTRACTOR shall include, but shall not be limited to, temporary bypass pumping and piping, wet taps, line stops, line plugs, and temporary bulkheads.

B. The CONTRACTOR shall review all bidding documents and shall be responsible to

determine all such connections or modifications, and the scope and cost of all temporary measures required to isolate the work area without the need for a shutdown of the affected facility, process area, piping or utility.

C. Any temporary work, facilities, roads, walks, protection of existing structures, piping, blind

flanges, valves, equipment, etc. that may be required within the CONTRACTOR's work limits to maintain continuous and dependable plant operation shall be furnished by the CONTRACTOR.

D. The COUNTY shall have the authority to order Work postponed, stopped or prohibited

that would, in his opinion, unreasonably result in interrupting the necessary functions of the plant operations.

E. If the CONTRACTOR completes all required Work before the specified shutdown period

has ended, the COUNTY may immediately place the existing system back into service. F. If the CONTRACTOR impairs performance or operation of the plant as a result of not

complying with specified provisions for maintaining plant operations, then the CONTRACTOR shall immediately make all repairs or replacements and do all work necessary to restore the plant to operation to the satisfaction of the COUNTY. Such work shall progress continuously to completion on a 24-hours per day, seven work days per week basis.

G. The CONTRACTOR shall provide the services of emergency repair crews on call as

required.

1.04 GENERAL OPERATING AND CONSTRUCTION REQUIREMENTS

A. At no time shall the CONTRACTOR undertake to close off any pipelines, or open valves, or take any other action which would affect the operation of the existing treatment plant.

Page 95: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01520 01520-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

B. Access to Plant Site, Roadways, and Parking Areas

1. An unobstructed traffic route through the Main Gate shall be maintained at all times

for the COUNTY's operations personnel and maintenance equipment. The CONTRACTOR shall be responsible for providing access to and for preparing and maintaining/approved parking areas.

2. An unobstructed traffic route around the plant site shall be maintained at all times

for the COUNTY's operations personnel and maintenance equipment. Vehicular access to the treatment units and buildings for COUNTY personnel shall be maintained at all times by the CONTRACTOR.

3. The CONTRACTOR shall provide temporary measures to protect the existing

pavement by filling over with earthen material or supplying other measures acceptable to the COUNTY, and he shall repair any damage to existing paved surfaces that occurs during the construction period. Any areas disturbed along the shoulders of the access road and interior roads and elsewhere inside and outside of the plant shall be repaired, graded, seeded, etc. as necessary to match pre-existing conditions.

4. The CONTRACTOR shall not undertake the restoration/construction of new

roadway (paved, gravel, or asphalt overlay) shown on the Contract Drawings, until all other work on the plant improvements has been completed.

5. It shall be the responsibility of the CONTRACTOR to obtain any permits required

from the Florida Department of Transportation and pay all associated fees.

C. Personnel Access

1. Treatment plant personnel shall have access to all areas which remain in operation throughout the construction period. The CONTRACTOR shall locate stored material, dispose of construction debris and trash, provide temporary walkways, provide temporary lighting, and other such work as directed by the COUNTY to maintain personnel access to areas in operation. Access and adequate parking areas for plant personnel must be maintained throughout construction.

D. Plumbing Facilities

1. Unless otherwise allowed by the COUNTY, sanitary facilities in the existing

structures shall be operational at all times for plant operating personnel. All other building plumbing systems such as roof and floor drains, pumping, etc., shall be maintained for all structures.

E. Building Heating, Ventilating and Air Conditioning

1. Building heating, ventilating and air conditioning for the existing plant structures

shall be in service for the entire construction period. Additional temporary heating, ventilation and air conditioning shall be provided as required to maintain facilities under construction adequately heated, vented and air conditioned. The temperatures to be maintained in any areas occupied by plant operating personnel

Page 96: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01520 01520-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

such as offices, lunchrooms, locker rooms, bathrooms, etc., shall be at least 65 degrees and less than 80 degrees Fahrenheit. The temperatures to be maintained in all other interior plant areas, whether new, existing or temporary, shall be maintained at a minimum of 55 degrees Fahrenheit.

F. Power, Light and Communication Systems

1. Electric power, lighting service and communications systems shall be maintained

in uninterrupted operation in all areas which remain in operation. Individual units may be disconnected as required for replacement, but service shall be available at all times including periods when plant elements are out of service. Shutdown of electrical facilities shall be limited to not more than five (5) hours. The COUNTY may allow longer outages under conditions determined by the COUNTY. All costs associated with use of temporary services or standby engine generators shall be paid by the CONTRACTOR. The Electrical CONTRACTOR shall coordinate shutdowns required with the CONTRACTOR to minimize the total number of shutdowns required to complete construction. COUNTY's phone service to and within the plant shall be maintained in continuous operation during construction.

G. Draining Process Pipes and Conduits

1. The contents of all pipes and conduits to be removed, replaced or relocated (or dewatered for a specific purpose) shall be transferred to a suitable facility in a manner approved by the COUNTY through hoses or piping, or by using pumps if hydraulic conditions so require them. The CONTRACTOR shall provide the pumps, piping and hoses at no additional cost to the COUNTY. No uncontrolled spillage of a pipe or conduit shall be permitted. Any spillage, other than potable water, shall be immediately washed down and flushed into the appropriate process flow drain.

H. Potable Water System

1. Potable water service shall be maintained in continuous service at all times during construction except for short term interruptions required for tie-ins. Shutdown of the potable water system shall be fully planned and coordinated with the Plant Superintendent and shall be limited to not more than two (2) hours unless noted otherwise. Existing fire hydrants within the plant site shall be operational at all times, unless otherwise approved by the COUNTY.

I. Sump Pumps and Sumps

1. All existing sumps shall be maintained in an operable condition with either existing

pumps or temporary pumps. Interim piping, power and controls shall be provided as required by the staged construction sequence.

J. Seal Water and Service Water Piping

1. A supply of service and seal water and the necessary connections to existing

equipment shall be maintained during construction. Interim piping shall be provided as required.

Page 97: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01520 01520-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.05 OVERALL SEQUENCE OF CONSTRUCTION

A. Critical events in the sequence of construction are specified herein. The outline sequence of construction does not include all items necessary to complete the work, but is intended to identify the sequence of critical events necessary to minimize disruption to the on-going treatment plant process and to ensure compliance with discharge requirements. It shall be understood by the CONTRACTOR that the critical events identified are not all inclusive and that additional items of work not shown may be required. The sequence of construction is a precedence requirement and does not attempt to schedule the CONTRACTOR's work. It is intended only to indicate which activities must precede other activities in order to minimize interferences and disruptions.

B. The sequences as listed herein provide one method of performing the work without

disrupting operation of the existing facilities. The CONTRACTOR may choose to construct the work within these constraints using an alternate method of sequencing. Any alternate methods for sequencing the work shall be submitted in detail with the written Plans of Operation required herein.

C. A listing of the suggested phasing of the work is provided below:

1. Phase I - Submittals and Preparation for Mobilization

a. Plan for staging area, temporary fencing and field office, obtain permits, develop and submit construction schedule, schedule of values, emergency preparedness plan/hurricane action plan, Health and Safety plan, plans of operations, shop drawing schedule and begin shop drawing submittals.

b. Submit plans for field office, utility plans for field office and fence plan for staging areas. Obtain all permits for these items prior to installation.

c. Perform field investigations/locates of all existing utilities which may be impacted by the work.

d. Complete all preconstruction requirements.

2. Phase II – Mobilization, Demolition and Relocation of Existing Utilities in Preparation for Construction of 3 MG Ground Storage Tank

a. CONTRACTOR shall mobilize by securing his storage area, installing temporary roads, parking areas, field offices and coordinating installation of temporary field office utilities and all necessary temporary lighting, power and communications.

b. Complete initial survey work, existing utility locates and soft digs to verify locations of existing buried utilities on the project site that will conflict with or are within close proximity to the new construction as described in the Contract Documents.

c. Construct new electric power conduit and wiring to the PAR high service pump station electrical building and place into service as described in the Contract Documents. Demolish portions of the existing electric power service including conduit, wiring and pullboxes that conflict with construction of the new 3 MG Ground Storage Tank and 30-inch effluent

Page 98: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01520 01520-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

pipeline realignment.

d. Construct temporary sheeting and shoring if necessary and construct the 30-inch effluent pipeline realignment segment as shown in the Contract Documents to facilitate construction of the new 3 MG Ground Storage Tank. Construct the 30-inch pipeline realignment segment as shown on the drawings to within 20 feet of each tie-in point. Complete pipeline cleaning and pressure testing of the realignment segment prior to making the tie-ins into the existing 30-inch effluent pipeline. Coordinate the tie-ins with the COUNTY’s R.P.R. and submit a Construction Administration Request form as specified herein. The 30-inch effluent pipeline shall be placed back into service prior to starting demolition and removal of the portion of existing 30-inch effluent pipe that will conflict with construction of the new 3 MG Ground Storage Tank.

e. Remove and properly dispose of the segment of 30-inch effluent pipeline that will conflict with construction of the new 3 MG Ground Storage Tanks as shown on the drawings and described herein.

f. Construct concrete piers and install FRP grating for supporting the existing quadraplex sodium hypochlorite metering pump skid. The existing sodium hypochlorite metering pump skids shall remain in service at all times. Install the COUNTY’s quadraplex sodium hypochlorite metering pump skid on the new skid support (concrete piers and FRP grating). It may be necessary to install temporary piping or chemical hose between the existing bulk storage tanks and the existing metering pump skids to maintain existing operations until the quadraplex pump skid and associated new piping has been installed and tested. Once placed into service, the quadraplex metering pump skid shall be operated by the COUNTY for a minimum of seven (7) consecutive days without a major failure or disruption to plant operations prior to starting demo of the two existing sodium hypochlorite metering pump skids.

g. Construct the new sodium hypochlorite transfer pump and associated piping.

h. Construct, flush and pressure test new 2-inch sodium hypochlorite transfer pipeline from the existing Chlorine Building to the new Recirculation Pumping Station. Do not install above grade portion of 2-inch pipeline until the Recirculation Pumping Station has been constructed in Phase III.

3. Phase III – Construct 3 MG Ground Storage Tank, Recirculation Pumping Station, Sodium Hypochlorite Improvements and Reuse Storage Tank Drain Improvements

a. Construct and pressure test buried piping that will be located underneath and within 5 feet of the edge of the 3 MG Ground Storage Tank foundation.

b. Complete preparation of subgrade for 3 MG Ground Storage Tank and Recirculation Pumping Station.

c. Construct 3 MG Ground Storage Tank and Recirculation Pumping Station. Construct above grade portion of the sodium hypochlorite transfer pipeline and tie-into the 12-inch recirculation discharge piping as shown on the contract drawings.

Page 99: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01520 01520-7 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

d. Construct Reuse Storage Tank Drain Improvements.

e. Complete all startup, testing and training activities required by the Contract Documents for the Recirculation Pumping Station, 3 MG Ground Storage Tank and Sodium Hypochlorite System Improvements.

f. Construct all roadways and grade site.

g. Complete site restoration, site cleanup and demobilization activities.

4. Phase IV – Project Closeout

a. Complete final punch list items.

b. Complete project closeout in accordance with Section 01700 – Project Closeout.

c. Final acceptance of project.

d. Commence warranty period.

D. The existing facilities shall be maintained in an operable condition by the CONTRACTOR during construction (excluded from this requirement are all normal and emergency maintenance functions normally performed by the COUNTY with the COUNTY’s staff or by Contract.) All work by the CONTRACTOR that disrupts the normal plant operations shall be shown on the Construction Schedule and specifically scheduled with the COUNTY using the Construction Administration Request form as specified herein.

E. At no time shall the CONTRACTOR undertake to close off any pipelines, or open valves, or take any other action which would affect the operation of the existing treatment plant.

F. Temporary installation/connections and pumping may be used by the CONTRACTOR

where sufficient time is not available to complete a particular aspect of the work without interrupting plant operations.

G. The CONTRACTOR at no additional cost to the COUNTY shall provide any additional temporary piping and/or valves and pumping that the CONTRACTOR deems is necessary to construct the new facilities while maintaining existing facility operations. All such additional temporary installations shall be subject to review and acceptance by the ENGINEER.

1.06 PLAN OF OPERATION

A. The CONTRACTOR shall submit a detailed, written Plan of Operation for each detailed sequence item described below to the ENGINEER and COUNTY for their review and approval. The Plan of Operation shall be submitted within ten (10) calendar days upon receipt of purchase order and executed contract. The ENGINEER and COUNTY will review and return the plan with comments within 14 days. A final (revised) written Plan of Operation shall then be submitted to the ENGINEER and COUNTY. The final plan shall be submitted to the ENGINEER and COUNTY within 60 calendar days upon receipt of purchase order and executed contract and at least thirty (30) calendar days prior to the scheduled commencement date for that work. All work shall then be conducted in accordance with this final written Plan of Operation, unless agreed to in writing between

Page 100: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01520 01520-8 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

the CONTRACTOR, COUNTY and ENGINEER. The written Plan of Operation shall address the following items:

1. Step-by-step detailed sequence for performing the work. 2. Anticipated duration of each activity. 3. Documentation on all temporary flow diversion equipment to be utilized by the

CONTRACTOR, including tapping saddles, line stops, temporary bypass pumps and piping.

4. For temporary bypass pumps, submit the following:

a. Quantity, manufacturer and model. Provide sufficient number of pumps to provide additional standby capacity equal to at least 50 percent of required pumping capacity.

b. System and certified performance curves to demonstrate that pumps are sized correctly. Where multiple pumps shall be operated simultaneously, provide combined pump curves.

c. Type of drive units. For electric drives, submit details on CONTRACTOR’s temporary electrical power source. For gasoline-driven units, provide details on fuel storage and manpower to ensure that adequate fuel supply is maintained

5. Plan and/or schematic drawings to clearly identify work to be performed.

Sequence steps shall be identified on drawings using a keynote legend or similar means.

6. The Plan of Operation shall include a detailed plan for tie-ins or shut downs. The

plan shall list all potential problems and remedies along with spare parts and materials that must be on hand to repair any potential problems.

B. At a minimum, submit a written Plan of Operation for

1. Relocation of the 30-inch effluent pipeline. 2. Replacement of the sodium hypochlorite metering pump skids.

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION -

Page 101: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01530 01530-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01530

PROTECTION OF EXISTING FACILITIES PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. CONTACTOR shall be responsible for the preservation and protection of property adjacent to the work site against damage or injury as a result of his operations under this Contract. Any damage or injury occurring on account of any act, omission or neglect on the part of the CONTRACTOR shall be restored in a proper and satisfactory manner or replaced by and at the expense of the CONTRACTOR to an equal or superior condition than previously existed.

B. CONTRACTOR shall comply promptly with such safety regulations as may be prescribed

by the OWNER or the local authorities having jurisdiction and shall, when so directed, properly correct any unsafe conditions created by, or unsafe practices on the part of, his employees. In the event of the CONTRACTOR's failure to comply, the OWNER may take the necessary measures to correct the conditions or practices complained of, and all costs thereof will be deducted from any monies due the CONTRACTOR. Failure of the OWNER to direct the correction of unsafe conditions or practices shall not relieve the CONTRACTOR of his responsibility hereunder.

C. In the event of any claims for damage or alleged damage to property as a result of work

under this Contract, the CONTRACTOR shall be responsible for all costs in connection with the settlement of or defense against such claims. Prior to commencement of work in the vicinity of property adjacent to the work site, the CONTRACTOR, at his own expense, shall take such surveys as may be necessary to establish the existing condition of the property. Before final payment can be made, the CONTRACTOR shall furnish satisfactory evidence that all claims for damage have been legally settled or sufficient funds to cover such claims have been placed in escrow, or that an adequate bond to cover such claims has been obtained.

1.02 PROTECTION OF WORK AND MATERIAL

A. During the progress of the work and up to the date of final payment, the CONTRACTOR shall be solely responsible for the care and protection of all work and materials covered by the Contract.

B. All work and materials shall be protected against damage, injury or loss from any cause

whatsoever, and the CONTRACTOR shall make good any such damage or loss at his own expense. Protection measures shall be subject to the approval of the OWNER.

1.03 BARRICADES, WARNING SIGNS AND LIGHTS

A. The CONTRACTOR shall provide, erect and maintain as necessary, strong and suitable barricades, danger signs and warning lights along all roads accessible to the public, as required by the authority having jurisdiction, to insure safety to the public. All barricades

Page 102: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01530 01530-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

and obstructions along public roads shall be illuminated at night and all lights for this purpose shall be kept burning from sunset to sunrise.

B. The CONTRACTOR shall provide and maintain such other warning signs and barricades

in areas of and around their respective work as may be required for the safety of all those employed in the work, the OWNER's operating personnel, or those visiting the site.

C. In the case of a conflict between this Specification Section and the CONTRACTOR’s

Safety Plan, the more stringent requirement of the two documents shall govern. 1.04 EXISTING UTILITIES AND STRUCTURES

A. The term existing utilities shall be deemed to refer to both publicly-owned and privately-owned utilities such as electric power and lighting, telephone, water, gas, storm drains, process lines, sanitary sewers and all appurtenant structures.

B. Where existing utilities and structures are indicated on the Drawings, it shall be understood

that all of the existing utilities and structures affecting the work may not be shown and that the locations of those shown are approximate only. It shall be the responsibility of the CONTRACTOR to ascertain the actual extent and exact location of existing utilities and structures. In every instance, the CONTRACTOR shall notify the proper authority having jurisdiction and obtain all necessary directions and approvals before performing any work in the vicinity of existing utilities.

C. Prior to beginning any excavation work, the CONTRACTOR shall, through field

investigations, determine any conflicts or interferences between existing utilities and new utilities to be constructed under this project. This determination shall be based on the actual locations, elevations, slopes, etc., of existing utilities as determined in the field investigations, and locations, elevation, slope, etc. of new utilities as shown on the Drawings. If an interference exists, the CONTRACTOR shall bring it to the attention of the OWNER as soon as possible. If the OWNER agrees that an interference exists, he shall modify the design as required. Additional costs to the CONTRACTOR for this change shall be processed through a Change Order as detailed elsewhere in these Contract Documents.

D. The work shall be carried out in a manner to prevent disruption of existing services and to

avoid damage to the existing utilities. Temporary connections shall be provided, as required, to insure uninterruption of existing services. Any damage resulting from the work of this Contract shall be promptly repaired by the CONTRACTOR at his own expense in a manner satisfactory to the OWNER or the respective authority having jurisdiction over such work. Where it is required by the authority having jurisdiction that they perform their own repairs or have them done by others, the CONTRACTOR shall be responsible for all costs thereof.

E. Where excavations by the CONTRACTOR require any utility lines or appurtenant

structures to be temporarily supported and otherwise protected during the construction work, such support and protection shall be provided by the CONTRACTOR. All such work shall be performed in a manner satisfactory to the OWNER or the respective authority having jurisdiction over such work. In the event the CONTRACTOR fails to provide proper support or protection to any existing utility, the OWNER may, at his discretion, have the respective authority to provide such support or protection as may be necessary to insure

Page 103: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01530 01530-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

the safety of such utility, and the costs of such measures shall be paid by the CONTRACTOR.

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION -

Page 104: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01530 01530-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 105: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01540 01540-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01540

DEMOLITION OF EXISTING FACILITIES PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. This Section covers the demolition, removal, and disposal of existing pavement, curbs, and sidewalk, buried pipelines and other utilities, and any existing equipment including electrical, equipment and piping not required for the operation of the facilities as indicated on the Drawings and as specified hereinafter. The CONTRACTOR shall furnish all labor, materials and equipment to demolish and to remove anchors, supports, piping and accessories designated to be removed on the Drawings.

1.02 TITLE TO EQUIPMENT AND MATERIALS

A. CONTRACTOR shall have no right or title to any of the equipment, materials or other items to be removed from the existing buildings or structures unless and until said equipment, materials and other items have been removed from the premises. The CONTRACTOR shall not sell or assign, or attempt to sell or assign any interest in the said equipment, materials or other items until the said equipment, materials or other items have been removed.

B. CONTRACTOR shall have no claim against the OWNER because of the absence of such

fixtures and materials. 1.03 CONDITION OF STRUCTURES AND EQUIPMENT

A. The OWNER does not assume responsibility for the actual condition of structures and equipment to be demolished and removed.

B. Conditions existing at the time of inspection for bidding purposes will be maintained by the

OWNER so far as practicable.

C. The information regarding the existing structures and equipment shown on the Drawings is based on visual inspection and a walk-through survey only. Neither the ENGINEER nor the OWNER will be responsible for interpretations or conclusions drawn therefrom by the CONTRACTOR.

PART 2 -- PRODUCTS (NOT USED)

Page 106: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01540 01540-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

PART 3 -- EXECUTION 3.01 DEMOLITION AND REMOVALS

A. The removal of all equipment and piping, and all materials from the demolition of buildings and structure shall, when released by the OWNER and ENGINEER, shall be done by the CONTRACTOR and shall become the CONTRACTOR's property, unless otherwise noted, for disposition in any manner not contrary to the Contract requirements and shall be removed from the site to the CONTRACTOR's own place of disposal.

B. The Electrical CONTRACTOR (Subcontractor) specifically, shall de-energize all

panelboards, lighting fixtures, switches, circuit breakers, electrical conduits, motors, limit switches, pressure switches, instrumentation such as flow, level and/or other meters, wiring, and similar power equipments prior to removal. Any electric panels or equipment which are to be retained shall be relocated or isolated by the Electrical CONTRACTOR (Subcontractor) specifically, prior to the removal of the equipment specified herein.

C. The CONTRACTOR shall proceed with the removal of the equipment, piping and

appurtenances in a sequence designed to maintain the plant in continuous operation as described in Section 01520, Maintenance of Utility Operations During Construction, and shall proceed only after approval of the ENGINEER.

D. Any equipment piping and appurtenances removed without proper authorization, which are

necessary for the operation of the existing facilities shall be replaced to the satisfaction of the ENGINEER at no cost to the OWNER.

E. Excavation caused by demolitions shall be backfilled with fill free from rubbish and debris.

3.02 PROTECTION

A. Demolition and removal work shall be performed by competent experienced workmen for the various type of demolition and removal work and shall be carried out through to completion with due regard to the safety of OWNER employees, workmen on-site and the public. The work shall be performed with as little nuisance as possible.

B. The work shall comply with the applicable provisions and recommendation of ANSI A10.2,

Safety Code for Building Construction, all governing codes, and as hereinafter specified.

C. The CONTRACTOR shall make such investigations, explorations and probes as are necessary to ascertain any required protective measures before proceeding with demolition and removal. The CONTRACTOR shall give particular attention to shoring and bracing requirements so as to prevent any damage to new or existing construction.

D. The CONTRACTOR shall provide, erect, and maintain catch platforms, lights, barriers,

weather protection, warning signs and other items as required for proper protection of the public, occupants of the building, workmen engaged in demolition operations, and adjacent construction.

E. The CONTRACTOR shall provide and maintain weather protection at exterior openings so

as to fully protect the interior premises against damage from the elements until such openings are closed by new construction.

Page 107: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01540 01540-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

F. The CONTRACTOR shall provide and maintain temporary protection of the existing structure designated to remain where demolition, removal and new work is being done, connections made, materials handled or equipment moved.

G. The CONTRACTOR shall take necessary precautions to prevent dust from rising by wetting

demolished masonry, concrete, plaster and similar debris. Unaltered portions of the existing buildings affected by the operations under this Section shall be protected by dust-proof partitions and other adequate means.

H. The CONTRACTOR shall provide adequate fire protection in accordance with local Fire

Department requirements.

I. The CONTRACTOR shall not close or obstruct walkways, passageways, or stairways and shall not store or place materials in passageways, stairs or other means of egress. The CONTRACTOR shall conduct operations with minimum traffic interference.

J. The CONTRACTOR shall be responsible for any damage to the existing structure or

contents by reason of the insufficiency of protection provided. 3.03 WORKMANSHIP

A. The demolition and removal work shall be performed as described in the Contract Documents. The work required shall be done with care, and shall include all required shoring, bracing, etc. The CONTRACTOR shall be responsible for any damage which may be caused by demolition and removal work to any part or parts of existing structures or items designated for reuse or to remain. The CONTRACTOR shall perform patching, restoration and new work in accordance with applicable Technical Sections of the Specifications and in accordance with the details shown on the Drawings. Prior to starting of work, the CONTRACTOR shall provide a detailed description of methods and equipment to be used for each operation and the sequence thereof for review by the OWNER’s Resident Project Representative (RPR) and the ENGINEER.

B. All supports, pedestals and anchors shall be removed with the equipment and piping unless

otherwise specified or required. Concrete bases, anchor bolts and other supports shall be removed to approximately 1-inch below the surrounding finished area and the recesses shall be patched to match the adjacent areas. Superstructure wall and roof openings shall be closed, and damaged surfaces shall be patched to match the adjacent areas, as specified under applicable Sections of these Specifications, as shown on the Drawings, or as directed by the OWNER’s RPR or the ENGINEER. Wall sleeves and castings shall be plugged or blanked off, all openings in concrete shall be closed in a manner meeting the requirements of the appropriate Sections of these Specifications, as shown on the Drawings, and as directed and approved by the ENGINEER.

C. Materials or items designated to remain the property of the OWNER shall be as hereinafter

tabulated. Such items shall be removed with care and stored at a location at the site to be designated by the OWNER.

D. Where equipment is shown or specified to be removed and relocated, the CONTACTOR

shall not proceed with removal of this equipment without specific prior approval of the OWNER’s RPR. Upon approval, and prior to commencing removal operations, the equipment shall be operated in the presence of representatives of the CONTRACTOR, OWNER and ENGINEER. Such items shall be removed with care, under the supervision of

Page 108: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01540 01540-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

the trade responsible for reinstallation and protected and stored until required. Material or items damaged during removal shall be replaced with similar new material or item. Any equipment that is removed without proper authorization and is required for plant operation shall be replaced at no cost to the OWNER.

E. Wherever piping is to be removed for disposition, the piping shall be drained by the

CONTRACTOR and adjacent pipe and headers that are to remain in service shall be blanked off or plugged and then anchored in an approved manner.

F. Wherever underground piping is to be abandoned in place, end structures shall be removed,

and the piping shall be filled with lean concrete and plugged on each end in an approved manner.

G. Materials or items demolished and not designated to become the property of the OWNER or

to be reinstalled shall become the property of the CONTRACTOR and shall be removed from the property and legally disposed of.

H. The CONTRACTOR shall execute the work in a careful and orderly manner, with the least

possible disturbance to the public and to the occupants of the building.

I. In general, masonry shall be demolished in small sections, and where necessary to prevent collapse of any construction, the CONTRACTOR shall install temporary shores, struts, and bracing.

J. Where alterations occur, or new and old work join, the CONTRACTOR shall cut, remove,

patch, repair or refinish the adjacent surfaces to the extent required by the construction conditions, so as to leave the altered work in as good a condition as existed prior to the start of the work. The materials and workmanship employed in the alterations, unless otherwise shown on the Drawing or specified, shall comply with that of the various respective trades which normally perform the particular items or work.

K. The CONTRACTOR shall finish adjacent existing surfaces to new work to match the

specified finish for new work. The CONTRACTOR shall clean existing surfaces of dirt, grease, loose paint, etc., before refinishing.

L. The CONTRACTOR shall cut out embedded anchorage and attachment items as required to

properly provide for patching and repair of the respective finishes.

M. The CONTRACTOR shall remove temporary work, such as enclosures, signs, guards, and the like when such temporary work is no longer required or when directed at the completion of the work.

3.04 MAINTENANCE

A. The CONTRACTOR shall maintain the buildings, structures and public properties free from accumulations of waste, debris and rubbish, caused by the demolition and removal operations.

B. The CONTRACTOR shall provide on-site dump containers for collection of waste materials,

debris and rubbish, and he shall wet down dry materials to lay down and prevent blowing dust.

Page 109: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01540 01540-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

C. At reasonable intervals during the progress of the demolition and removal work or as directed by the ENGINEER, the CONTRACTOR shall clean the site and properties, and dispose of waste materials, debris and rubbish.

3.05 EQUIPMENT AND MATERIALS RETAINED BY OWNER

A. Any items tagged by the OWNER to be salvaged shall remain the property of the OWNER. B. The equipment and materials shall be moved by the CONTRACTOR to storage areas, on

the site, to be designated by the OWNER.

- END OF SECTION -

Page 110: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01540 01540-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 111: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01550 01550-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01550

SITE ACCESS AND STORAGE PART 1 -- GENERAL 1.01 HIGHWAY LIMITATIONS

A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the Work. It shall be the CONTRACTOR's responsibility to construct and maintain any haul roads required for its construction operations.

1.02 TEMPORARY CROSSINGS

A. General 1. Wherever necessary or required for the convenience of the public or individual

residents at street or highway crossings, private driveways, or elsewhere, the CONTRACTOR shall provide suitable temporary bridges over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges, which written consent shall be delivered to the COUNTY prior to excavation. All such bridges shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the CONTRACTOR shall adopt designs furnished by said authority for such bridges, or shall submit designs to said authority for approval, as may be required.

B. Street Use

1. Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive

use of any public street, alleyway, or parking area during the performance of the Work hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleys, ways, or parking areas. No Street shall be closed to the public without first obtaining permission of the COUNTY and proper governmental authority. Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise provided or shown. Toe boards shall be provided to retain excavated material if required by the COUNTY or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the Work shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, sewer inlets, and other drainage facilities.

C. Traffic Control

1. For the protection of traffic in public or private streets and ways, the

Page 112: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01550 01550-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

CONTRACTOR shall provide, place, and maintain all necessary barricades, traffic cones, warning signs, lights, and other safety devices in accordance with the requirements of the "Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1). The CONTRACTOR shall take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of Subpart G, Part 1926, of the OSHA Safety and Health Standards for Construction.

D. Street Closure

1. If closure of any street is required during construction, a formal application for a

street closure shall be made to the authority having jurisdiction at least 30 days prior to the required street closure in order to determine necessary sign and detour requirements.

1.03 CONTRACTOR’S SITE ACCESS

A. The COUNTY maintains a perimeter chain link fence and security gate at their WWTP. Delivery and employee access to the WWTP will be via the plant access off W. McCormick Road.

B. The CONTRACTOR will be responsible for monitoring the W. McCormick Road entrance

gate for its personnel and equipment and materials deliveries and shall post signage directing all traffic and deliveries to that entrance.

1.04 CONTRACTOR’S WORK AND STORAGE AREA

A. Storage areas shall be provided within the designated staging area shown on the Drawings. The staging areas shown are general and do not indicate limits of construction. Responsibility for protection and safekeeping of equipment and materials at or near the site will be solely that of the CONTRACTOR and no claim shall be made against the COUNTY by reasons of any act of an employee or trespasser. Should an occasion arise necessitating access to an area occupied by stored equipment and/or materials, the CONTRACTOR shall immediately move them. No equipment or materials shall be placed upon the COUNTY’s property until it is acceptable to the COUNTY.

B. If the CONTRACTOR requires additional staging area than shown on the Drawings, the

CONTRACTOR shall obtain such areas from off-site sources at no additional cost to the COUNTY.

C. Upon completion of the Contract, the CONTRACTOR shall remove from the storage areas

all of its equipment, temporary fencing, surplus materials, rubbish, etc., and restore the areas in-kind.

Page 113: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01550 01550-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.05 TRAFFIC CONTROL

A. The CONTRACTOR shall maintain traffic and protect the public from all damage to persons and property within the Contract Limits, in accordance with all applicable state, local, and COUNTY regulations. The CONTRACTOR shall conduct its operations so as to maintain and protect access, for vehicular and pedestrian traffic, to and from all properties and business establishments and joining or adjacent to those streets affected by its operations, and to subject the public to a minimum of delay and inconvenience. Suitable signs, barricades, railing, etc., shall be erected and the Work outlined by adequate lighting at night. Danger lights shall be provided as required. Watchmen and flagmen shall be provided as may be necessary for the protection of traffic.

B. The use of on-site plant roads, entrance gates, parking areas and property for the

CONTRACTOR's personnel parking shall not be permitted except as designated on the Drawings. The CONTRACTOR shall be responsible for enforcing on-site parking regulations. Violators of these on-site parking restrictions will be towed or booted.

C. All dirt or debris spilled from the CONTRACTOR's trucks on existing pavements or other

active areas of the facility shall be removed by the CONTRACTOR immediately. 1.06 SECURITY

A. The CONTRACTOR shall care for and protect against loss or damage of all material to be incorporated in the construction for the duration of the project and shall repair or replace damaged or lost materials and damage to structures.

1.07 SAFETY AND PROTECTION DEVICES

A. It shall be the sole responsibility of the CONTRACTOR to protect persons from injury and to avoid property damage. Adequate barricades, construction signs, torches, red lanterns, and guards as required shall be placed and maintained during the progress of the construction work for the protection of the public in compliance with all federal, OSHA and local ordinances.

B. The CONTRACTOR shall have unit responsibility for and be required to make good, at its

own expense, all damage to property or adjacent properties caused in the execution of this Contract.

C. The CONTRACTOR shall take all necessary precautions for the safety of its employees

on the job and shall comply with all applicable provisions of Federal, State, COUNTY, and municipal safety laws and regulations to prevent accidents or injury to persons on, about, or adjacent to the premises where the Work is being performed.

D. In the event, the CONTRACTOR's tools or materials delivered to the premises are stolen

or damaged, it shall be responsible for such theft. 1.08 CONTRACTOR DELIVERY LOGS

A. The CONTRACTOR shall provide a daily log of deliveries to the WWTP for the project. The daily log shall include deliveries received each day with the driver's name and truck license number, in addition to expected deliveries for the following day. The log shall be

Page 114: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01550 01550-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

submitted to the COUNTY and the ENGINEER at the end of each day. This log will be used by the COUNTY at its discretion for security purposes at the plant site.

PART 2 – PRODUCTS (NOT USED) PART 3- EXECUTION (NOT USED)

- END OF SECTION -

Page 115: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01560 01560-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01560

EROSION AND SEDIMENTATION CONTROL PART 1 -- GENERAL 1.01 WORK INCLUDED

A. The Work specified in this Section consists of designing, providing, maintaining and removing temporary erosion and sedimentation controls as necessary to protect the Work and prevent sedimentation from the CONTRACTOR’s activities from entering water bodies or enter other parts of the COUNTY’s or other property owners sites outside the Construction limits.

B. Temporary erosion controls include, but are not limited to; grassing, mulching, netting,

watering and reseeding on-site surfaces and soil and borrow area surfaces, and providing interceptor ditches at end of berms and at those locations which will ensure that erosion during Construction will be either eliminated or maintained within acceptable limits as established by the regulatory agencies having jurisdiction.

C. Temporary sedimentation controls include, but are not limited to; silt dams, traps, barriers,

and appurtenances at the foot of sloped surfaces which will ensure that sedimentation pollution will be either eliminated or maintained within acceptable limits as established by the regulatory agencies having jurisdiction.

1.02 REQUIREMENTS

A. The CONTRACTOR is responsible for providing effective temporary erosion and sediment control measures during Construction or until final controls become effective.

B. The CONTRACTOR shall be responsible for filing Notice of Intent for Construction

Activities with regulatory agencies (SJRWMD, SFWMD, and FDEP) as required by law, if thresholds are expected to be exceeded.

C. The areas of unstabilized soil cover shall be minimized at all times to limit erosion and

sedimentation.

1.03 SUBMITTALS

A. The CONTRACTOR shall prepare and submit an Erosion and Sedimentation Control Plan (Stormwater Pollution Prevention Plan) for COUNTY review and approval. The Plan shall be in effect throughout the Construction duration.

PART 2 -- PRODUCTS 2.01 EROSION CONTROL

A. Seed: Scarified Argentine Bahia.

Page 116: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01560 01560-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

B. Sod: Bermuda grass, Argentine Bahia grass, Pensacola Bahia grass or St. Augustine. Grassing and Sodding Materials: As specified in Section 981 FDOT Specification for Road & Bridge Construction.

C. Netting: Polypropylene mesh netting 5/8-inch x 3/4-inch (16 x 19mm) mesh with

interwoven curlex fibers as manufactured by American Excelsior Company or equal. Netting: Fabricated of material in conformance with Section 985 FDOT Specification for Road & Bridge Construction.

2.02 SEDIMENTATION CONTROL

A. Bales: Clean, synthetic hay type. Minimum dimensions of 14-inch by 18-inch by 36-inches at the time of placement.

B. Netting: Fabricated of material in conformance with Section 985 FDOT Specification for

Road & Bridge Construction. C. Sediment Control Fencing (Silt Fencing): As manufactured by American Excelsior

Company or equal. D. Filter stone: Crushed stone conforming to Florida Department of Transportation

Specifications. E. Concrete block: Hollow, non-load bearing type. F. Concrete: Exterior grade not less than 1-inch thick. G. Turbidity Barriers: Floating or staked as required.

PART 3 -- EXECUTION 3.01 TEMPORARY EROSION CONTROL

A. See Section 02120 "Sodding”. 3.02 SEDIMENTATION CONTROL

A. Install and maintain silt fences and dams, traps, barriers, and appurtenances as shown on the approved descriptions and working Drawings. Replace deteriorated hay bales and dislodged filter stone. Repair portions of any devices damaged at no additional expense to the COUNTY.

B. Install all sediment control devices in a timely manner to ensure the control of sediment.

At sites where exposure to sensitive areas is likely, complete installation of all sediment control devices before starting earthwork.

C. Use approved temporary erosion control features to correct conditions that develop during

Construction that were not foreseen when the Erosion and Sedimentation Control Plan was first approved.

Page 117: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01560 01560-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

3.03 PERFORMANCE

A. Should any of the temporary erosion and sediment control measures employed by the CONTRACTOR fail to produce results that comply with the requirements of the Regulatory agency having jurisdiction, the COUNTY or the Professional, the CONTRACTOR shall immediately take whatever steps necessary to correct the deficiency at its own expense to protect the Work and any adjacent property to the site, as well as to prevent contamination of any river, stream, lake, tidal waters, reservoir, canal or other water impoundments.

B. The side slope areas with unstabilized or unprotected soil cover shall be minimized at all

times to limit erosion and sedimentation. C. Incorporate permanent erosion control features into the Project at the earliest practical

time. D. Remove temporary erosion and sedimentation controls when the Work is complete and in

accordance with the Erosion and Sedimentation Control Plan (Stormwater Pollution Prevention Plan) and the Notice of Intent for Construction Activities filed with regulatory agencies.

3.04 MAINTENANCE OF EROSION AND CONTROL FEATURES

A. Provide routine maintenance of permanent and temporary erosion control features, at no expense to the COUNTY, until the Project is complete and accepted.

- END OF SECTION -

Page 118: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01560 01560-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 119: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01580 01580-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01580

PROJECT IDENTIFICATION AND SIGNS

PART 1 -- GENERAL

1.01 REQUIREMENTS INCLUDED

A. The CONTRACTOR shall furnish, install, and maintain all sign materials including sign posts, weighted stands, brackets, any required mounting hardware, and miscellaneous materials required for temporary signs for the purpose of:

1. Project Identification.

2. Informational signs to direct traffic

3. On-site safety signs as appropriate for the Work

B. Remove temporary signs on completion of Construction prior to obtaining Certificate of Occupancy and Substantial Completion.

C. Allow no other signs to be displayed without written approval of the COUNTY.

1.02 SUBMITTALS

A. Submit complete Shop Drawings identifying locations, material, layout, sign content, font type and size, and sample colors. Make sign and lettering to scale, clearly indicating condensed lettering if used. The sign details will be submitted to the COUNTY for approval prior to fabrication.

B. Submit method of erection to include materials, fasteners, and other items to assure compliance with the requirements for wind pressures as required by the authorities having jurisdiction.

C. Submit signs in accordance with any details provided in the Drawings.

D. Prior to erection obtain and submit all required permits from the authorities having jurisdiction.

1.03 PROJECT IDENTIFICATION SIGN

A. Provide 1 painted sign at the site, or at each end of the Work if a linear project, or at each of the separate sites of Work, if applicable. The sign will be not less than 32-square feet area, with a minimum dimension of 4-feet and painted graphics with content to include:

1. Title of Project

2. Orange County Government name and logo

3. Names and titles of the Board of County Commissioners, County Administrator, Director of Orange County Utilities Department, the Consulting Engineer, and the CONTRACTOR.

Page 120: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01580 01580-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

B. Erect on the site at a lighted location of high public visibility, adjacent to main entrance to site, as approved by the COUNTY. The sign must be located 5-feet from all rights-of-way and 20-feet from all property lines.

1.04 INFORMATIONAL SIGNS

A. All signs and other traffic control devices shall conform to the requirements for shape, color, size, and location as specified in the latest Manual on Uniform Traffic Control and Safe Streets and Highways and the Florida Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations. Information as to the above may be obtained from FDOT Division engineers.

PART 2 -- PRODUCTS

2.01 SIGN MATERIALS

A. Structure and Framing: New construction grade lumber, structurally adequate and suitable for exterior application and specified finish.

B. Sign Panels: New A-B Grade, exterior type, APA DF plywood with inset hardwood edges and mitered corners, standard large sizes to minimize joints.

1. Thickness: As required by standards to span framing members, to provide even, smooth surface without waves or buckles, minimum 3/4-inch.

C. Rough Hardware: Galvanized steel, of sizes and types to enable sign assemblies to resist wind pressures as required by the authorities having jurisdiction but not less than a wind velocity of 50-mph.

1. Use minimum 1/2-inch diameter button head carriage bolts to fasten sign panels to supporting structures. Bolt heads to be painted to match sign face.

D. Paint: Exterior quality, as specified in Division 9 or as a minimum as specified herein.

1. Primer and finish coat: exterior, semi-gloss, alkyd enamel.

2. Colors for structure, framing, sign surfaces, and graphics: As shown on the Drawings or as selected by the COUNTY.

E. Safety Sign Number Tags

1. Removable aluminum or galvanized steel, with 4-inch high, blue numerals and steel tag hooks.

Page 121: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01580 01580-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

PART 3 -- EXECUTION

3.01 PROJECT IDENTIFICATION SIGN

A. Install project identification signs within 10-days of the Notice to Proceed date. Failure to erect the signs may be reason to delay approval of the initial Application for Payment.

B. Paint exposed surfaces of supports, framing, and surface material; one (1) coat of primer and two (2) coats of finish paint.

C. Set signs plumb and level and solidly brace as required to prevent displacement during the Construction period. If mounted on posts, sink posts 3-feet to 4-feet below grade, leaving a minimum of 8-feet of each post above grade for mounting the sign.

D. Install informational signs at a height for optimum visibility, on ground mounted poles or attached to temporary structural surfaces.

3.02 MAINTENANCE

A. Maintain signs and supports in a neat, clean condition; repair damages to structure, framing, or sign.

B. Relocate informational signs as required by the progress of the Work.

C. Poorly maintained, defaced, damaged, or dirty signs shall be replaced, repaired, or cleaned without delay.

D. Special care must be taken to ensure that construction materials and dust are not allowed to obscure the face of a sign.

E. Signs not in effect shall be covered or removed.

3.03 REMOVAL

A. Remove signs, framing, supports, and foundations at Substantial Completion of the Work.

B. Leave areas clean and patch as required to remove any traces of temporary signs.

- END OF SECTION -

Page 122: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01580 01580-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 123: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01590 01590-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01590

FIELD OFFICE, EQUIPMENT AND SERVICES PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. The CONTRACTOR shall provide field offices, equipment and services for its own use and the use of the COUNTY’s Resident Project Representative (RPR) as specified herein and shown on the Drawings.

1.02 RELATED WORK SPECIFIED ELSEWHERE

A. Section 01510 – Temporary Utilities 1.03 SUBMITTALS

A. The CONTRACTOR shall submit shop drawings and other information as required to the ENGINEER for review in accordance with Section 01300 entitled "Submittals".

1.04 GENERAL FIELD OFFICE REQUIREMENTS

A. CONTRACTOR shall provide steps and platforms to permit entry to the offices. This work shall conform to the Florida Building Code and OSHA requirements.

B. Trailers shall be blocked up and hurricane straps installed conforming to the applicable

building codes. C. CONTRACTOR retains responsibility for procuring all necessary permits for the

installation of the field offices at the location noted.

D. Field offices shall be fully functional prior to any other construction activities on the site.

PART 2 -- PRODUCTS 2.01 RESIDENT REPRESENTATIVE’S FIELD OFFICE

A. The CONTRACTOR shall provide and maintain a field office for the exclusive use of the COUNTY’s RPR, at the site. The facilities shall be available for use during the entire life of the Project, and shall not be disturbed, moved, or interrupted without the COUNTY RPR's approval. The office shall be a separate structure containing at least 480 square feet of floor area, sealed from the weather, completed and ready for occupancy within thirty (30) days following the Notice to Proceed of the Project. The office shall be erected at a location approved by the COUNTY’s RPR. The CONTRACTOR shall arrange for the office to be cleaned at least three (3) times every week in a manner satisfactory to the COUNTY’s RPR. A mobile field office trailer measuring a minimum of 12 feet wide by 40 feet long shall be acceptable if it contains the required facilities.

Page 124: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01590 01590-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

B. All doors and windows shall be equipped with locking devices to prevent unauthorized

entry, and two sets of all keys to the door and window locks shall be loaned to the COUNTY RPR for his/her use during the life of the project. The office shall consist of a minimum of two (2) offices (each approximately 150 square feet), a storage closet, and a lavatory equipped with a shower, toilet, faucet and sink. The office shall conform to HUD requirements. Minimum ceiling height shall be 7-feet, 6-inches. The interior shall have vinyl tile floor covering, wall paneling, and a 20-gallon electric water heater. The office shall have air conditioning capable of lowering the interior temperature to 72 degrees Fahrenheit and heating capable of raising the interior temperature to 78 degrees Fahrenheit. Two electric outlets and two telephone jacks shall be provided in each office. Telephone service for all calls and internet service related to the work including long distance, all heat, light, water and sanitary facilities shall be furnished and paid for by the CONTRACTOR.

C. The following office furniture and equipment in the quantities identified shall be furnished in the Resident Project Representative's Field Office:

2 Flat top desks, 2-1/2 x 5 feet, with drawers at each end

4 Straight chairs

1 Set of concrete/asphalt test thermometers

1 Set of wet paint mil thickness gauges

1 Digital dry film thickness gauge for ferrous and non-ferrous coated metals (M.E. Taylor PosiTest gage, or equal)

1 Digital ultrasonic coating thickness gage for concrete and masonry surfaces (DeFelsko PosiTector 200 C3, or equal)

1 Color copier/scanner with local service (Xerox WorkCenter 7970 with document feeder, or equal)

1 Four-drawer, legal size steel filing cabinet with lock and key

2 Large metal waste baskets

1 Drawing table, 3 feet x 6 feet tilt top with drafting stool

1 Rack from which to hang drawings, including related appurtenances

2 Wall-mounted fire extinguishers

1 Electric water cooler with bottle water supply and disposable drink cups

1 Metal office folding tables 30 inches x 60 inches (minimum)

2 Bookcases with 3 shelves, 3 feet long

2 18 inch square locker by 4 feet high

1 First Aid Cabinet

2 Tilt/swivel type desk chairs

3 Telephone lines

3 Telephones with speakerphone each capable of handling three (3) lines

Page 125: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01590 01590-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1 Automatic telephone message recorder

1 48"x72" dry-erase board

2 24"x36" dry-erase boards

1 Field office security (alarm) system, with monitoring by local service provider D. Each office shall be provided with broadband Internet access with networking capability.

Any installation, service and monthly subscription fees shall be the responsibility of the CONTRACTOR for the duration of the project.

E. Upon completion of the project and when it is no longer needed, the field office shall be removed from the site.

2.02 CONTRACTOR’S FIELD OFFICE

A. The CONTRACTOR and each subcontractor shall furnish, equip and maintain a field office

at the site of a size required for his operations. The CONTRACTOR and each subcontractor shall provide his own telephone service and shall have readily accessible at the field office, copies of the Contract Documents, latest approved Shop Drawings and all field Project related correspondence, Change Order, etc.

B. The CONTRACTOR shall furnish in his field trailer an air conditioned conference room to hold the project progress meetings as required and identified in Section 01200 entitled “Project Meetings”. The CONTRACTOR shall provide a conference room size with conference table and chairs to accommodate up to ten attendees for each progress meeting.

PART 3 -- EXECUTION

3.01 RESIDENT REPRESENTATIVE’S FIELD OFFICE

A. CONTRACTOR shall maintain the field office in good repair and appearance. CONTRACTOR shall provide cleaning service as identified and replenish paper towels, paper cups, hand soap, toilet paper, first aid kit supplies and bottled water as required.

B. CONTRACTOR shall replenish copier paper and toner as needed.

3.02 UTILITY SERVICES

A. Potable water shall be provided by the CONTRACTOR for the CONTRACTOR’s and ENGINEER’s field office over the duration of the project. The CONTRACTOR shall furnish, install, test, and have inspected all piping, valves, and flow meter for connection with the COUNTY’s potable water services (if allowed to connect to any existing service).

B. Power: CONTRACTOR shall provide and pay for all necessary temporary power in

accordance with the Section 01510 entitled “Temporary Utilities”.

Page 126: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01590 01590-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

C. Sanitary Services: The CONTRACTOR shall provide sanitary facilities in accordance with the Section 01510 entitled “Temporary Utilities”.

- END OF SECTION -

Page 127: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01600 01600-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01600

MATERIALS AND EQUIPMENT PART 1 -- GENERAL

1.01 THE REQUIREMENT

A. The word "Products," as used herein is defined to include purchased items for incorporation into the Work, regardless of whether specifically purchased for project or taken from CONTRACTOR's stock of previously purchased products. The word "Materials," is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form units of Work. The word "Equipment" is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, and other like items). Definitions in this paragraph are not intended to negate the meaning of other terms used in Contract Documents, including "specialties," "systems," "structure," "finishes," "accessories," "furnishings," special construction," and similar terms, which are self-explanatory and have recognized meanings in the construction industry.

B. Equipment Specifications may not deal individually with minute items required such as

components, parts, controls, and devices which may be required to produce the equipment performance specified or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for in the Contract Documents.

C. All equipment, materials, instruments or devices incorporated in this project shall be new

and unused, unless indicated otherwise in the Contract Documents. Equipment and materials to be incorporated into the work shall be delivered sufficiently in advance of their installation and use to prevent delay in the execution of the work, and they shall be delivered as nearly as feasible in the order required for executing the work.

D. Where the words "furnish", "provide", "supply", "replace", or "install" are used, whether

singularly or in combination, they shall mean to furnish and install, unless specifically stated otherwise.

E. In the interest of brevity, the explicit direction "to furnish and install" has sometimes been

omitted in specifying materials and/or equipment herein. Unless specifically noted otherwise, it shall be understood that all equipment and/or materials specified or shown on the Drawings shall be furnished and installed under the Contract as designated on the Drawings.

1.02 INSTALLATION OF EQUIPMENT

A. Equipment and materials shall be installed in accordance with the requirements of the General Conditions, Supplemental Conditions and the respective Specification Sections.

B. Concrete foundations for equipment shall be of approved design and shall be adequate in

size, suitable for the equipment erected thereon, properly reinforced, and tied into floor

Page 128: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01600 01600-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

slabs by means of reinforcing bars or dowels. Foundation bolts of ample size and strength shall be provided and properly positioned by means of suitable templates and secured during placement of concrete. Foundations shall be built and bolts installed in accordance with the manufacturer's certified drawings.

C. Before mounting equipment on a foundation, the CONTRACTOR shall clean the top

surface; if necessary, rough it with a star chisel and clean again; and clean out all foundation bolt sleeves. The CONTRACTOR shall provide a sufficient number of stainless steel plate shims about 2-inches wide and 4-inches long, and of a varying thickness from 1/8 to 1/2 inch. A combination of these shims shall be placed next to each foundation bolt to bring the bottom of the bedplate or frame about 1/8 inch above the final setting. The equipment shall be lowered by changing the combination of shims. Using stainless steel shim stock of various thicknesses, continue to level the equipment a little at a time and in rotation until it is at the correct elevation in both directions. When the equipment is level, tighten down on the foundation bolts a little at a time in rotation to make certain the equipment remains level and does not shift on the shims. A preliminary alignment check shall be made before grout is placed.

D. Equipment shall be set, aligned and assembled in conformance with manufacturer's

drawings or instructions. Run out tolerances by dial indicator method of alignment shall be plus or minus .002 inches, unless otherwise directed by the OWNER.

E. All blocking and wedging required for the proper support and leveling of equipment during

installation shall be furnished by the CONTRACTOR. All temporary supports shall be removed, except stainless steel wedges and shims, which may be left in place with the approval of the OWNER.

F. Each piece of equipment or supporting base, bearing on concrete foundations, shall be

bedded in grout. The CONTRACTOR shall provide a minimum of 1-1/2-inch thick grouting under the entire baseplate supporting each pump, motor drive unit and other equipment. Grout shall be non-shrink grout, as specified under Section 03315 entitled "Grout".

G. When motors are shipped separately from driven equipment, the motors shall be received,

stored, meggered once a month, and the reports submitted to the OWNER. After driven equipment is set, the motors shall be set, mounted, shimmed, millrighted, coupled and connected complete. Motors shall then be turned once per month and documented by the CONTRACTOR to the OWNER.

1.03 CONNECTIONS TO EQUIPMENT

A. Connections to equipment shall follow manufacturer's recommendations as to size and arrangement of connections and/or as shown in detail on the Drawings or approved Shop Drawings. Piping connections shall be made to permit ready disconnection of equipment with minimum disturbance of adjoining piping and equipment.

B. The Electrical CONTRACTOR or CONTRACTOR if no electrical contract exists shall be

responsible for bringing proper electrical service to each item of equipment requiring electrical service as shown on the Drawings or approved Shop Drawings. Electrical connections to equipment requiring electrical service shall be made by the Electrical CONTRACTOR, unless otherwise indicated on the Drawings or in the Technical Specifications.

Page 129: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01600 01600-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

C. The HVAC CONTRACTOR or CONTRACTOR if no HVAC Contract exists shall bring and

connect HVAC service to all equipment items requiring same as shown on the Drawings. Electrical connections to equipment requiring electrical service shall be made by the Electrical CONTRACTOR, unless otherwise indicated on the Drawings or in the Technical Specifications.

D. The Plumbing CONTRACTOR or CONTRACTOR if no plumbing contract exists shall bring

and connect plumbing service to all equipment items requiring same as shown on the Drawings.

1.04 IDENTIFICATION TAGS FOR EQUIPMENT AND INSTRUMENTS

A. All process equipment, pumps, blowers, valves, gates and process instruments that are identified by a tag number on the Process and Instrumentation Diagrams (P&IDs on Instrumentation contract drawings) shall have an identification tag at the device.

B. The identification tag shall show a unique tag number for the device (e.g., P-11001), and

the common name of the device (e.g., Filter Transfer Pump No. 1). C. The identification tag shall be either lamacoid tag with white background and black core

letters, or non-corrosive metal tags, ASTM A240 Grade 430 stainless steel with a bright annealed finish.

D. Characters on identification tags shall be 3/16” high and surface cut deep unless otherwise

noted. Characters shall be cut into the lamacoid tags with a hardened steel router bit and into stainless steel tags with a diamond tip cutter.

E. Identification tags shall be buffed around the perimeter to remove any sharp edges or

corners. F. Identification tags shall be attached to the equipment item, valve, or instrument with 0.9

mm diameter wire or stainless steel screws.

1.05 PRODUCT DELIVERY-STORAGE-HANDLING

A. The CONTRACTOR shall deliver, handle, and store products in accordance with supplier's written recommendations and by methods and means which will prevent damage, deterioration, and loss including theft. Delivery schedules shall be controlled to minimize long-term storage of products at site and overcrowding of construction spaces. In particular, the CONTRACTOR shall provide delivery/installation coordination to ensure minimum holding or storage times for products recognized to be flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other sources of loss. Any equipment or materials of whatever kind which may have become damaged or deteriorated from any cause shall be removed and replaced by good and satisfactory items at the CONTRACTOR's expense for both labor and materials.

B. The OWNER and the CONTRACTOR's project superintendent must be on-site to accept all deliveries shipped directly to the job site. If the project superintendent is not present for a delivery, that delivery may be rejected by the OWNER. If any delivery is rejected

Page 130: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01600 01600-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

due to non-availability of the CONTRACTOR's project superintendent, delivery shall be rescheduled at no additional cost to the OWNER.

1.06 TRANSPORTATION AND HANDLING

A. Products shall be transported by methods to avoid product damage and shall be delivered in undamaged condition in supplier's unopened containers or packaging, dry.

B. The CONTRACTOR shall provide equipment and personnel to handle products, materials,

and equipment including those provided by OWNER, by methods to prevent soiling and damage.

C. The CONTRACTOR shall provide additional protection during handling to prevent marring

and otherwise damaging products, packaging, and surrounding surfaces.

1.07 STORAGE AND PROTECTION

A. The CONTRACTOR shall protect all equipment and materials from deterioration and damage, including provisions for temporary storage buildings as needed and as specified in Section 01550 entitled "Site Access and Storage".

B. Products shall be stored in accordance with supplier's written instructions, with seals and

labels intact and legible. Sensitive products shall be stored in weather tight enclosures and temperature and humidity ranges shall be maintained within tolerances required by supplier's written instructions.

C. Storage of equipment and materials shall be in locations completely protected from

flooding, standing water, excessive dust, falling rock, brush fire, etc. Storage areas shall be located sufficiently distant from all construction activities and the movement of construction vehicles to minimize the potential for accidental damage.

D. For exterior storage of fabricated products, they shall be placed on sloped supports above

ground. Products subject to deterioration shall be covered with impervious sheet covering; ventilation shall be provided to avoid condensation.

E. Loose granular materials shall be stored on solid surfaces in a well-drained area and shall

be prevented from mixing with foreign matter.

F. Storage shall be arranged to provide access for inspection. The CONTRACTOR shall periodically inspect to assure products are undamaged and are maintained under required conditions.

G. Storage shall be arranged in a manner to provide access for maintenance of stored items

and for inspection.

H. Cement and lime will be stored under a roof and off the ground and will be kept completely dry at all times.

I. Brick, block and similar masonry products will be handled and stored in a manner to minimize breakage, chipping, cracking and spilling to a minimum.

Page 131: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01600 01600-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

J. All structural and miscellaneous steel and reinforcing steel will be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams will be stored with the webs vertical.

K. Metals will be stored dry, all under cover and vented to prevent build-up of humidity, all off ground to provide air circulation.

L. Lumber will be stacked to provide air circulation. Store materials for which maximum moisture content is specified in an area where moisture content can be maintained.

1.08 MAINTENANCE OF STORAGE

A. Stored products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make said log available to the COUNTY RPR on request.

B. The CONTRACTOR shall verify that storage facilities comply with supplier's product

storage requirements.

C. The CONTRACTOR shall verify that supplier required environmental conditions are maintained continually.

D. The CONTRACTOR shall verify that surfaces of products exposed to the elements are not

adversely affected and that any weathering of finishes is acceptable under requirements of Contract Documents.

1.09 MAINTENANCE OF EQUIPMENT STORAGE

A. For mechanical and electrical equipment in long-term storage, the CONTRACTOR shall provide a copy of the supplier's service instructions to accompany each item, with notice on enclosed instruction shown on exterior of package.

B. Equipment shall be serviced on a regularly scheduled basis, and a log of services shall be

maintained and submitted as a record document to the COUNTY RPR. 1.10 LUBRICANTS

A. During testing and prior to acceptance, the CONTRACTOR shall furnish all lubricants necessary for the proper lubrication of all equipment furnished under this Contract.

1.11 SPECIAL TOOLS

A. For each type of equipment furnished by him, the CONTRACTOR shall provide a complete set of all special tools (including calibration and test equipment) which may be necessary for the adjustment, operation, maintenance and disassembly of such equipment.

B. Special tools shall be delivered at the same time as the equipment to which they pertain.

The CONTRACTOR shall properly store and safeguard such special tools until completion of the Work, at which time they shall be delivered to the OWNER.

Page 132: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01600 01600-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.12 PROTECTION AGAINST ELECTROLYSIS

A. Where dissimilar metals are used in conjunction with each other, suitable insulation shall be provided between adjoining surfaces so as to eliminate direct contact and any resultant electrolysis. The insulation shall be bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers, or other acceptable materials.

1.13 FASTENERS

A. All necessary bolts, anchor bolts, nuts, washers, plates and bolt sleeves shall be furnished by the CONTRACTOR in accordance herewith. Bolts shall have suitable washers and, where so required, their nuts shall be hexagonal.

B. All bolts, anchor bolts, nuts, washers, plates, and bolt sleeves shall be Type 316 stainless

steel unless otherwise specifically indicated or specified.

C. Unless otherwise specified, stud, tap, and machine bolts shall be of the best quality refined bar iron. Hexagonal nuts of the same quality of metal as the bolts shall be used.

1.14 EXCAVATED MATERIALS

A. All excavated materials needed for backfilling operation shall be stored on site. Where additional area is needed for stockpiling, it shall be obtained by the CONTRACTOR.

B. Any excess backfill shall be delivered to a selected location on the OWNER's property as

directed by the COUNTY RPR. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION -

Page 133: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01660 01660-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01660

EQUIPMENT TESTING AND STARTUP PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. Equipment testing and startup are requisite to satisfactory completion of the contract and, therefore, shall be completed within the time specified for substantial completion.

B. The CONTRACTOR shall allow sufficient time in his construction schedule to complete

equipment testing, trouble shooting, corrections, and startup based upon the general sequence set forth in Section 01520 entitled "Maintenance of Utility Operations During Construction".

C. As construction of the project proceeds through the final stages of completion associated

with each construction phase, the CONTRACTOR shall, in accordance with the requirements set forth in the Contract Documents, attend to the following items for the equipment and facilities scheduled to be placed into service:

1. Schedule equipment manufacturer's visits to site. 2. Calibrate instruments, controls and controlled equipment. 3. Perform required testing, adjusting, and balancing of project components. 4. Schedule start-up and initial operation. 5. Furnish skilled personnel during initiation operation. 6. Perform OWNER operation and maintenance training.

D. Refer to other Divisions for further requirements regarding this Section.

1.02 RELATED WORK SPECIFIED ELSEWHERE

A. Section 01300 – Submittals

B. Section 01520 - Maintenance of Utility Operations During Construction

C. Section 11000 – Equipment, General Provisions

D. Section 13326 – Process & Instrumentation Control System (PICS) 1.03 EQUIPMENT TESTING

A. The CONTRACTOR shall provide the services of an experienced and authorized representative of the supplier of each item of equipment (excluding minor items of equipment specifically exempted by the OWNER in writing), who shall visit the site of the

Page 134: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01660 01660-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Work and inspect, check, adjust if necessary, and approve the equipment installation prior to startup. In each case, the CONTRACTOR shall arrange to have the supplier's representative revisit the job site as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory to the OWNER.

B. The CONTRACTOR’s lead person shall notify each authorized representative of suppliers

that they must sign in at the ENGINEER/OWNER’s Field Inspector Office on the days that they attend the site so that the ENGINEER/OWNER’s Field Inspector can verify the services have been rendered as specified. This sign-in procedure is a pre-requisite to the CONTRACTOR being paid for those services.

C. The CONTRACTOR shall require that each supplier's representative test performance of

his equipment and furnish to the OWNER a written report addressed to the OWNER and copied to the ENGINEER, certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping or anchor bolts, and has been tested, operated satisfactorily under full-load conditions, is ready for operation, and the OWNER's operating personnel have been instructed in the operation, maintenance and lubrication of the equipment.

D. The CONTRACTOR shall be responsible for scheduling all operations testing. The

CONTRACTOR is advised that the OWNER and the OWNER's operating personnel will witness operations testing.

E. The CONTRACTOR shall furnish all personnel, chemicals, fuel, oil, grease, and all other

necessary equipment, facilities, and services required for conducting tests.

1.04 EQUIPMENT START-UP SERVICES

A. Equipment start-up period, for the training of plant personnel, shall begin after satisfactory completion and acceptance of the field tests and coincidentally with the completion date for the part of the work for which the equipment is included in accordance with the construction schedule. If the equipment is not covered by a certificate of substantial completion for a part of the work, the period shall begin upon substantial completion of the project.

B. During the equipment start-up period and in accordance with the sequence of construction

and schedule, the CONTRACTOR shall furnish, at no additional cost to the OWNER, the services of factory trained representatives of the equipment manufacturers for the equipment designated in the Specifications to:

1. Assist in the start-up and operations of the equipment. 2. Assist in the training of plant personnel, designated by the OWNER in the proper

operation and maintenance of the equipment.

C. The OWNER shall:

1. Provide the necessary plant personnel to be instructed in the operation and maintenance of the equipment. The OWNER's personnel shall operate all equipment.

Page 135: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01660 01660-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

2. Pay for all fuel, power and chemicals consumed beyond quantities specified in the Contract Documents. The CONTRACTOR shall pay for fuel, power, and chemicals consumed up to the date of "certified substantial completion" except as otherwise specified herein. Costs for sodium hypochlorite chemical will be paid for by the OWNER.

D. CONTRACTOR shall be available to promptly repair all work during the equipment startup so as to cause minimum disruption to the plant operation.

E. Upon completion of a minimum of ten (10) consecutive and continuous days of satisfactory operation, or the number of days called for in the Technical Specifications, the OWNER will assume operation and operating cost of the equipment associated with the completed phase of work. If the equipment malfunctions during this start-up period, the start-up period will be repeated until satisfactory operation is achieved.

F. In the event a system, equipment or component proves defective or is unable to meet

specified performance criteria, the CONTRACTOR shall replace the defective item and the guarantee period called for in the Contract Documents for the item shall start after satisfactory replacement and testing of the item.

1.05 PUMP STATION AND CHEMICAL SYSTEM STARTUP

A. The CONTRACTOR shall provide the effective coordination of all parties necessary for the successful startup during each phase of the sequence of work.

B. It is not the intent of the OWNER to instruct the CONTRACTOR in the startup of equipment

for the facilities; however, the OWNER will be available prior to and during startup to provide technical support to the CONTRACTOR. The CONTRACTOR shall not adversely impact plant operations.

C. Not less than 30 days prior to startup of facilities, the CONTRACTOR shall submit to the

OWNER for review, a detailed schedule of operations which will be necessary to effect a successful initial operation and sustained period of operation for the duration of the required startup period.

D. Startup of completed work shall not commence until all required leakage tests,

disinfection, and equipment tests have been completed to the satisfaction of the OWNER. E. The control system startup shall be coordinated with process startup activities and shall

be extended as required until all plant processes are fully operational and to satisfy the OWNER that all control system contract requirements have been fulfilled in accordance with the Contract Documents. Refer to Section 13326 Process & Instrumentation Control System (PICS) for additional requirements.

F. All defects in materials or workmanship which appear during this test period shall be

immediately corrected by the CONTRACTOR. Time lost for equipment repairs, wiring corrections, control point settings, or other reasons which actually interrupt the startup may, at the discretion of the OWNER, be justifiable cause for extending the startup test duration.

Page 136: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01660 01660-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

G. During the startup, the CONTRACTOR shall provide the services of authorized representatives of the suppliers, in addition to those services required under operations testing, as necessary, to correct faulty equipment operation.

1.06 DEMONSTRATION AND INSTRUCTION

A. The supplier's representative shall instruct the OWNER's operating personnel in correct operation and maintenance procedures. The instruction shall demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing, maintenance, and shutdown of each item of equipment. Such instruction shall be scheduled in accordance with the sequence of each phase of the work at times arranged with the OWNER at least 2 weeks in advance and shall be provided while the respective representative's equipment is fully operational. On-site instruction shall be given by qualified persons who have been made familiar in advance with the equipment and systems in the plant. Training shall not commence until O&M Manuals have been accepted by OWNER as specified in Section 01300 entitled "Submittals".

B. The CONTRACTOR shall notify and distribute training session agenda and training

material to the OWNER at least 14 days in advance of each equipment test or OWNER training session.

C. The CONTRACTOR shall notify the COUNTY’s RPR at least 14 days in advance of each

equipment test or OWNER training session. D. Training shall be provided to two (2) separate shifts of the OWNER's personnel with one

beginning at 7:30 AM and one beginning at 1:00 PM.

E. Provide professional video recording of all training sessions. Completed, labeled DVDs shall be provided to the OWNER for each type of training session.

PART 2 – PRODUCTS (NOT USED) PART 3 – EXECUTION (NOT USED)

- END OF SECTION -

Page 137: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01700 01700-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01700

PROJECT CLOSEOUT PART 1 -- GENERAL 1.01 THE REQUIREMENT

A. Prerequisite for Substantial Completion- When the CONTRACTOR considers the Work as substantially complete, submit to the COUNTY a written notice stating so and requesting an inspection to determine the status of completion. The CONTRACTOR will attach to the notice a list of items known to be incomplete or yet to be corrected. Complete the following before requesting the COUNTY’s inspection for certification of substantial completion. 1. In the progress payment request that coincides with or is the first request

following, the date substantial completion is claimed, show 100% completion or list incomplete items, the value of incomplete Work, and reasons for the Work being incomplete. Inspection procedures include supporting documentation for completion as indicated in these Contract Documents.

2. Submit a statement showing an accounting of changes to the Contract Sum. 3. Submit specific warranties, workmanship/maintenance bonds, maintenance

agreements, final certifications and similar documents in accordance with Section 01740 "Warranties and Bonds."

4. Obtain and submit lien releases enabling the COUNTY’s full, unrestricted use of

the Work and access to services and utilities. 5. Consult with COUNTY before submitting Record Documents in accordance with

Section 01720 "Project Record Documents." 6. Submit Operation and Maintenance Manuals. 7. Make final changeover of permanent locks. Submit keys and keying schedule. 8. Deliver tools, spare parts, extra stock, and similar items. 9. Complete final cleaning requirements necessary for Substantial Completion.

10. Submit copies of all closed permits to the COUNTY. B. Final Cleaning

1. At the completion of each phase of the work and prior to startup, as scheduled the

CONTRACTOR shall remove all rubbish from and about the site of the completed work, and all temporary structures, construction signs, tools, scaffolding, materials, supplies and equipment which he or any of his Subcontractors may have used in

Page 138: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01700 01700-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

the performance of the work. CONTRACTOR shall broom clean paved surfaces and rake clean other surfaces of grounds.

2. CONTRACTOR shall thoroughly clean all materials, equipment and structures; all

marred surfaces shall be touched up to match adjacent surfaces; dirty filters and burned out lights replaced as required; all glass surfaces cleaned and floors cleaned and polished so as to leave work in a clean and new appearing condition.

3. CONTRACTOR shall maintain cleaning until project, or portion thereof, is occupied

by the OWNER.

C. Spare Parts and Special Tools

1. As soon as practicable after approval of the list of equipment, the CONTRACTOR shall furnish spare parts data for each different item of equipment listed. The data shall include a complete list of parts and supplies, with current unit prices and source or sources of supply.

2. Prior to equipment startup, CONTRACTOR shall also furnish a list of parts, and

supplies that are either normally furnished at no extra cost with the purchase of the equipment or specified to be furnished as part of the Contract and a list of additional items recommended by the manufacturer to assure efficient operation for a period of one-hundred and twenty (120) days for the particular installation.

3. All parts shall be securely boxed and tagged, and clearly marked on the box and

individually for identification as to the name of manufacturer or supplier, applicable equipment, part number, description and location in the equipment. All parts shall be protected and packaged for a shelf life of at least ten (10) years.

4. CONTRACTOR shall furnish at no additional cost to the OWNER with each piece

of equipment as a minimum, one (1) complete set, or the number of sets called for in the Technical Specifications, of suitably marked special tools and appliances which may be needed to adjust, operate, maintain, or repair the equipment prior to equipment startup.

5. CONTRACTOR shall submit, for approval by the OWNER, a complete list of the

special tools and appliances to be furnished. Such tools and appliances shall be furnished in approved painted steel cases properly labeled and equipped with good grade cylinder locks and duplicate keys prior to equipment startup.

D. Final Cleanup; Site Rehabilitation

1. Before final acceptance, the CONTRACTOR shall wash and clean all exposed

surfaces which have become soiled or marked, and shall remove from the site of work all accumulated debris and surplus materials of any kind which result from his operation, including construction equipment, tools, sheds, sanitary enclosures, etc. The CONTRACTOR shall leave all equipment, fixtures, and work, which he has installed, in a clean condition. The completed project shall be turned over to the OWNER in a neat and orderly condition.

2. The site of the work shall be rehabilitated or developed in accordance with other

sections of the Specifications and the Drawings. In the absence of any portion of

Page 139: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01700 01700-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

these requirements, the CONTRACTOR shall completely rehabilitate the site to a condition and appearance equal or superior to that which existed just prior to construction, except for those items whose permanent removal or relocation was required in the Contract Documents or ordered by the OWNER.

3. Wipe surface of mechanical and electrical equipment. Remove excess lubrication

and other substances. Clean light fixtures and lamps. 4. Clean permanent filters of ventilating systems and replace disposable filters if units

were operated during construction. Clean ducts, blowers and coils if units were operated without filters during construction.

E. Final Inspection

1. Final cleaning and repairing shall be so arranged as to be finished upon completion

of the construction work. The CONTRACTOR will make his final cleaning and repairing, and any portion of the work finally inspected and accepted by the OWNER shall be kept clean by the CONTRACTOR, until the final acceptance of the entire work.

2. When the CONTRACTOR has finally cleaned and repaired the whole or any

portion of the work, he shall notify the OWNER that he is ready for final inspection of the whole or a portion of the work, and the OWNER will thereupon inspect the work. If the work is not found satisfactory, the OWNER will order further cleaning, repairs, or replacement.

3. Results of the completed inspection will form the initial “Punch List” for Project

Close-Out. 4. When such further cleaning or repairing is completed, the OWNER, upon further

notice, will again inspect the work. The "Final Payment" will not be processed until the CONTRACTOR has complied with the requirements set forth, and the OWNER has made his final inspection of the entire work and is satisfied that the entire work is properly and satisfactorily constructed in accordance with the requirements of the Contract Documents.

F. Project Close Out

1. As construction of the project enters the final stages of completion, the

CONTRACTOR shall, in concert with accomplishing the requirements set forth in the Contract Documents, attend to or have already completed the following items as they apply to his contract:

a. Scheduling equipment manufacturers' visits to site. b. Required testing of project components. c. Scheduling start-up and initial operation. d. Scheduling and furnishing skilled personnel during initial operation.

Page 140: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01700 01700-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

e. Correcting or replacing defective work, including completion of items previously overlooked or work which remains incomplete, all as evidenced by the OWNER's "Punch" Lists.

f. Attend to any other items listed herein or brought to the CONTRACTOR's

attention by the OWNER.

2. Just before the OWNER's Certificate of Final Completion is issued, the CONTRACTOR shall accomplish the cleaning and final adjustment of the various building components as specified in the Specifications and as follows:

a. Touch up marks or defects in painted surfaces and touch up any similar

defects in factory finished surfaces. b. Remove bitumen from gravel stops, fascias, and other exposed surfaces. c. Remove all stains, marks, fingerprints, soil, spots, and blemishes from all

finished surfaces, tile, stone, brick, and similar surfaces.

3. In addition, and before the Certificate of Final Completion is issued, the CONTRACTOR shall submit to the OWNER certain records, certifications, etc., which are specified elsewhere in the Contract Documents. A partial list of such items appears below, but it shall be the CONTRACTOR's responsibility to submit any other items which are required in the Contract Documents:

a. Test results of project components. b. Performance Affidavits for equipment. c. Certification of equipment or materials in compliance with Contract

Documents. d. Operation and maintenance instructions or manuals for equipment. e. One set of neatly marked-up drawings showing as-built changes and

additions to the work under his Contract. f. Any special guarantees or bonds (Submit to OWNER).

4. The CONTRACTOR's attention is directed to the fact that required certifications

and information under Item 3 above must actually be submitted earlier in accordance with the sequence of construction and other Sections of the Specifications.

1.02 RELATED WORK SPECIFIED ELSEWHERE

A. Section 01660 - Equipment Testing and Plant Start-up B. Section 01720 - Project Record Documents C. Section 01730 - Operations and Maintenance Manuals

Page 141: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01700 01700-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

- END OF SECTION -

Page 142: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01700 01700-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 143: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01720

PROJECT RECORD DOCUMENTS AND SURVEY PART 1 -- GENERAL 1.01 THE REQUIREMENT A. The purpose of the Project Record Documents is to provide the COUNTY with factual

information regarding all aspects of the Work, both concealed and visible, to enable future location, identification and modification of the Work without lengthy and expensive site measurement, investigation or examination.

B. Provide professional surveying and mapping work required for the execution of the

Contract, including verification of existing survey data, construction layout, and production of the as-built drawings. This work shall be performed by a Surveyor that is licensed by the State of Florida as a professional surveyor and mapper pursuant to Chapter 472, Florida Statutes.

C. The location of the constructed improvements as depicted in the Contract Drawings is

required. To verify the As-Built Drawing accuracies and to insure the Work was constructed in conformance with the Contract Drawings, the following survey documents are required to be prepared and certified by the Surveyor:

1. As-Built Asset Attribute Data Table (see Table 01050-2) 2. Pipe Deflection Table (see Table 01050-3) 3. Gravity Main Table (see Table 01050-4)

4. Buried valves 4-inches and greater 5. Boundary Survey and Survey Map Report for pump stations and easements with

constructed improvements. 1.02 DEFINITIONS A. Except where specific definitions are used within a specific section, the following terms,

phrases, words and their derivation shall have the meaning given herein when consistent with the context in which they are used. Words used in the present tense include the future tense, words in the plural number include the singular number and words in the singular number include the plural number. The word “shall” is mandatory, and the word “may” is permissive.

1. As-Built Drawings: Drawings prepared by the CONTRACTOR's Surveyor shall

depict the actual location of installed utilities for the completed Work in a full size hard copy and an electronic AutoCAD file (dwg) format.

2. Record Documents: Drawings, prepared and certified by the OWNER’s

Consulting Engineer, shall be a compiled representation of the constructed project,

Page 144: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

a listing of the sources and the basis of information used in the preparation of the “record drawings”, the constructed project meets the Engineer’s design intent and note that material deviations from the design documents, and the accuracy of the location information is based upon the Contractor’s surveyor data supplied in the tables (As-Built Asset Attribute Data, Gravity Main, and Pipe Deflection).

3. Boundary Survey: Boundary survey, map and report certified by a Surveyor shall

be provided that meets the requirements of Chapter 61G17-6 'Minimum Technical Standards', FAC.

4. Surveyor: CONTRACTOR's Surveyor that is licensed by the State of Florida as a

Professional Surveyor and Mapper pursuant to Chapter 472, F.S. 5. Survey Map Report: As a minimum the Survey Map Report shall identify any

corners that had to be reset, measurements and computations made, Northwest Water Reclamation Facility Reuse Water Storage Improvements boundary issues, locations of constructed improvements outside boundaries, and accuracies obtained.

6. Specifications and Addenda: Legibly mark each section to record.

a. Manufacturer, trade name, catalog number, and Supplier of each product and item of equipment actually installed; and

b. Changes made by Field Order or by Change Order.

1.03 QUALIFICATIONS OF THE SURVEYOR A. The Surveyor, who is proposed by the CONTRACTOR to provide services for the Project,

is subject to the approval of the COUNTY. Prior to any services being performed, the CONTRACTOR shall submit the name and address of any proposed Surveyor and a written acknowledgement from the Surveyor stating that he has the hardware, software and adequate scope of services in his agreement with the CONTRACTOR to fully comply with the requirements of this specification. These submittals shall be provided to the COUNTY prior to Notice to Proceed. It is recommended that the Surveyor attend the Pre-Construction meeting. Any Surveyor, who has not previously performed work for the COUNTY shall attend the Pre-Construction meeting.

1.04 RELATED REQUIREMENTS A. All General Conditions, Supplements to the General Conditions, and any Addenda issued

by the OWNER are a part of this Section in the same manner as if fully written herein, and shall govern the Work of this Section, except where more stringent articles or requirements are stipulated, then they shall govern this Section.

B. The Contract Documents are complimentary and what is required by anyone shall be as

binding as if required by all. C. Other requirements affecting Record Documents may appear in pertinent other sections

of these specifications.

Page 145: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.05 QUALITY ASSURANCE A. Delegate the responsibility for maintenance of the Record Documents to one person on

the CONTRACTOR's staff as approved by the COUNTY. B. Thoroughly coordinate changes within the Record Documents, making adequate and

proper entries on each page of specifications and each sheet of Drawings and other documents where such entry is required to show progress and changes properly.

C. Make entries within 24-hours after receipt of information has occurred. D. Survey documents shall comply with the Minimum Technical Standards of Chapter

61G17-6 of the Florida Administrative Code (FAC) and Table 01720-1 Minimum Survey Accuracies, specified herein, whichever are more stringent. Asset attribute data shall be signed, dated and sealed by the Surveyor. All coordinates shall be geographically registered in the Florida State Plan Coordinate System using the contract Drawings control points for horizontal and vertical controls.

Table 01720-1 Minimum Survey Accuracies

Asset Horizontal Accuracy

(feet)

Elevation Accuracy

(feet)

Location: Horizontal Center and Vertical

Top, unless otherwise specified

Bench Marks 0.01 0.01 Point Horizontal Control 0.01 N/A Point

Tract and Easement Corners * N/A Survey Monuments

Civil Site, Topo and Foundation Drawings 0.1 0.01 All

Piping at 100-feet maximum intervals 0.01 0.1

Top of Pipe and Ground Surface

Fittings, Sleeve, Tapping Saddle, and end of the pipe if Plugged or Capped.

0.01 0.1 Top of Fitting and Ground Surface

Page 146: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Asset Horizontal Accuracy

(feet)

Elevation Accuracy

(feet)

Location: Horizontal Center and Vertical

Top, unless otherwise specified

Restrained Pipe 0.01 N/A Restrained Joint Limits

Connections 0.01 0.1 Pipe Invert

Bore & Jack Casing 0.01 0.1 Top of Casing at the Casing Limits

Directional Drill 0.01 0.1

10-foot intervals during the directional drill operation

Hydrants 0.01 N/A Operating Nut of Hydrant

System Valves 0.01 0.1 Operating Nut and Valve Body Air Release, Blow off, and Backflow Valves 0.01 N/A Valve Enclosure

Master Meters, Deduct Meters & Wastewater Meters 0.01 N/A Register

Meter Box 0.01 N/A Meter Box Clean out 0.01 N/A Top of the Clean out Manholes 0.01 0.1 Top Center of Manhole Manhole Inverts N/A 0.01 Pipe Inverts

Pump Skids 0.01 0.01 Top center of pump and pipe centerlines

Buried Valves 4-inches and greater 0.01 0.1 Valve

Demolished Pipe (abandoned in place or removed)

0.01 0.1 Limits of Abandoned or Removed Pipe

Existing Utilities water, wastewater, reclaimed water, and appurtenant structures **

0.01 0.1 Pipe or Structure, Conflicts

* Shall conform to the requirements of the "Chapter 5J-17, ‘Minimum Technical Standards’, FAC", certified by a SURVEYOR. ** Existing utilities including but not limited to water, wastewater, reclaimed water, stormwater, fiber optic cable, electric, gas and structures within the limits of construction.

1.06 SUBMITTALS

A. Comply with pertinent provisions for the timely submittal requirements under this article and specification section.

Page 147: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

B. Prior to submitting a monthly payment application, the CONTRACTOR’s progressive As-Built Drawings and Tables (As-Built Asset Attribute Data, Gravity Main, and Pipe Deflection) shall be acceptable to the OWNER.

C. Progressive As-Built Drawings which will indicate the horizontal and vertical locations of all current constructed improvements with sufficient information and notes to easily determine if the improvements were constructed in conformance with the Contract Documents. The Progressive As-Built Drawings shall include a Surveyor’s certified statement regarding the constructed improvements being within the specified accuracies or if not indicating the variances, as described in Table 01720-1 Minimum Survey Accuracies. The CONTRACTOR shall submit updated monthly tables certified by the Surveyor. The updated monthly tables shall be those in Part 2.02 of this specification section.

D. Prior to submitting a request for final payment or the OWNER issuing a Certificate of Completion for the Work, the CONTRACTOR shall submit the final Record Documents to the OWNER for approval. Retainage funds will be withheld at the OWNER’s discretion based on the quality and accuracy of the final Record Documents.

1.07 RECORD DOCUMENTS AT THE SITE

A. Maintain at the site and always available for COUNTY’s use one (1) record copy of:

1. Construction Contract, Drawings, Specifications, General Conditions, Supplemental Conditions, Bid Proposal, Instruction to Bidders, Addenda, and all other Contract Documents.

2. Change Orders, Verbal Orders, and other modifications to Contract

3. Written instructions by the COUNTY as well as correspondence related to Requests for Information (RFIs)

4. Accepted Shop Drawings, Samples, product data, substitution and "or-equal" requests

5. Field test records, inspection certificates, manufacturer certificates and construction photographs

6. Progressive As-Built Drawings

7. Current Surveyor’s tables for the As-Built Assets Attribute Data, Pipe Deflection Data, and Gravity Main Data

B. Maintain the documents in an organized, clean, dry, legible condition and completely protected from deterioration and from loss and damage until completion of the Work, transfer of all record data to the final As-built Drawings for submittal to the COUNTY.

C. Store As-Built Documents and samples in CONTRACTOR's office apart from documents

used for construction. Do not use As-Built document for construction purposes. Label each document "AS-BUILT" in neat large printed letters. File documents and samples in accordance with CSI/CSC format.

Page 148: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

D. Record information concurrently with construction progress. Do not conceal any Work until

required information is recorded. 1.08 RELATED REQUIREMENTS A. Section 01300: Submittals

B. Section 01050: Surveying and Field Engineering C. Section 01700: Project Closeout. PART 2 -- PRODUCTS 2.01 AS-BUILT DRAWINGS

A. Maintain the electronic As-Built Drawings to accurately record progress of Work and change orders throughout the duration of the Contract.

B. Date all entries. Enter RFI No., Change Order No., etc. when applicable.

C. Call attention to the entry by highlighting with a "cloud" drawn around the area affected.

D. In the event of overlapping changes, use different colors for entries of the overlapping

changes.

E. Design call-outs shall have a thin strike line through the design call-out and all As-Built information must be labeled (or abbreviated "AB") and be shown in a bolder text that is completely legible.

F. Make entries in the pertinent other documents while coordinating with the COUNTY for validity.

G. Entries shall consist of graphical representations, plan view and profiles, written comments, dimensions, State Plane Coordinates, details and any other information as required to document field and other changes of the actual Work completed. As a minimum, make entries to also record:

1. Depths of various elements of foundation in relation to finish floor datum and State Plane Coordinates and elevations.

2. As-Built Asset Attribute Data Table shall be completed in the Drawings. 3. When electrical boxes, or underground conduits and plumbing are involved as part

of the Work, record true elevations and locations, dimensions between boxes. 4. Actually installed pipe or other work materials, class, pressure-rating, diameter,

size, specifications, etc. Similar information for other encountered underground utilities, not installed by CONTRACTOR, their owner and actual location if different than shown in the Contract Documents.

Page 149: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-7 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

5. Details, not on original Contract Drawings, as needed to show the actual location

of the Work completed in a manner that allows the COUNTY to find it in the future. 6. The CONTRACTOR shall mark all arrangements of conduits, circuits, piping, ducts

and similar items shown schematically on the construction documents and show on the As-Built Drawings the actual horizontal and vertical alignments and locations.

7. Major architectural and structural changes including relocation of doors, windows,

etc. Architectural schedule changes according to CONTRACTOR’s records and Shop Drawings.

H. As-Built Drawings shall include certifications from the Surveyor and the CONTRACTOR.

I. As-Built Drawings shall show location of all underground and above ground water, wastewater and reclaimed water piping and related appurtenances, based upon Record Survey information. All changes to piping location including horizontal and vertical locations of utilities and appurtenances shall be clearly shown and referenced to permanent surface improvements and road rights-of-way. Drawings shall also show actual installed pipe material, class, etc.

J. As-Built Drawings shall clearly show all details not on original contract drawings but

constructed in the field. All equipment and piping relocation shall be clearly shown Drawings shall clearly show all details not on original contract drawings but constructed in the field. All equipment and piping relocation shall be clearly shown.

K. Dimensions between all manholes, slope of gravity mains, invert and top elevations shall be shown.

L. Each As-Built Drawing shall be signed, sealed and dated by the licensed Surveyor as being an As-Built Drawings.

2.02 RECORD DOCUMENTS

A. Three (3) full size, hard copy sets and three (3) digital media sets of the final Record Documents and shall include all of the documents described below under this subsection.

B. The following documents shall be signed and sealed by the Surveyor:

1. As-Built Asset Attribute Data Table (see Specification Section 01050 "Surveying

and Field Engineering," Table 01720-2 for an example).

2. Northwest Water Reclamation Facility Reuse Water Storage Improvements Survey Map Report.

3. Survey Map Report for the location of constructed pipes within any easements and right-of-way. As a minimum the Survey Map Report shall identify or describe the locations where the pipe centerline was constructed within 3- feet of the easement or right-of-way boundary, where the pipe was constructed outside the easement or right-of-way boundary, any corners that had to be reset, measurements and

Page 150: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-8 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

computations made, pump station boundary issues, and accuracies obtained. Survey map report shall be dated after the Work within the right-of-ways or easements have been completed.

4. Buried valves 4-inches and greater

5. Gravity Main Table (see Specification Section 01050 "Surveying and Field Engineering", Table 01050-4 for an example).

6. Pipe Deflection Table (see Specification Section 01050 "Surveying and Field Engineering" Table 01050-3 for an example). An electronic blank table will be supplied by the COUNTY.

C. Digital sets of the final Record Documents including but not limited to:

1. Scanned digital copies of the final As-Built Drawings.

2. Electronic Survey documents electronically sealed by the Surveyor.

3. Final record documents information.

4. Digital As-Built Drawing in the ENGINEER’s current version of AutoCAD file (dwg) format for the Contract Drawings, updated to match the final Record Drawing information.

D. Scanned Documents: Scan the Survey Documents and other Record Documents

reflecting changes from the Bid Documents. E. The scanned "As-Built" Drawing sets shall be complete and include the title sheet,

plan/profile sheets, cross-sections, and details. Each individual sheet contained in the printed set of the As-Built Drawings shall be included in the electronic drawings, with each sheet being converted into an individual tif (tagged image file). The plan sheets shall be scanned in tif format Group 4 at minimum of 400 dpi resolution to maintain legibility of each drawing. Then, the tif images shall be embedded into a single pdf (Adobe Acrobat) file representing the complete plan set. Review all Record Documents to ensure a complete record of the Project.

F. Provide an encompassing digital AutoCAD file that includes all the information of the As-Built Drawings and any other graphical information in the As-Built Drawings. It shall include the overall Work, utility system layout and associated parcel boundaries and easements. Feature point, line and polygon information for new or altered Work and all accompanying geodetic control and survey data shall be included. The surveyor’s certified As-Built Asset Attribute Data shall be added to the As-Built Drawings and Surveyor shall electronically seal the data in a commadelineated ASCII format (txt).

Page 151: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-9 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Table 01720-2 Asset Attribute Data Form Examples

Valves Worksheet

Manhole Worksheet

Meter Worksheet

Page 152: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-10 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Fitting Worksheet

Pipes Worksheet

Existing OCU Utility Crossing Worksheet

For ease of calculating pipe deflections in Table 01050-3, begin by providing a unique asset ID (top of pipe shots and fittings) for each utility and type, numbered sequentially along the pipe run (including changes in direction) from start to finish of the pipe in the Table 01050-2. Then branches and services of the same utility type can be numbered. It is recommended that each utility (water, wastewater or reclaimed water) numbering format be distinguishable from the other. This will allow organization and convenient sorting after the individual asset table worksheet tabs are combined in the spreadsheet program prior to copying and pasting to the deflection table spreadsheet.

Page 153: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-11 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Table 01050-3 Pipe Deflection Table Example

*Uses law of cosines to determine angle ABC and ∅. Angle ABC = arccos((AB2+BC2-C2)/(2*AB*BC)) 180-∅/2 = angle ABC Calculate the total deflection ∅ to the outer point (A or C) is equal in angle to the approach from the next point along the line

** Uses law of sines, using the chord length AC and radius R. Since sin((∅/2)*(PI/180))=(Chord/2)R and length AC =Chord R =AC /(2*sin(∅*PI/360) This calculation assumes an average radius over the bend between three points.

*** Adds the lengths of AB + BC / 20 ft. to get an approximate number of bends over the span. This value is divided by the total deflection angle to calculate the average bend angle of the pipe This assumes that the bend angle is consistent across the entire length.

**** Uses average offset angle and laying length of pipe.

Page 154: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-12 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

2.03 DIGITAL RECORD DRAWING SUBMITTAL

A. A Record Drawing of the affected construction area shall be submitted in an encompassing digital CAD file that includes the overall utility system layout and the associated parcel features. Feature point, line and polygon information for new or altered structures in the work area and all accompanying geodetic control and survey data shall be included. The minimum requirements are as follows:

1. State Plane Coordinate System

a. The drawing shall be submitted using state plane coordinate system with at least two points referenced to the COUNTY’s geodetic control network with a horizontal accuracy of plus/minus three centimeters relative to the COUNTY’s geodetic control network points used as reference. The points shall be certified by a surveyor registered in the state of Florida.

b. Features in drawing files that are stored in drawing units will be translated to real world locations. The geodetic control chosen shall correspond to existing monuments in the COUNTY control network

c. The new structures and features shall be geographically registered to the geodetic control. State plane coordinates exist for most quarter section corners in Orange County. Control assistance can be obtained from the survey section of Public Works.

d. If the geodetic control point is located within the project limits, it shall be symbolically indicated and annotated in the design file. If the nearest geodetic control is located well outside of the project area then it shall be tied to one of the other geodetic control points used, and a reference tie annotated and indicated in the design file. The two geodetic control points described above are the least survey grade geo-referencing information a developer can use to create the plan view drawing. Please refer to the subsection, “Conventional and GPS Survey Standards” to understand the type of structures and survey grade needed for the additional geodetic information contained in this drawing. This document describes which structures need to be surveyed and created within the drawing according to its corresponding horizontal coordinates and vertical elevation.

e. All drawings need to be geographically registered in the Florida State Plane Coordinate System. A licensed Surveyor shall set the vertical and horizontal control at the project site.

1) Horizontal Datum: State Plane, Florida East Zone, Transverse Mercator Projection, National NGS Datum NAD of 1983, Re-adjustment of 1990 using the HARN (High Accuracy Reference Network) correction;

2) Vertical Datum: Vertically corrected to the North American Vertical Datum of 1929.

Page 155: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-13 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

2. The spatial accuracy of the feature data contained in the digital Record Drawing shall be equal to or better than the graphical data contained in the plan/profile sheets.

3. Pressure piping is to be entered as a single line between tees, wyes, and reducers.

Pipe sections should be continuous through structures such as valves and other fittings. Pipes should be broken and joined by a suitable fitting when a line changes its diameter or material properties. For wastewater force mains, the line feature(s) shall be input using the same direction from point to point as the proposed or existing flow. Therefore, the starting point of force main line segments within these layers shall be the upstream point and the downstream point shall be the endpoint of that segment. This procedure is required to indicate the continuity of flow and connectivity within the wastewater layers.

4. Gravity lines shall be entered as a single line, digitized in the direction of the design

flow, and broken at manholes. The beginning point of the line would the upstream end and the ending point would be the downstream end.

5. Text identifying piping shall be aligned with the piping. Point and linear feature

attribute text shall be visible on the drawing in a standard font and the lower left-hand corner of the text shall be just clear of the linear or point feature to which it corresponds, unless legibility requires that the label be moved and accompanied by a leader arrow. The labels shall be placed onto a separate layer and not to be placed in the feature layer. For reading from the bottom or right side of the plan sheet, the rotation angle shall be between -90 degrees and 90 degrees.

6. Features shall be placed on their appropriate layers and assigned colors by layer

for consistency. Features shown in the AutoCAD files shall be in model space and be contained in the AutoCAD files as opposed to being linked to externally referenced files. CAD systems which use a numbering system for layers instead of names shall also include a conversion chart explaining which layer number corresponds with which layer name.

7. The GIS plan view layer shall be reviewed for duplicate objects, short objects,

crossing objects, undershoots, clustered nodes, pseudo nodes, dangling objects or overshoots, and zerolength objects. Lines shall be continuous from structure to structure. Topology is provided by the end points of pipelines snapped to the end points of connecting lines, with a structure node being snapped to the end point. A point feature will be used to represent a structure such as a manhole or valve. The point feature shall be a symbol block with its block insertion point at the point of intersection or end point of a line.

8. For preparation of the Record Drawings, the COUNTY will provide the

CONTRACTOR the specific language to be utilized on each Drawing for the Record Drawing stamp. At a minimum the Record Drawing will contain the following language: “This document is a compiled representation of the constructed project, as prepared by the General Contractor: ______________. The source and basis of information used in the preparation of the document, upon which the Engineer reviewed, was the General Contractor: ______________. The Engineer did not confirm the accuracy or completeness of the information provided by the General

Page 156: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-14 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Contractor:________________. This document is believed to be representative of the constructed condition in the opinion of the Engineer, however the accuracy and completeness of the information cannot be guaranteed. The Engineer shall not be held responsible for the accuracy of the material represented or the reuse of the material by others. These statements are required by rule 61G15-30, FAC for record documents that include information provided by others.” The COUNTY will provide the CONTRACTOR with the final specific wording to be contained within the Record Drawing stamp when project substantial completion is issued.

9. File format shall be AutoCAD (current edition utilized by the COUNTY) (dwg) or

drawing interchange file (dxf). Dxf files can be created from all major CAD and GIS packages. Standard transfer media will be accepted. This media includes CD, DVD, and Iomega zip disks.

PART 3 – EXECUTION 3.01 SURVEY FIELD WORK

A. Locate, reference, and preserve existing horizontal and vertical control points and property corners prior to starting any construction Work. If the Surveyor performing the Work discovers any discrepancies that will affect the Work, the CONTRACTOR shall immediately report these findings to the OWNER. All survey work shall meet the requirements as defined in Florida Administrative Code 61G17-6. Reference and preserve all survey points during construction. If survey points are disturbed, it is the responsibility of the CONTRACTOR’s Surveyor to reset the points at the CONTRACTOR’s expense. Copies of the Surveyor’s field notes and/or electronic files for point replacement shall be provided to the OWNER.

1. the Surveyor shall locate all improvements for the project As-Built Asset Attribute Data table using State Plane Coordinates as the horizontal datum and the benchmark referenced on the Drawings as the vertical datum. The OWNER’s Engineer will provide electronic files of the drawings to be used by the Surveyor in complying with these specifications.

2. The construction layout shall be established from the reference points shown or listed on the Drawings. The accuracy of any method of staking shall be the responsibility of the CONTRACTOR. All construction layout staking shall be done such as to provide for easy verification of the Work by the OWNER.

B. Use survey control points to layout such work tasks as the following:

1. Clearing, grubbing, work limits, rights of way lines and easements

2. Locations for pipelines and all associated structures and appurtenances.

3. Structure and slab corners and storage tank centers.

Page 157: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-15 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

C. The Surveyor shall reference and replace any project control points, boundary corners, benchmarks, section corners, and right-of-way monuments that may be lost, damaged or destroyed at no additional cost to the OWNER. Establish replacement points based on the original survey control. Copies of all reference field notes and/or electronic files for point replacement shall be submitted to the OWNER.

3.02 PRE-CONSTRUCTION MEETING

It is recommended that the Surveyor attend the pre-construction conference. At the pre-construction conference the CONTRACTOR shall be provided with a blank electronic version of the spreadsheet for the tables: Asset Attribute Data and Pipe Deflection. The

CONTRACTOR's surveyor shall use these tables to input the data and shall not alter the table format or formulas.

3.03 CONSTRUCTION PROGRESS MEETINGS

A. CONTRACTOR shall provide progressive Record Documents described below:

1. Construction Contract, As-Built Drawings, Specifications, General Conditions, Supplemental Conditions, Bid Proposal, Instruction to Bidders, Addenda, and all other Contract Documents.

2. Specifications and Addenda: Record manufacturer, trade name, catalog number

and supplier of each product and item of equipment actually installed as well as any changes made by Field Order, Change Order or other.

3. Change orders, verbal orders, and other modifications to Contract. 4. Written instructions by the COUNTY as well as correspondence related to

Requests for Information (RFIs). 5. Accepted Shop Drawings, samples, product data, substitution and "or-equal"

requests. 6. Field test records, inspection certificates, manufacturer certificates and

construction photographs.

B. Progressive record documents shall include the following updated monthly tables certified by the Surveyor:

1. As-Built Asset Attribute Data Table: Surveyor shall obtain field measurements of

vertical and horizontal dimensions of constructed improvements. The monthly submittal shall include the Surveyor’s certified statement regarding the constructed improvements being within the specified accuracies as described in Specification Section 01050 "Surveying and Field Engineering", Table 01050-1 Minimum Survey Accuracies or if not, indicating the variances.

2. Gravity Main Table: Surveyor shall prepare and update a Gravity Main Table to

include as a minimum the pipe segment identification, pipe lengths, manhole inverts and tops, and slopes for gravity mains. Surveyor shall certify the data entered are correct and indicate if the minimum slopes have not been met.

Page 158: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01720 01720-16 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

3. Pipe Deflection Table: Surveyor shall input the type of pipe, pipe manufacturer,

PVC manufacturer deflection allowance, allowable angle of offset and radius of curvature, laying length of pipe, and coordinates. Surveyor shall certify the data entered are correct and indicate if the deflection allowance, offset or radius of curvature exceeds the manufacturer’s recommendations.

3.04 FINAL RECORD DOCUMENTS SUBMITTAL

Submit the Final Record Documents within 20-days after Substantial Completion. Participate in review meetings as required and make required changes and promptly deliver the Final Record Documents to the COUNTY.

3.05 STORAGE AND PRESERVATION

A. Store Record Documents and samples at a protected location in the project field office apart from documents used for construction.

1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure space for storage of samples.

B. File documents and samples in accordance with CSI format with section numbers matching those in the Contract Documents.

C. In the event of loss of recorded data, use means necessary to again secure the data to

the COUNTY’s approval. 1. Such means shall include, if necessary in the opinion of the COUNTY, removal

and replacement of concealing materials. 2. In such cases, provide replacements of the concealing materials to the standards

originally required by the Contract Documents.

- END OF SECTION -

Page 159: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01730

OPERATION AND MAINTENANCE MANUALS

PART 1 -- GENERAL

1.01 THE REQUIREMENT

A. The CONTRACTOR shall furnish and deliver operation and maintenance manuals, including instructions, technical bulletins, and any other printed matter such as diagrams, prints or drawings, containing full information required for the proper operations, maintenance, and repair of all CONTRACTOR furnished equipment. Also included shall be a spare parts diagram and complete spare parts list. Operation and Maintenance manuals shall be in accordance with the requirements of this section.

1.02 SUBMITTALS

A. Written operations and maintenance instructions are required for all equipment items supplied for this project. The amount of detail shall be commensurate with the complexity of the equipment item. Pictorial cuts of equipment are required for operator reference in servicing.

B. Materials are provided for OWNER's use, reproduction and distribution as training and

reference materials within OWNER's organization.

C. In accordance with the provisions of Section 01300 – Submittals, submit the following:

1. Draft: Submit three draft copies of manufacturer's O&M Data not later than shipment of product, or within 60 days after date shop drawings are approved, whichever occurs first. Draft O&M Data shall include binding. The ENGINEER will review and return two copies with comments.

2. Interim: Revise the manufacturer's O&M Data based upon ENGINEER’s comments and manufactured product. Submit four copies of the manufacturer's O&M Data within 30 days after product shipment and before product is placed in service.

3. Final: Revise the manufacturer's O&M Data based upon completed installation and any deficiencies noted during instruction of OWNER's personnel. Submit six hard copies and two electronic copies of the complete, final O&M Data. Submit final O&M Data not more than 30 days after final inspection and startup.

4. The Equipment Data Summary (see attached example) shall be completed IN FULL for each equipment item furnished by the CONTRACTOR. Completed Equipment Information Summary forms shall be assembled within a separate section so dedicated within the operation and maintenance Manual. An electronic copy of each completed Equipment Data Summary shall be provided as a separate worksheet within a Microsoft Excel workbook file (.xls) on a CD-ROM. Worksheet tabs shall be labeled with the associated equipment item’s Equipment Tag.

Page 160: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

1.03 FORMAT AND CONTENTS

A. Each operations and maintenance manual shall contain the following information:

1. Storage instructions and requirements (short term and long term) 2. Installation instructions 3. Assembly and erection drawings/details 4. Dimensional drawings 5. Wiring diagrams including all control and lightning systems 6. Equipment function, normal operating characteristics, and limiting operations 7. Equipment data summary table (see sample form at the end of this section) 8. Test data and performance curves 9. Equipment preventative maintenance data summary (see sample form at the end

of this section)

10. Manufacturer’s operating manual/instructions including equipment start-up, normal operation, shutdown, and emergency operation

11. Manufacturer’s maintenance instructions including equipment calibration and

adjustment, preventive and repair maintenance, and lubrication instructions 12. Trouble shooting guide 13. Parts diagram/list 14. Spare parts list (these are parts that the manufacturer recommends having readily

available for use during preventative maintenance or are normal wear items) 15. Equipment or instrumentation tag numbers 16. Recommended lubricant types (lubrication schedule shall be included with the

preventative maintenance data summary) 17. Tools list (any tools that will be required for preventative maintenance,

disassembly, or re-assembly of the equipment) 18. As-constructed fabrication or layout drawings 19. Single line schematic 20. List of electrical relay settings and control and alarm contact settings. 21. Applicable software (if required) 22. Software manuals (if required)

Page 161: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

23. Warranty 24. Contact information for the CONTRACTOR, manufacturer, manufacturer’s

representative and nearest service representative

B. Any equipment that contains multiple components (for example a pump and motor), the above information shall be provided for each component.

C. Number each Operation and Maintenance Manual transmittal with the original root number of the associated Shop Drawing.

D. For valve operation and maintenance manuals, provide one valve schedule giving valve

number, location, fluid, and fluid destination for each valve installed. Group all valves in same piping systems together in the schedule. Obtain a sample of the valve numbering system from the OWNER.

E. All operation and maintenance manual material shall be printed on 8-1/2”x11” or 11”x17”

paper.

F. Each manual shall be bound together in appropriate three-ring binders. Each binder shall be provided with front cover with the following information, as a minimum:

1. Owner logo 2. Project name and project owner 3. Date (Month / Year) 4. Equipment name and tag numbers 5. Model Numbers 6. Applicable specification section 7. Manufacturer’s name 8. Contractor’s name 9. Engineer’s name and address

G. Each manual shall also be provided with the binder edge cover that contains, at a minimum, the project name, date and equipment name, and as space allows, a related specification number and project equipment tag numbers.

H. Each manual shall be divided into sufficient sections to facilitate ease of use and reference

of the manual. Sections shall be identified using plastic coated section dividers with reinforced holes and numbered plastic index tabs; tabs with section titles shall be acceptable. A detailed table of contents shall be provided. At a minimum, the following sections shall be provided:

1. Equipment technical data summary 2. Storage / installation instructions

Page 162: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

3. Operation instructions 4. Maintenance instructions 5. Dimensional/assembly drawings, diagrams, and parts lists 6. Wiring drawings and diagrams 7. Contact information 8. Warranty

I. All operating and maintenance material that comes bound by the equipment manufacturer

shall be left in its original bound state. Cross-reference the appropriate sections of the Contractor's operations and maintenance manual to the manufacturers' bound manuals.

J. Label binders Volume 1, 2, and so on, where more than one binder is required. Include

the table of contents for the entire set, identified by volume number, in each binder.

K. When manufacturer’s manuals and diagrams contain information applicable to multiple models or configurations, the information not applicable to this specific installation shall be stricken.

L. The final operations and maintenance manual shall reflect the most current edition of the shop drawing accepted by the ENGINEER. Any field changes or modifications shall also be included.

M. Mark each sheet to clearly identify specific products and component parts and data applicable to the installation for the project.

N. All O&M manuals shall also be furnished in an electronic file format. All manuals and drawings for the vendor provided equipment; sub-system or system shall be in Adobe Portable Document Format (PDF). They shall be PDF formatted text and graphics or PDF Searchable Image. There shall be links from all Table of Contents entries to the actual occurrence in the body of the manual. Bookmarks shall be created for all linked Table of Contents entries. This requirement applies to all equipment to be furnished on this project. 1. Compact discs to be secured in jewel cases. 2. Electronic copies will be reviewed for conformance with the approved paper copy

and the electronic copy (PDF) requirements of this Specification. 3. Non-conforming CDs will be returned with comments. 4. Provide final CDs within 30-days of receipt of comments. 5. Electronic copies of the approved paper copy Operation and Maintenance Manuals

are to be produced in Adobe Acrobat's Portable Document Format (PDF) Version {5.0} or higher.

Page 163: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-5 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

6. Do not password protect and/or lock the PDF document. 7. Scanning to be used only where actual file conversion is not possible. 8. Rotate pages that must be viewed in landscape to the appropriate position for easy

reading. 9. Images only shall be scanned at a resolution of 300 dpi or greater.

10. Perform Optical Character Recognition (OCR) capture on all images. 11. Normally three levels deep (i.e., "Chapter," "Section," "Sub-section"). 12. Thumbnails must be generated for each PDF file. 13. Set the opening view for PDF files as follows:

a. Initial view: Bookmarks and Page. b. Magnification: Fit in Window. c. Page layout: Single page. d. Set the file to open to the cover page of the manual with bookmarks to the

left, and the first bookmark linked to the cover page. e. All PDF documents shall be set with the option "Fast Web View" to open

the first pages of the document for the viewer while the rest of the document continues to load.

14. File naming conventions

a. File names shall use a "ten dot three" convention (XXXXX-YY-Z.PDF) where XXXXX is the Specification Section number, YY is the Shop Drawing Root number and Z is an ID number used to designate the associated volume.

15. As a minimum, include the following labeling on all CD-ROM discs and jewel

cases:

a. Project Name b. Equipment Name and Project Tag Number

c. Project Specification Section

d. Manufacturer Name

e. Vendor Name

f. Binding

Page 164: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-6 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

g. Include labeled CD(s) in labeled jewel case(s). h. Bind jewel cases in standard three-ring binder Jewel Case Page(s),

inserted at the front of the Final paper copy submittal.

i. Jewel Case Page(s) to have means for securing Jewel Case(s) to prevent loss (e.g., flap and strap).

1.04 OWNER/ PROFESSIONAL’S REVIEW ACTION

A. OWNER/Professional will review and indicate one of the following review actions: 1. FURNISH AS SUBMITTED 2. FURNISH AS CORRECTED 3. REVISE AND RESUBMIT

B. Acceptable paper copy submittals will be retained with the transmittal form returned with

a request for one (1) additional paper copy and two (2) electronic copies on CD-ROM.

C. Deficient submittals (paper copy and/or electronic copy) will be returned along with the transmittal form which will be marked to indicate deficient areas.

PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION (NOT USED)

Page 165: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-7 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Equipment Data Summary Item Information

Equipment Name Equipment Tag Model Number Serial Number Manufacture Date Purchase Date Purchase Price Date Placed In Service Warranty Period (Days) Life Expectancy (Months) Capacity / Units (if applicable) Motor Type (if applicable) Motor Size / HP (if applicable) Drive Type (if applicable) Lubrication Type Expected Date of Replacement / Rebuild Current Replacement Cost Current Rebuild Cost Preventive Maintenance (PM) Rpl. Part 1 PM Rpl. Part 1 Interval (Days) PM Rpl. Part 1 Units of Measure PM Rpl. Part 1 Purchase Price PM Rpl. Part 1 Target Inventory PM Rpl. Part 1 Units Per Package PM Rpl. Part 1 Minimum Order PM Rpl. Part 1 Purchase Units of Measure Preventive Maintenance (PM) Rpl. Part 2 PM Rpl. Part 2 Interval (Days) PM Rpl. Part 2 Units of Measure PM Rpl. Part 2 Purchase Price PM Rpl. Part 2 Target Inventory PM Rpl. Part 2 Units Per Package PM Rpl. Part 2 Minimum Order PM Rpl. Part 2 Purchase Units of Measure Preventive Maintenance (PM) Rpl. Part 3

Page 166: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-8 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

Equipment Data Summary Item Information

PM Rpl. Part 3 Interval (Days) PM Rpl. Part 3 Units of Measure PM Rpl. Part 3 Purchase Price PM Rpl. Part 3 Target Inventory PM Rpl. Part 3 Units Per Package PM Rpl. Part 3 Minimum Order PM Rpl. Part 3 Purchase Units of Measure Manufacturer Name Manufacturer Address Manufacturer Owner Manufacturer State Manufacturer Zip Manufacturer Country Manufacturer Phone Manufacturer Fax Manufacturer Pager Vendor Name Vendor Address Vendor Owner Vendor State Vendor Zip Vendor Country Vendor Phone Vendor Fax Vendor Pager

Page 167: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-9 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

________________________

Preventive Maintenance Summary

Equipment Name: Location:

Manufacturer:

Name:

Address:

Telephone:

Model No: Serial No:

Maintenance Task Lubricant/Part D W M Q SA A O&M Manual

Reference

NOTES:

*D-Daily W-Weekly M-Monthly Q-Quarterly SA-Semi-Annual A-Annual

- END OF SECTION-

Page 168: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01730 01730-10 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

- THIS PAGE INTENTIONALLY LEFT BLANK -

Page 169: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01740 01740-1 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

SECTION 01740

WARRANTIES AND BONDS

PART 1 -- GENERAL

1.01 SCOPE OF WORK

A. This Section specifies general administrative and procedural requirements for warranties and bonds required by the Contract Documents, including manufacturer's standard warranties on products and special warranties.

1.02 RELATED WORK

A. Refer to Conditions of Contract for the general requirements relating to warranties and bonds.

B. General closeout requirements are included in Section 01700 "Project Closeout."

C. Specific requirements for warranties for the Work and products and installations that are specified to be warranted are included in the individual Sections of Division 2 through 16.

1.03 DEFINITIONS

A. Standard Product Warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the COUNTY.

B. Special Warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the COUNTY.

1.04 SUBMITTALS

A. Submit written warranties to the COUNTY prior to requesting a Substantial Completion Inspection as outlined in Section 01700 "Project Closeout." If the Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the COUNTY.

B. When a designated portion of the Work is completed and occupied or used by the COUNTY, by separate agreement with the CONTRACTOR during the construction period, submit properly executed warranties to the COUNTY within 15-days of completion of that designated portion of the Work.

C. When a special warranty is required to be executed by the CONTRACTOR, or the CONTRACTOR and a Subcontractor, supplier or manufacturer, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the COUNTY for approval prior to final execution.

D. Refer to individual Sections of Divisions 2 through 16 for specific content requirements, and particular requirements for submittal of special warranties.

Page 170: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01740 01740-2 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

E. Prior to Substantial Completion Inspection, submit to the COUNTY two (2) copies of each required warranty and bond properly executed by the CONTRACTOR, or by the CONTRACTOR, Subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual.

1. Bind warranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents and sized to receive 8-1/2-inch by 11-inch three-hole punched paper.

2. Table of Contents will be neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification Section in which specified and the name of the product or work item.

3. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address and telephone number of the installer, supplier and manufacturer.

4. Identify each binder on the front and the spine with the typed or printed title "WARRANTIES AND BONDS", the project title or name and the name, address and telephone number of the CONTRACTOR.

5. When operating and maintenance manuals are required for warranted construction, provide additional copies of each required warranty, as necessary, for inclusion in each required manual.

1.05 WARRANTY REQUIREMENT

A. The CONTRACTOR will warrant all equipment in the CONTRACTOR's five-year warranty period even though certificates of warranty may not be required. For all major pieces of equipment, the CONTRACTOR shall submit a warranty from the equipment manufacturer. "Major" equipment is defined as a device having a 5 HP or larger motor or which lists for more than $1,000.00.

B. In the event that an equipment manufacturer or supplier is unwilling to provide a five-year warranty commencing at Substantial Completion, the CONTRACTOR will obtain from the manufacturer a warranty of sufficient length commencing at the time of equipment delivery to the job site, such that the warranty will extend to at least 5-years past substantial completion.

C. If an individual specification section requires a particular warranty more stringent than that required by this Section or the General Conditions, the more stringent requirements will govern for the applicable portion of the Work.

D. Related Damages and Losses: When correcting warranted Work that has failed, remove and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work.

E. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement.

Page 171: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01740 01740-3 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

The reinstated warranty will be equal to the original warranty with an equitable adjustment for depreciation.

F. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of Contract Documents. The CONTRACTOR is responsible for the cost of replacing or rebuilding defective Work regardless of whether the COUNTY has benefited from use of the Work through a portion of its anticipated useful service life.

G. COUNTY's Recourse: Written warranties made to the COUNTY are in addition to implied warranties, and will not limit the duties, obligations, rights and remedies otherwise available under the law, nor will warranty periods be interpreted as limitations on time in which the COUNTY can enforce such other duties, obligations, rights, or remedies.

H. Rejection of Warranties: The COUNTY reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents.

I. The COUNTY reserves the right to refuse to accept Work for the project where a special warranty, certification, or similar commitment is required on such work or part of the Work, until evidence is presented that entities required to counter-sign such commitments are willing to do so.

J. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the CONTRACTOR of the warranty on the Work that incorporates the products, nor does it relieve suppliers, manufacturers, and Subcontractors required to countersign special warranties with the CONTRACTOR.

PART 2-- PRODUCTS

(NOT USED)

PART 3 -- EXECUTION

3.01 DELIVERABLES

A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and Subcontractors, and bind into a commercial quality standard 3-ring binder; submit 5 copies of the warranties and bonds to the COUNTY for review.

1. The warranties and bonds shall include:

a. Equipment or product description

b. Manufacturer's name, principal, address and telephone number

Page 172: primeconstructiongroup.com · SP:44014-001S01010 01010-1 ORANGE COUNTY UTILITIES NWRF REUSE WATER STORAGE IMPROVEMENTS SECTION 01010 SUMMARY OF WORK PART 1 -- GENERAL 1.01 THE REQUIREMENT

SP:44014-001S01740 01740-4 ORANGE COUNTY UTILITIES

NWRF REUSE WATER STORAGE IMPROVEMENTS

c. CONTRACTOR, name of responsible principal, address and telephone number

d. Local supplier's or representatives name and address

e. Scope of warranty or bond

f. Proper procedure in case of failure

g. Instances which might affect the validity of warranty or bond

h. Date of beginning of warranty, bond or service and maintenance contract

i. Duration of warranty, bond or service maintenance contract

B. List of Warranties

1. Recirculation Pumps – Specification Section 11107 Horizontal Non-Clog Pumps.

2. Sodium Hypochlorite Transfer Pump – Specification Section 11103 Mag Drive FRP Centrifugal Pumps.

3. Electric Valve Actuators – Specification Section 15100 Valve Operators and Electric Valve Actuators

4. Butterfly Valves – Specification Section 15101 Butterfly Valves

5. Check Valves – Specification Section 15105 Check Valves

6. Electro-Magnetic Flow Meter – Specification Section 13310 Process Instrumentation and Control System Field Instruments

7. Chlorine Residual Analyzer - Specification Section 13310 Process Instrumentation and Control System Field Instruments

- END OF SECTION -