HomeMy WebLinkAboutAgreement_Water Service_10/9/2025_Florida Design Drilling, LLCFYIJCJUB
SPECIAL INSTRUCTIONS TO VENDORS
(
IN ADDITION TO GENERAL CONDITIONS)
A. Scope:
Vendors are invited to respond for an open-end contract to provide Well Rehabilitation Services for Water
and Wastewater Services and various other Broward County agencies that may have need of these
services and products.
B. Contract Type:
Open-End/Indefinite Quantity Contracts. This solicitation is not for a definite quantity of goods or
services and is for an open-end/indefinite quantity contract. The County shall purchase the guaranteed
minimum quantity of goods or services (if any) stated in the solicitation but may exceed that minimum
amount, and the Contractor shall provide all amounts ordered by the County, limited only by any maximum
quantity stated in the solicitation. The County may issue purchase orders on this solicitation as and when
required; issue a blanket purchase order for individual agencies; issue instructions for use of direct
purchase orders by various County agencies; procure amounts above any stated guaranteed minimum
quantity by any method from any other source(s); or do any combination of the foregoing. No delivery of
goods or performance of services shall become due or be accepted without a written purchase order and
delivery instruction by the County, unless otherwise expressly provided in the solicitation. Such order will
contain the quantity, time of delivery, and other pertinent data. If the County requires delivery within a
shorter period than the delivery time specified in the solicitation (if any), and if the Vendor is unable to
deliver by that time at the contracted price, the County may obtain such delivery from other sources, without
penalty or prejudice to the County, and such shall not be a violation of the contract.
There is no guaranteed minimum quantity of goods or services. Any quantities stated are estimates only.
Contract Term/Period: The initial contract period shall start on date of award, whichever is later, and shall
terminate two-years from that date. The Director of Purchasing may renew this contract for three (3) one
(1) year renewal periods subject to Vendor acceptance, Vendor satisfactory performance, and the Director
of Purchasing’s determination that renewal will be in the best interest of the County. Notification of intent
to renew will be sent in advance of expiration date of this contract. The Vendor must complete delivery,
and the County will receive delivery, on any orders issued by the County to the Vendor prior to the date of
expiration.
C. Office of Economic and Small Business Requirements:
Refer to Office of Economic and Small Business Development Procurement Preferences for Broward
County Small Business Enterprises and County Business Enterprises.
D. Specifications and Requirements:
The Specifications and Requirements included herein apply to this solicitation. If the Specifications and
Requirements reference a third party (i.e., manufacturer, applicator, subcontractor, etc.), the reference is
to be construed as the Vendor through the third party.
The product offered by the Vendor must, on an overall basis, be equal or greater in quality or performance
than the Specifications and Requirements. Broward County shall be the sole judge of what constitutes
equal or greater in quality or performance. Submittals that do not comply with Specifications and
Requirements are subject to rejection.
Special Instructions to Vendors
Rev. 06-15-2023
SPECIAL INSTRUCTIONS TO VENDORS
(
IN ADDITION TO GENERAL CONDITIONS)
E. Requests for Approved Equals:
Not Applicable to this Solicitation.
F. Vendor Responsibilities:
The Vendor will be responsible for the provision, installation (if applicable, per Specifications and
Requirements), and performance of all equipment, materials, services, etc. offered in their submittal. The
Vendor is not relieved of responsibility for the performance of all equipment furnished, or of ensuring timely
delivery of materials, equipment, etc., even if the equipment or materials are not of their own manufacture.
AND
The Vendor must itself perform, without subcontracting or other forms of outsourcing, work that constitutes
at least 75 percent (%) of the total contract price.
G. Fiscal Year End:
Not Applicable to this Solicitation.
H. Basis of Award:
It is the intent of the County to award this contract to the lowest responsive, responsible bidder by total bid
price (sum of all items). A bidder must bid on all items to be considered for award; otherwise, the bid will
be construed as incomplete and may be rejected. The County reserves the right to award on a group, item
by item basis or total bid price basis, whichever is deemed to be in the County’s best interest.
I. Multiple Awards:
Not Applicable to this Solicitation.
J. Price Adjustment/Escalation:
Price Adjustment at Fixed Period(s)
All prices, terms, and conditions shall remain fixed for the initial 1-year period of the 2-year initial term of
the contract. Following the initial 1-year period from date of award, the Vendor may request a price
increase in accordance with the Price Escalation Procedure. Indices are assigned as follows:
1. Consumer Price Index (CPI), Series ID CUURS35BSA0: assigned to line items: 1-24, 27-32, 38-
44,46,47,49-52, 56, 63, 67-76.
2. Producer Price Index (PPI), Series ID PCU3329193329194: assigned to line items: 25, 26, 33-37,
45, 53-55, 57-60, 66.
Price Escalation Procedure:
To seek a price increase, a Vendor must submit a written request to the County at least ninety (90) days
prior to the renewal term or expiration of the fixed period. The Vendor must supply documentation to
substantiate the requested increase. The request must include the proposed amount and effective date of
the increase.
The Director of Purchasing may refuse to grant the requested price increase as not properly documented
or excessive. If the Director of Purchasing refuses the requested price increase and the matter cannot be
resolved to the satisfaction of the County, the Vendor shall continue to perform under the contract at the
existing contracted price(s) to the end of the then current term, including completing delivery on any orders
Special Instructions to Vendors
Rev. 06-15-2023
SPECIAL INSTRUCTIONS TO VENDORS
(
IN ADDITION TO GENERAL CONDITIONS)
placed with the Vendor prior to the end of the then current term. Failure to complete delivery shall be
grounds for cause the Contractor to be suspended and/or debarred from doing business with the County
pursuant to the Broward County Procurement Code Section 21.73, Authority to Debar or Suspend.
If the Director of Purchasing approves a price increase, the increase shall be calculated as follows: Unless
specifically approved otherwise by the Director of Purchasing, the increase shall be no greater than the
difference of Consumer Price Index (CPI) or Produce Price Index (PPI) of the current period less CPI/PPI
previous period, divided by CPI/PPI previous period, times 100. The CPI/PPI current period shall mean
the most recent published monthly index prior to contract price adjustment term or renewal period. The
CPI/PPI previous period shall mean for the same month of the prior year. All indices shall be obtained from
the U.S. Department of Labor Statistics. For example: Consumer Price Index - All Urban Consumers
(Series ID CUURA320SA0) for the area of Miami-Fort Lauderdale, FL (All Items), with a base period of
2020-22 = 100, and not seasonally adjusted. Series ID’s that will be used for price escalation are PPI:
PCU3329193329194 and CPI: CUURS35BSA0.
The Purchasing Division will notify the using agencies and the Vendor in writing of the effective date of any
approved price increase. If a request for price increase is approved, the new price(s) will apply only to the
orders placed after the later of the date of the County’s approval or the effective date proposed in the
Vendor's request for a price increase; orders placed earlier will be invoiced at the unit price in effect at the
time the order was placed.
Price De-Escalation:
If a supplier issues revisions, supplements, or replacements to the product lists, catalogs and/or price lists
previously submitted to the County, any one of which reflects a decrease in the unit price of an item covered
by the contract, the Vendor must notify the County of the price decrease within thirty (30) days of the
notification from the supplier to the Vendor of the price decrease.
When the County receives notice of a price decrease of an item, the County may request the same
reduction in price from the Vendor. The County shall make such request in writing. If agreed to by the
Vendor, the decrease shall go into effect on the same day that the supplier of the item provides the
decrease to the Vendor.
If the Vendor does not agree to the requested decrease, the Vendor must notify the County in writing no
later than ten (10) business days after the County’s request. If the Vendor fails to timely notify the County
of its nonacceptance, then the Vendor shall be deemed to have approved the price decrease. If the Vendor
timely notifies the County of its nonacceptance, then the County may, upon written notice to the Vendor,
terminate the contract for cause.
K. Federal Transit Administration Requirements:
Not applicable to this solicitation.
L. Maintenance and Service Requirements:
Refer to Specifications.
M. Licensing Requirements:
Proof of licensing should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor
must submit within three business days after the County’s request. Vendors may be deemed
nonresponsive for failure to fully comply with stated timeframes.
Special Instructions to Vendors
Rev. 06-15-2023
SPECIAL INSTRUCTIONS TO VENDORS
(
IN ADDITION TO GENERAL CONDITIONS)
In order to be considered a responsible and responsive Vendor for the scope of work set forth in this
solicitation, the Vendor must possess the license(s) indicated below (including any specified State
registration, if applicable) at the time of solicitation submittal. Any certificate of competency that meets or
exceeds those specified or can legally perform the scope of work specified, as determined by the County,
will be considered responsible and responsive to the solicitation.
State of Florida License: GENERAL CONTRACTOR
OR
State of Florida Department of Environmental Protection: CERTIFIED WELL CONTRACTOR
Any work performed under this contract that requires licensure or registration must be performed by a
licensed or registered contractor or subcontractor, as applicable.
N. Certification Requirements:
Not Applicable to this Solicitation.
O. Permits and Fees:
The Vendor must procure and pay for all permits and licenses, pay all charges and fees, and give all
notices necessary and incidental to the due and lawful prosecution of the work. The cost of all permits,
fees, etc., shall be included in price bid except where noted in the Specifications and Requirements.
P. Allowances:
The solicitation includes an annual allowance amount for the below item(s):
1. For Non-Broward County Permits and Fees – Estimated Annual Amount $5,000.
2. For Maintenance of Traffic (Mot) - Estimated Annual Amount $2,000.
3. For Miscellaneous Parts and Materials - Estimated Annual Amount $35,000.
4. For Specialty Subcontractor Services – Estimated Annual Amount $50,000.
The following shall apply to payment of allowances:
a. The allowance amount and scope of allowance is identified in the solicitation’s Specifications and
Requirements.
b. The allowance amount is an estimate only; payment is not guaranteed and is only paid based on
actual costs incurred by the Vendor for the identified allowance.
c. The Contract Administrator or designee must authorize use of any allowances (per Specifications
and Requirements) prior to Vendor incurring costs related to an allowance amount.
d. No markup or additional fees are allowed on payment of allowance items. This includes, but is not
limited to, overhead, profit, “runner’s fees”, etc.
e. Allowances for permit fees does not include licenses, permit expediting services, re-inspection fees,
or expired permit fees. Proof of permit fee(s) must be submitted with Vendor’s invoice for payment.
Special Instructions to Vendors
Rev. 06-15-2023
SPECIAL INSTRUCTIONS TO VENDORS
(
IN ADDITION TO GENERAL CONDITIONS)
f. Allowances for parts are limited to the actual costs paid by the Vendor which must not exceed the
prices usually charged by the supplier. A copy of the Vendor’s invoice(s) from supplier(s) for
approved parts and materials shall be submitted with the Vendor’s invoice for payment. If the Vendor
manufactures the parts at issue, Vendor will charge the County a price no higher than it charges its
most favored customer.
Q. Drug Free Workplace Certification:
Section 21.23(f) of the Broward County Procurement Code requires awards of competitive solicitations be
made only to firms certifying the establishment of a drug free workplace program. The Vendor certifies that
it has established a drug free workplace program in accordance with the requirements of Section 1-71, et
seq., of the Broward County Code of Ordinances (Procurement from Businesses with Drug-Free
Workplace Program).
R. Public Bid Disclosure Act:
In compliance with the Public Bid Disclosure Act, Section 218.80, Florida Statutes, each permit, license,
impact, inspection, and/or certificate of occupancy fee that will be payable by the Vendor to the County by
virtue of this work/project (before or during construction) is set forth below, and includes the dollar amount
or the percentage method or unit method to be paid of all permits, licenses, and/or fees.
The using agency will be responsible for paying for any and all permit,
license, impact, inspection, and/or certificate of occupancy fees imposed on
the work by Broward County. This does not alleviate the Vendor from the
obligation to file any necessary applications or obtain any necessary permits
or licenses.
Licenses, permits, and fees that may be required by the State of Florida, State agencies, or other local
governmental entities are not included in the above list.
S. Preferences:
Not Applicable to this Solicitation.
T. Prevailing Wage Rates:
Section 26-5 of the Broward County Code of Ordinances provides that in all non-federally funded
construction procurement activity of $250,000 or more, the rate of wages and fringe benefit payments for
all laborers, mechanics, and apprentices shall not be less than those payments for similar skills in
classifications of work in like industries as determined by the Secretary of Labor and as published in the
Federal Register (latest revision). The applicable Prevailing Wage Rate Tables are included in
Specifications and Requirements.
U. Liquidated Damages:
Not Applicable to this Solicitation.
Special Instructions to Vendors
Rev. 06-15-2023
Bid Bond, Bid Guaranty, Performance and Payment Guaranties, and Qualifications of Surety
Requirements:
A.Bid Bond
approved Bid Bond Form, including all substantive terms set forth therein, which shall be
executed by a surety company meeting the Qualifications of Surety Requirements. Failure
to submit a bid bond by the solicitation due date and time, and in accordance with instructions
will deem Vendor non-responsive. A copy of the County-approved Bid Bond Form may be
found at: www.broward.org/Purchasing/Pages/StandardTerms.aspx, under the section
B.Bid Guaranty:In lieu of a bid bond, the following will be acceptable: cash, money order,
certified check, cashier's check, an original ,
treasurer's check or bank draft of any national or state bank (United States). A personal
check or a company check of a Vendor is not a valid bid guaranty.
1.The bid guaranty shall be in an amount equal to five percent (5%) of the total price
offered, payable to the Board of County Commissioners and conditioned upon the
successful Vendor providing the Performance and Payment Guaranty, evidence of
insurance, or any other requirements set forth within the solicitation, within 10 calendar
days after notification of award of the contract.
2.Guaranty of the successful Vendor shall be forfeited to the Board of County
amages for the cost and expense
Commissioners not as a penalty, but as liquidated d
incurred should said Vendor fail to provide the required Performance and Payment
Guaranty or Certificate of Insurance or fail to comply with any other requirements set forth
in the solicitation. Upon request, bid guaranties of unsuccessful vendors will be returned
after award of contract or expiration of bid validity.
either submit an electronic bid bond through BidSync or submit an original
3.Vendors must
bid guaranty to the Purchasing Division, by solicitation due date and time, or Vendor may
be deemed non-responsive.
a.To submit an electronic bid bond, Vendor must submit through BidSync, using
Surety 2000. Vendors, bonding agents, and surety companies must register with
Surety 2000 to use the service; contact Surety 2000 to find out information
regarding their service (www.surety2000.com or 800-660-3263).
available on the Details tab in BidSync (Bid Bond: See bid bond
information).
ii.The bonding agent can then provide a Bid Bond Number for the Vendor to
import into BidSync.
iii.For detailed instructions on submitting an electronic bid bond, visit Vendor
Registration page at
www.broward.org/Purchasing/Pages/Registration.aspx and
iv.Broward County reminds Vendors to allow enough time to secure a bid bond
and submit electronically in case there are any errors or issues. If there are
errors during the import process, check all identification numbers. Contact
Surety 2000 for additional assistance.
v.An original bid bond will not be required when the bid bond is submitted
electronically through Surety 2000.
b.To submit an original bid guaranty, in lieu of submitting an electronic bid bond
through BidSync, Vendor must submit an original bid guaranty in a sealed
envelope, with the solicitation number, solicitation title, date and the time of bid
opening, and address listed on the envelope. A copy of the bid guaranty should
also be uploaded into Bid Sync; this does not replace the requirement to have an
original bid guaranty. Vendors must submit the original bid guaranty, by the
solicitation due date and time, to:
Broward County Purchasing Division
115 South Andrews Avenue, Room 212
Fort Lauderdale, FL 33301
Performance and Payment Guaranties: within 15 calendar days of being notified of the
award of contract, Vendor shall furnish the referenced Performance Bond and a Payment
Bond containing all the provisions of the Performance Bond Form and Payment Bond
Form.
The bonds shall be in the amount of percent of the contractamount
guaranteeing to County the completion and performance of the work coveredin such
Contract as well as full payment of all suppliers, material men, laborers, or
subcontractors employed pursuant to this project. Such bond(s) shall be with a surety
company which is qualified pursuant to the section, Qualifications of Surety.
Each bond shall continue in effectfor oneyear after completionand acceptanceof the
work with liability equal to percef the Contract price, or an
additional bond shall be conditioned that the Vendor will upon notification by the
County, correct any defective or faulty work or materials which appear within one year
after completion of the Contract.
3.Pursuant to the requirements of Section 255.05(1), Florida Statutes, Vendor shall
ensure that the bonds referenced above shall be recorded in the public records of
Broward County and provide County with evidence of such recording.
4.In lieu of the performance and payment bond, Vendor may furnish an alternate form of
security which may be in the form of cash, money order, certified check, cashier's
check or an original Irrevocable Letter of Credit
Such alternate forms of security shall be for the same purpose and shall be subject to
the same conditions as those applicable above and shall be held by the County for
one year after completion and acceptance of the work.
5.The Vendor is required at all times to have valid Performance and Payment Guaranties
(or other approved security) in force covering the work being performed.
6.The Vendor agrees to keep such Guaranties (or other security) in effect for the duration
of the contract. If the contract is extended or renewed, it shall be subject to the same
bonding (or other approved security) requirements.
D.Qualifications of Surety Requirements: A bid bond performance bond, and payment bond
must be executed by a surety company of recognized standing, authorized to do business in
the State of Florida, having a resident agent in the State of Florida, and having been in
business with a record of successful continuous operation for at least five years.
1.In addition to the above-minimum qualifications, the surety company must meet at least
one of the following additional qualifications:
a.The surety company shall hold a current Certificate of Authority as acceptable
surety on federal bonds in accordance with the United States Department of
Treasury Circular 570, current revision. If the amount of the Bond exceeds the
underwriting limitation set forth in the circular, in order to qualify, the net retention
of the surety company shall not exceed the underwriting limitation in the circular
and the excess risks must be protected by coinsurance, reinsurance, or other
methods in accordance with Treasury Circular 297, Revised (31 DFR Section
223.10 Section 223.11). Further, the surety company shall provide the County with
evidence satisfactory to the County, that such excess risk has been protected in
an acceptable manner.
b.The surety company shall hold a current Certificate of Authority with the Florida
Office of Insurance Regulation.
c.The surety company shall have at least the following minimum ratings:
Surety Financial
Amount of BondRatingsSize Category
$500,001to$1,000,000A, A-Class I
$1,000,001to$2,000,000A, A-Class II
$2,000,001to$5,000,000AClass III
$5,000,001to$10,000,000AClass IV
$10,000,001to$25,000,000AClass V
$25,000,001to$50,000,000AClass VI
$50,000,001toor moreAClass VII
Bond and
2.For projects which do not exceed $500,000, the County shall accept a Bid
Performance and Payment Bond from a surety company which has twice the
minimum surplus and capital required by the Florida Office of Insurance Regulation at
the time the solicitation is issued, if the surety company is otherwise in compliance
with the provisions of the Florida Insurance Code, and if the surety company holds a
currently valid Certificate of Authority issued by the United States Department of the
Treasury under Section 9304 to 9308 of Title 31 of the United States Code.
3.If the surety company fails to meet the minimum standards, a bond from a surety that
meets the minimum standards must be provided to satisfy the bonding requirements.
"GeneralDecisionNumber:FL2024010701/05/2024
SupersededGeneralDecisionNumber:FL20230107
State:Florida
ConstructionType:Heavy
County:BrowardCountyinFlorida.
HEAVYCONSTRUCTIONPROJECTS(IncludingSewerandWaterLines)
Note:ContractssubjecttotheDavisBaconActaregenerally
requiredtopayatleasttheapplicableminimumwagerate
requiredunderExecutiveOrder14026orExecutiveOrder13658.
PleasenotethattheseExecutiveOrdersapplytocovered
contractsenteredintobythefederalgovernmentthatare
subjecttotheDavisBaconActitself,butdonotapplyto
contractssubjectonlytotheDavisBaconRelatedActs,
includingthosesetforthat29CFR5.1(a)(1).
______________________________________________________________
|Ifthecontractisentered|.ExecutiveOrder14026|
|intoonorafterJanuary30,|generallyappliestothe|
|2022,orthecontractis|contract.|
|renewedorextended(e.g.,an|.Thecontractormustpay|
|optionisexercised)onor|allcoveredworkersat|
least$17.20perhour(or|
|afterJanuary30,2022:|
||theapplicablewagerate|
||listedonthiswage|
||determination,ifitis|
||higher)forallhours|
||spentperformingonthe|
||contractin2024.|
|______________________________|_____________________________|
|Ifthecontractwasawardedon|.ExecutiveOrder13658|
|orbetweenJanuary1,2015and|generallyappliestothe|
|January29,2022,andthe|contract.|
|contractisnotrenewedor|.Thecontractormustpayall|
|extendedonorafterJanuary|coveredworkersatleast|
|30,2022:|$12.90perhour(orthe|
||applicablewageratelisted|
||onthiswagedetermination,|
||ifitishigher)forall|
||hoursspentperformingon|
||thatcontractin2024.|
|______________________________|_____________________________|
TheapplicableExecutiveOrderminimumwageratewillbe
ofthe
adjustedannually.Ifthiscontractiscoveredbyone
ExecutiveOrdersandaclassificationconsiderednecessaryfor
performanceofworkonthecontractdoesnotappearonthis
wagedetermination,thecontractormuststillsubmita
conformancerequest.
Additionalinformationoncontractorrequirementsandworker
protectionsundertheExecutiveOrdersisavailableat
http://www.dol.gov/whd/govcontracts.
ModificationNumberPublicationDate
001/05/2024
ELEC072800609/04/2023
RatesFringes
ELECTRICIAN......................$37.4014.27
ENGI048702307/01/2023
RatesFringes
OPERATOR:Crane
AllCranes75Tonsand
below.......................$37.0714.90
AllCranesOver300Ton,
ElectricTower,Luffing
BoomCranes.................$40.4014.90
Cranes130300Ton..........$39.3814.90
Cranes76tonto129Ton....$37.5714.90
ENGI048702607/01/2023
RatesFringes
OPERATOR:Drill
DrillRig,TruckMounted,
SterlingClass..............$27.0014.90
DrillRig,TruckMounted,
WatsonClass................$32.7514.90
OPERATOR:Oiler.................$27.5314.90
IRON027200510/01/2023
RatesFringes
IRONWORKER,STRUCTURAL...........$27.7515.27
LABO165200405/01/2018
RatesFringes
LABORER:GradeChecker..........$22.057.27
PAIN036500706/01/2021
RatesFringes
PAINTER:Brush,Rollerand
Spray............................$20.2112.38
SUFL200914606/24/2009
RatesFringes
CARPENTER,IncludesFormWork....$17.00**2.51
CEMENTMASON/CONCRETEFINISHER...$15.00**8.64
LABORER:CommonorGeneral......$9.87**3.24
LABORER:Landscape..............$7.25**0.00
LABORER:Pipelayer..............$14.00**2.42
LABORER:PowerToolOperator
(HandHeldDrills/Saws,
JackhammerandPowerSaws
Only)............................$10.63**2.20
OPERATOR:AsphaltPaver.........$11.59**0.00
OPERATOR:BackhoeLoader
Combo............................$16.10**2.44
OPERATOR:Backhoe/Excavator.....$18.771.87
OPERATOR:Bulldozer.............$14.95**0.81
OPERATOR:Grader/Blade..........$16.00**2.84
OPERATOR:Loader................$14.00**2.42
OPERATOR:Mechanic..............$14.32**0.00
OPERATOR:Roller................$10.95**0.00
OPERATOR:Scraper...............$11.00**1.74
OPERATOR:Trackhoe..............$20.925.50
OPERATOR:Tractor...............$10.54**0.00
TRUCKDRIVER,IncludesDump
Truck............................$9.60**0.00
TRUCKDRIVER:LowboyTruck......$12.73**0.00
TRUCKDRIVER:OfftheRoad
Truck............................$12.21**1.97
WELDERSReceiverateprescribedforcraftperforming
operationtowhichweldingisincidental.
================================================================
**Workersinthisclassificationmaybeentitledtoahigher
minimumwageunderExecutiveOrder14026($17.20)or13658
($12.90).PleaseseetheNoteatthetopofthewage
determinationformoreinformation.Pleasealsonotethatthe
minimumwagerequirementsofExecutiveOrder14026arenot
currentlybeingenforcedastoanycontractorsubcontractto
whichthestatesofTexas,Louisiana,orMississippi,including
theiragencies,areaparty.
Note:ExecutiveOrder(EO)13706,EstablishingPaidSickLeave
forFederalContractorsappliestoallcontractssubjecttothe
DavisBaconActforwhichthecontractisawarded(andany
solicitationwasissued)onorafterJanuary1,2017.Ifthis
contractiscoveredbytheEO,thecontractormustprovide
employeeswith1hourofpaidsickleaveforevery30hours
theywork,upto56hoursofpaidsickleaveeachyear.
Employeesmustbepermittedtousepaidsickleavefortheir
ownillness,injuryorotherhealthrelatedneeds,including
preventivecare;toassistafamilymember(orpersonwhois
likefamilytotheemployee)whoisill,injured,orhasother
healthrelatedneeds,includingpreventivecare;orforreasons
resultingfrom,ortoassistafamilymember(orpersonwhois
likefamilytotheemployee)whoisavictimof,domestic
violence,sexualassault,orstalking.Additionalinformation
oncontractorrequirementsandworkerprotectionsundertheEO
isavailableat
https://www.dol.gov/agencies/whd/governmentcontracts.
Unlistedclassificationsneededforworknotincludedwithin
thescopeoftheclassificationslistedmaybeaddedafter
awardonlyasprovidedinthelaborstandardscontractclauses
(a)(1)(iii)).
(29CFR5.5
Thebodyofeachwagedeterminationliststheclassification
andwageratesthathavebeenfoundtobeprevailingforthe
citedtype(s)ofconstructionintheareacoveredbythewage
determination.Theclassificationsarelistedinalphabetical
orderof""identifiers""thatindicatewhethertheparticular
rateisaunionrate(currentunionnegotiatedrateforlocal),
asurveyrate(weightedaveragerate)oraunionaveragerate
(weightedunionaveragerate).
UnionRateIdentifiers
Afourletterclassificationabbreviationidentifierenclosed
indottedlinesbeginningwithcharactersotherthan""SU""or
""UAVG""denotesthattheunionclassificationandratewere
inthesurvey.Example:
prevailingforthatclassification
PLUM019800507/01/2014.PLUMisanabbreviationidentifierof
theunionwhichprevailedinthesurveyforthis
classification,whichinthisexamplewouldbePlumbers.0198
indicatesthelocalunionnumberordistrictcouncilnumber
whereapplicable,i.e.,PlumbersLocal0198.Thenextnumber,
aninternalnumberusedinprocessing
005intheexample,is
thewagedetermination.07/01/2014istheeffectivedateofthe
mostcurrentnegotiatedrate,whichinthisexampleisJuly1,
2014.
Unionprevailingwageratesareupdatedtoreflectallrate
changesinthecollectivebargainingagreement(CBA)governing
thisclassificationandrate.
SurveyRateIdentifiers
Classificationslistedunderthe""SU""identifierindicatethat
noonerateprevailedforthisclassificationinthesurveyand
thepublishedrateisderivedbycomputingaweightedaverage
ratebasedonalltheratesreportedinthesurveyforthat
classification.Asthisweightedaveragerateincludesall
itmayincludebothunionand
ratesreportedinthesurvey,
nonunionrates.Example:SULA20120075/13/2014.SUindicates
theratesaresurveyratesbasedonaweightedaverage
calculationofratesandarenotmajorityrates.LAindicates
theStateofLouisiana.2012istheyearofsurveyonwhich
theseclassificationsandratesarebased.Thenextnumber,007
intheexample,isaninternalnumberusedinproducingthe
wagedetermination.5/13/2014indicatesthesurveycompletion
datefortheclassificationsandratesunderthatidentifier.
Surveywageratesarenotupdatedandremainineffectuntila
newsurveyisconducted.
UnionAverageRateIdentifiers
Classification(s)listedundertheUAVGidentifierindicate
thatnosinglemajorityrateprevailedforthose
classifications;however,100%ofthedatareportedforthe
classificationswasuniondata.EXAMPLE:UAVGOH0010
08/29/2014.UAVGindicatesthattherateisaweightedunion
averagerate.OHindicatesthestate.Thenextnumber,0010in
theexample,isaninternalnumberusedinproducingthewage
determination.08/29/2014indicatesthesurveycompletiondate
fortheclassificationsandratesunderthatidentifier.
AUAVGratewillbeupdatedonceayear,usuallyinJanuaryof
eachyear,toreflectaweightedaverageofthecurrent
negotiated/CBArateoftheunionlocalsfromwhichtherateis
based.
WAGEDETERMINATIONAPPEALSPROCESS
1.)Hastherebeenaninitialdecisioninthematter?Thiscan
be:
*anexistingpublishedwagedetermination
underlyingawagedetermination
*asurvey
*aWageandHourDivisionlettersettingforthapositionon
awagedeterminationmatter
*aconformance(additionalclassificationandrate)ruling
Onsurveyrelatedmatters,initialcontact,includingrequests
forsummariesofsurveys,shouldbewiththeWageandHour
NationalOfficebecauseNationalOfficehasresponsibilityfor
theDavisBaconsurveyprogram.Iftheresponsefromthis
initialcontactisnotsatisfactory,thentheprocessdescribed
in2.)and3.)shouldbefollowed.
Withregardtoanyothermatternotyetripefortheformal
processdescribedhere,initialcontactshouldbewiththe
Writeto:
BranchofConstructionWageDeterminations.
BranchofConstructionWageDeterminations
WageandHourDivision
U.S.DepartmentofLabor
200ConstitutionAvenue,N.W.
Washington,DC20210
2.)Iftheanswertothequestionin1.)isyes,thenan
interestedparty(thoseaffectedbytheaction)canrequest
reviewandreconsiderationfromtheWageandHourAdministrator
(See29CFRPart1.8and29CFRPart7).Writeto:
WageandHourAdministrator
U.S.DepartmentofLabor
200ConstitutionAvenue,N.W.
Washington,DC20210
Therequestshouldbeaccompaniedbyafullstatementofthe
interestedparty'spositionandbyanyinformation(wage
paymentdata,projectdescription,areapracticematerial,
etc.)thattherequestorconsidersrelevanttotheissue.
3.)IfthedecisionoftheAdministratorisnotfavorable,an
interestedpartymayappealdirectlytotheAdministrative
ReviewBoard(formerlytheWageAppealsBoard).Writeto:
AdministrativeReviewBoard
U.S.DepartmentofLabor
200ConstitutionAvenue,N.W.
Washington,DC20210
4.)AlldecisionsbytheAdministrativeReviewBoardarefinal.
================================================================
ENDOFGENERALDECISION"
INSURANCE REQUIREMENTS
Project: Well Rehabilitation
Agency: Water and Wastewater Services
ADDL SUBR
TYPE OF INSURANCE MINIMUM LIABILITY LIMITS
INSD WVD
Each Occurrence Aggregate
GENERAL LIABILITY - Broad form Bodily Injury
Commercial General Liability
Property Damage
XCU Explosion/Collapse/Underground
$1,000,000 $2,000,000
Combined Bodily Injury and Property
Products/Completed Operations Hazard
Damage
Contractual Insurance
Broad Form Property Damage
Personal Injury
Independent Contractors
Personal Injury
Products & Completed Operations
Per Occurrence or Claims-Made:
Per Occurrence Claims-Made
Project Policy Loc. Other _______
AUTO LIABILITY
Bodily Injury (each person)
Comprehensive Form
Owned
Bodily Injury (each accident)
Hired
Non-owned
Property Damage
Any Auto, If applicable
Note: May be waived if no driving will be done in
Combined Bodily Injury and Property $500,000
performance of services/project.
Damage
EXCESS LIABILITY / UMBRELLA
Per Occurrence or Claims-Made:
Per Occurrence Claims-Made
Note: May be used to supplement minimum liability
coverage requirements.
N/A Each Accident
STATUTORY LIMITS
Jones Act is required for any activities on or about
navigable water.
Each Accident $1,000,000
PROFESSIONAL LIABILITY (ERRORS & N/A Each Claim:
OMISSIONS)
*Maximum Deductible:
Including all engineering, surveying, and design
$100,000
professionals.
POLLUTION/ENVIRONMENTAL Each Claim: $1,000,000 $2,000,000
LIABILITY
*Maximum Deductible: $10,000
INSTALLATION FLOATER
*Maximum Deductible (Wind and/or Not to exceed 5% of completed Completed
Flood): value Value
*Maximum Deductible: $10,000
Broward County must be shown as a Loss Payee.
ge and shall not require contribution
from the County, self-insurance or otherwise. Waiver of subrogation applies in favor of Broward County. For Claims-Made policies insurance must be maintained and
evidence of insurance must be provided for at least three (3) years after completion of the contract of work.
CERTIFICATE HOLDER:
Ejhjubmmz!tjhofe!cz!
Broward County
DPMMFFO!B/!QPVOBMM!
115 South Andrews Avenue
Ebuf;!3134/19/42!
Fort Lauderdale, Florida 33301
23;57;52!.15(11(
_________________________________
Risk Management Division
SPECIFICATIONS AND REQUIREMENTS
WELL REHABILITATION
1. SCOPE OF WORK
The work to be performed under this Contract shall consist of furnishing and installing all tools,
equipment, materials, supplies, and manufactured articles and furnishing all bonding, insurance,
labor, transportation and services, including fuel, power, water, and essential communications, and
performing all work, or other operations required for wells rehabilitation services, including
evaluation, testing, wells, wellheads and pumps rehabilitation, post-rehabilitation testing, well pads,
wellhead and pump rehabilitation and maintenance procedures within Broward County Water and
Wastewater Services (BCWWS) service area; all in accordance with requirements of the Contract
Documents, Broward County Water and Wastewater Services "Minimum Design and Construction
Standards" including all appurtenances thereto, and all costs of permits and cost 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).
The work is located in the vicinity of the four existing Broward County wellfields. The wellfields are
in the following municipalities:
1. District 1 Wellfield is in the City of Lauderdale Lakes, near US 441/SR-7, at the South Florida
Water Management District’s C-13 Canal.
2. District 2 Water Treatment Plant Wellfield is in the City of Pompano Beach, on the east and
west side of Dixie Highway, north of NE 48 Street.
3. District 2 North Regional Wellfield is in the City of Deerfield Beach, inside and near Quiet
Waters Park.
4. District 3 South Regional Wellfield is in Cooper City, at Brian Piccolo Park.
The purpose of the Well Rehabilitation Program is to improve the production and water quality and
maintain peak performance, lower operational costs and extend the service life of the existing
County’s Surficial Aquifer System (SAS) production and monitoring wells.
The work shall be complete, and all work, materials, and services, not expressly shown or called
for in the Contract Documents, which may be necessary for the complete and proper construction
of the Work in good faith shall be performed, furnished, and installed by the Contractor as though
originally so specified or shown, at no increase in cost to the County.
2. MEASURE OF PERFORMANCE
The Contractor’s performance will be evaluated on how well he or she performs, including but not
limited to the following:
a. Adhering to the delivery order/work order issued by the Project Coordinator.
b. Accurately recording and reporting the work performed.
c. Accurately reporting all problems discovered in the course of performing the particular work.
1
d. Maintaining strict control of the work procedure and maintaining a level of professionalism
consistent with County’s Minimum Standards.
e. Submitting to Project Coordinator or authorized designee all Daily Service Reports within 24
hours (Attachment “A-3”).
f.Maintaining a clean and tidy appearance.
g. Being courteous and respectful to all customers.
h. The County reserves the right to scrutinize, and reject as unsuitable, any employee of the
Contractor for just cause.
i.Contractor’s vehicle must be clearly marked with the company’s name.
3. CONTRACTOR REQUIREMENTS
a. Shut down of water systems must be requested to Broward County Water and Wastewater
Services (BCWWS) by the Contractor. Contractor shall submit a Request for Service Form
(Attachment “A-4”) for this purpose.
b. The Contractor shall not start work on any project until specifically authorized by the Project
Coordinator or written designee.
c. The Contractor shall keep the Project Coordinator informed at all time periods of work on all
authorized work.
d. The Contractor is to resolve any complaint as a result of their work.
e. The Project Coordinator will be the final authority for determining the extent of repair under
this Agreement.
f. The Daily Service Report must be signed and submitted to the Project Coordinator via email
when work is completed. Failure to have the report signed may result in Contractor not being
paid for the service.
g. The Contractor shall contact Sunshine One for all line locates.
h. If the Contractor requires assistance from the County due to an unforeseeable situation, the
Contractor shall immediately stop work and contact BCWWS Project Coordinator or WWS
24/7 dispatch at (954) 831-0850. The contractor shall remain at the site until WWS staff
arrives.
4. CONTRACTOR RESPONSIBILITY
a. The Contractor shall not start work on any project until specifically authorized by the Project
Coordinator or designee.
b. All work must be approved in advance by the Project Coordinator, including delivery order
and work order issued. All changes, alterations or instructions regarding work that differ from
the approved work order must be approved in writing by the Project Coordinator.
c. The Contractor shall investigate the job and determine the requirements necessary to
complete the job in accordance with the technical specifications and requirements of the Bid.
d. The Contractor shall coordinate with any other governmental agencies, private companies,
etc. in order to complete any scheduled work.
e. Services and materials shall be in accordance with Broward County Water and Wastewater
Services Minimum Design and Construction Standards.
f. The Contractor may be required to provide the necessary personnel and equipment to work
on two or more project areas simultaneously. Delivery Orders/Work order(s) will be provided
2
to the Contractor in ample time to permit advance scheduling of the work so as not to delay
the completion of work in progress.
g. The Contractor shall at all times provide sufficient labor, material, tools and equipment to
complete work in the manner and time specified. Failure to do so may result in default of the
Contract.
h. The Contractor shall submit to the County estimates, progress schedules, records and other
data as the County may request concerning Work performed or to be performed.
i.The Contractor shall provide a written estimate for any rehabilitation work if is requested by
the County. The estimate shall be based on the requirements of labor hours, specific bid
lines, parts and materials, etc., for a specific repair job and in accordance with the
established prices of this contract. Estimated time for completion of repairs shall be included.
Lump sum estimates shall not be accepted. Quotations shall remain valid for 30 days. All
estimation and quotation preparation shall be provided at no cost or obligation to the County.
The County will not pay for travel or lunchtime.
j.The County will not pay for a site mobilization or demobilization fee for any requested
rehabilitation work.
k. Contractor must submit a list of products and materials that will be used for each job. The
products must be checked on the Broward County form and returned to Project Coordinator
or designee. Please refer to the product specifications sheets to download the form from the
following website:
http://www.broward.org/WaterServices/Documents/ProductSpecificationSheets.pdf
5. HOURS OF WORK
Unless otherwise authorized by the Project Coordinator in writing, work will only be done Monday
through Friday between the hours of 7:30 a.m. and 4:00 p.m. local time. If the Contractor plans to
do any work after hours or on weekends and/or holidays, the Project Coordinator must be notified
24 hours in advance. No work may start without the Project Coordinator's approval.
6. QUALIFICATIONS
The Contractor must be a General Contractor Licensed in the State of Florida, or a Florida
Department of Environmental Protection Licensed Water Well Contractor as described in Chapter
No. 62-531 of the Florida Administrative Code (FAC). The Contractor performing Well
Rehabilitation, Testing, or Drilling activities shall be licensed to engage in the business of
construction, repair, or abandonment of water wells, and have completed three well rehabilitations
or construction within the last five years in Florida.
Prospective Contractors must be able to demonstrate that they are qualified and capable of fulfilling
and abiding by the bid requirements. The Contractor may be required to perform a practical
demonstration of verbal communication and mechanical skills and show that they have the
necessary equipment to perform the work and have recently supplied services to, on a continuing
basis.
The Contractor shall at its own expense, wherever necessary or required, furnish safety devices
and take such other precautions as may be necessary to protect life and property.
3
The Contractor shall supervise and direct the work. An experienced superintendent and necessary
assistant(s) competent to supervise the types of work involved shall be assigned to the Project, by
the Contractor, and shall be available at all times when work is in progress. The name of the
superintendent shall be submitted with qualifications and approved by the Project Coordinator prior
to starting the Work. The superintendent shall be employed by the Contractor and shall have
previously served in a supervisory capacity of at least one project of like description and size.
Under no circumstances shall an employee of any Subcontractor serve as project superintendent.
The Contractor shall provide the necessary protection to prevent damage, injury, or loss to all
employees on the work and other persons who may be affected by the work. The Contractor shall
erect and maintain, as required by the conditions and progress of the work, all necessary warning
safeguards for devices and safety and protection of the work, the public, and adjoining property.
The Contractor must supply service personnel with personal protection equipment as per OSHA
requirements.
The Contractor shall keep a record of all training of each employee. The record shall show, at a
minimum, the employee’s name, and date of employment, date, and type of training for each class
attended. A transcript of the training records shall be made available to the County upon request.
Bids shall be considered only from firms possessing the required current and valid licenses, if
applicable, and normally engaged in performing the type of work specified within the Contract
Documents. The Contractor must have adequate organization, facilities, equipment, and personnel
to ensure prompt and efficient service to the County.
7. COMPLETION TIME
The work to be performed under this contract shall commence within seven (7) calendar days after
receipt of the Purchase Order or as coordinated with the Broward County Project Coordinator.
The Contractor shall notify the Project Coordinator by e-mail, fax, or phone a minimum of 48 hours
in advance to schedule the repair and request any service from the County.
The Contractor will be held responsible for the restoration of any damaged property caused by the
Contractor during this contract. Landscaping is the responsibility of the Contractor and is to be
completed within five business days of starting the job.
The Contractor shall be required to respond to Emergency Requests by arriving at locations within
three hours of receiving a call from an authorized representative of Broward County Water and
Wastewater Services.
8. DAMAGE TO PUBLIC OR PRIVATE PROPERTY
Extreme care shall be taken to safeguard all existing facilities, site amenities, and vehicles on or
around the job sites. Damage to public and/or private property shall be the responsibility of the
Contractor and shall be repaired and/or replaced immediately at no additional cost to the County.
The Contractor shall remedy all damage, injury, or loss to any property caused, directly or indirectly,
4
in whole or in part, by the Contractor and the Subcontractor(s).
9. UNDERGROUND UTILITIES
The Contractor shall be responsible for achieving and paying for clearances or locations of
underground utilities.
UTILITIES TO BE MOVED
In instances when it shall be necessary to move the property of any public utility or franchise holder,
such utility company or franchise holder will, upon request of the Contractor, be notified by the
County to move such property within a specified reasonable time. When utility lines that are to be
removed are encountered within the area of operations, the Contractor shall notify the Project
Coordinator with at least 72 hours advance notice for the necessary measures to be taken to
prevent interruption of service. The Contractor shall be liable for the costs associated with moving
utilities.
UNDERGROUND UTILITIES INDICATED
Existing utility lines that are indicated or the locations of which are made known to the Contractor
prior to excavation and that are to be retained, and all utility lines that are uncovered during
excavation operations shall be protected from damage during excavation and backfilling and, if
damaged, shall be immediately repaired or replaced by the Contractor. The Contractor shall mark
the location of existing utilities and structures, not otherwise readily visible, with flagging, stakes,
barricades, or other suitable, means, and shall preserve and protect all utilities and structures not
designated for removal, relocation, or replacement in the course of construction.
UNDERGROUND UTILITIES NOT INDICATED
If the Contractor damages any existing utility lines that are not indicated or the locations of which
are not made known to the Contractor prior to excavation, a written report thereof shall be made
immediately to the Project Coordinator. The locating company will be held liable for damages to
utilities.
10. TRAFFIC CONTROL
The Contractor is solely responsible for obtaining Maintenance of Traffic (MOT) permits from
Broward County, municipalities in which the job site is located, and the Florida Department of
Transportation (FDOT) as required. AnMOT Plan from the Broward County Traffic Engineering
Division (BCTED) shall be required when work is being performed within Broward County right-of-
way regardless of whether a permit is required. The MOT Plan shall be on site prior to and during
the entire operation.
Ensure the Certified Worksite Traffic Supervisor is present to direct the initial setup of the traffic
control plan, is available on a 24-hour basis, participates in all changes to traffic control, and reviews
the project daily. The MOT Plan shall conform to the latest editions of the FDOT Standard Plans,
and the Manual on Uniform Traffic Control Devices (MUTCD), unless otherwise noted in the
Broward County Minimum Standards. An approved MOT Plan and copy of the permit, if issued,
must be always onsite. The MOT Plan is valid for the duration of the permit or completion of the
project, whichever is sooner. Once the MOT is approved by the BCTED, the permitteeshall be
5
solely responsible for the installation and maintenance of the approved work zone traffic control
devices throughout the duration of the project.
11. MAINTENANCE OF TRAFFIC AND PROTECTION OF WORK SITE
a. The Contractor shall furnish and install all items necessary to re-direct, protect, warn and/or
maintain existing vehicular and/or pedestrian traffic duringconstruction, including, as
necessary, flaggers and off-duty Police Officers/Sheriff's Deputies. Items to be provided shall
include, but not be limited to, channelization devices (drums, barricades, cones, delineators,
water-filled barrier walls, etc.), work zone signs, arrow and message boards, and pavement
markings.
Prior to beginning work, the Contractor shall prepare a "Maintenance of Traffic Plan" drawn
to a suitable scale. This plan shall be submitted to BCTED for review and shall be amended
as requested by BCTED. No work shall begin until such time that the "Maintenance of Traffic
Plan" has been approved in writing by BCTED.
b. The "Maintenance of Traffic plan", provided by the Contractor, shall include provisions for
pedestrian and/or school student traffic as well as vehicular traffic. The following are the
minimum requirements:
A safe walk route for all school students within the vicinity of the construction zone shall be
maintained during the times students are arriving at or leaving school. If the current walking
surface cannot be maintained, then a temporary road-rock 4 feet in width walkwayshall be
created. The safe walk route shall be separated from the construction activity by a 4-foot-
high orange construction fence for the entire length of the project or the length of the walk
route, whichever is less.
All construction equipment around any designated crosswalk shall cease to operate during
the times students are arriving at or leaving school. All construction equipment adjacent to
a designated walk route shall cease operation during these times unless satisfactorily
barricaded from the walk route.
In the case that a designated crossing or any portion of the designated walk route cannot be
maintained, then the Contractor shall notify the "School Safety Coordinator" at BCTED,
phone (954)-847-2600, a minimum of 10 working days prior to closing that route in order that
an alternate crossing/route can be established.
Contractor SHALL install any necessary Pavement, Road Rock, Pavement Marking and
Signage and/or any Pedestrian Signalization and/or Signal Modification to accommodate an
existing or alternate walk route.
Contractor SHALL provide State Certified School Crossing Guards or off duty Police Officers
tocross students at any locations other than those previously designated. Contractor may
use flag person, ONLY if they are State Certified as a School Crossing Guard.
Ten days prior to the beginning of construction, Contractor SHALL notify the "School Safety
6
Coordinator" at BCTED, 954-847-2600, to arrange a "pre-construction safety" meeting.
Contractor SHALL BE RESPONSIBLE for providing a safe and adequate walking surface
for all school children/pedestrians. This safe walk route SHALL be part of the "Maintenance
of Traffic Plan".
c. The Contractor, at all times, shall conduct the work in such a manner as to ensure the least
obstruction to traffic as is practical. Convenience of the general public and of the residents
adjacent to the work shall be provided for in a safe and satisfactory manner.
d. Sidewalks, gutter, drains, fire hydrants and private drives shall, insofar as practical, be kept
in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept
accessible to fire apparatus at all times, and no material or obstruction shall be placed within
10 feet of any such hydrant.
e. Construction materials stored upon the public street shall be placed so as to cause as little
obstruction to the general public as is reasonably possible.
f. Streets shall not be closed, except when and where allowed by the BCTED, and whenever
the street is not closed, the work must be conducted with the provision for a safe passageway
for vehicular and pedestrian traffic at all times. The Contractor shall make all necessary
arrangements with the BCTED concerning the maintenance of traffic and selection of
detours required.
g. All existing traffic control devices shall be maintained by the Contractor for the duration of
the project. If any signs or signals are damaged or lost during the construction period, such
signs and signals shall be repaired or replaced by the contractor at the contractor’s expense.
h. When traffic is diverted to the temporary pavement, markings may be required. Existing
pavement markings that conflict with the new work zone traffic pattern must be obliterated
by sandblasting and/or water jets. Painting over existing markings (blackout) is not permitted.
i.The Contractor may be required to coordinate with BCTED the repositioning of existing traffic
heads to maintain traffic flows at diverted intersections. If this should be necessary, the
Contractor must submit a plan for approval showing the course of work and the planned
repositioning.
12. JOB RESTORATION
The Contractor is to complete all landscaping restoration. The Contractor is to use care in
preserving the well-being of all landscaping. The actual cost of sod replacement will be invoiced
per line item.
Any landscape destroyed beyond the parameters approved by the Project Coordinator will be
restored by the Contractor, at its own expense.
Wherever sidewalks or private driveways have been removed for purposes of construction, the
7
Contractor shall place suitable temporary asphalt promptly after backfilling.
Open construction pits shall be backfilled and closed at the end of each working day. Exceptions
shall be permitted only by the approval of the Project Coordinator. Open pits and road cuts shall be
covered utilizing steel plates.
If a mailbox must be removed, the Contractor shall replace it in the same order as the original, so
as to not cause any disruption of mail delivery.
The Contractor shall use considerable care in protecting the riding surface of all roadways.
Gouges, edge failures and curb damage will be corrected to the satisfaction of the Project
Coordinator.
13. CLEAN UP
Upon completion of the work specified herein and before acceptance and final payment, the
Contractor shall remove from the site all machinery, equipment, surplus and discarded materials,
rubbish and temporary materials and temporary structures provided by the Contractor. Material
cleared from the site and deposited on adjacent property will not be considered as having been
disposed of satisfactorily. Asphalt and concrete sites shall be swept or hosed clean.
14. QUALITY OF WORK
The Contractor shall perform work covered under this contract to the best of its ability and
conforming to specifications contained or referred to in this contractand shall pursue the project in
a professional manner.
The Contractor shall follow contract documents, Broward County Water and Wastewater Minimum
Design and Construction Standards, and instructions, either verballyor written, issued by the
Project Coordinator.
The Contractor shall comply with the appropriate specifications, regulations, and safety procedures,
including excavation safety.
The Contractor shall use construction equipment that is safe and maintained in good workable
condition and furnish proper direction and supervision to work crews and personnel performing
work under this contract.
15. WARRANTY
CONTRACTOR shall provide a one-year warranty for all material, equipment, complete
components, and labor beginning on the date of initial acceptance. There shall be no additional
cost to the County for material, equipment, labor, and/or traffic control for warranty work. Warranty
work shall be completed in accordance with these contract specifications within 30 days.
The Contractor will not be responsible for extraordinary valve repairs necessitated by vandalism,
traffic damage, construction damage, acts of war or civil disobedience, or acts of God.
8
16. BID PRICE
The "bid price" will be the unit cost paid by the County for each individual line item. The cost incurred
for labor, material, tests, tools, equipment, bonding, insurance, coordination with County personnel,
connections to existing pipelines, excavation, trenching, backfill and compaction, storing and
transporting materials, saw-cutting, removal and disposal of unsuitable and excess material,
cleaning, painting, sanitary seals replacement, flushing, disinfection of new pipe and fittings,
cleanup and restoration of all improvements incidental to construction are to be billed as part of the
line items.
The Contractor will not be compensated for any delay or damage caused by the utility facilities,
obstruction, or any other item not being removed or relocated to clear construction in advance of
the work. The County will not pay for travel time.
17. EMERGENCY CALL-OUT
Emergency call-out is the procedure of responding onshort notice, which is defined as three hours
of response time, to perform any of the services previously stated. Emergency callouts may be
required outside of normal working hours, such as after 5:00 p.m. or anytime on the weekends.
18. CONTRACTOR DELIVERY LOGS
The Contractor shall provide a daily log of deliveries to the site for the project. The daily log shall
include deliveries received each day with the driver’s name and vehicle license number, in addition
to expected deliveries for the following day. The log shall be submitted to the County at the end of
each day. This log will be used by the County at its discretion for security purposes at the job site.
19. UTILITIES
All oil and gasoline pipelines, power and telephone or the communication cable ducts, gas and
water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and
communication wires and cables encountered along the line of the work shall remain continuously
in service during all operations under the Contract unless other arrangements satisfactory to the
Project Coordinator are made with the owner of said pipelines, duct, main, irrigation line, sewer,
storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all
damage due to its operations.
It shall be the Contractor’s responsibility to exercise all caution in the vicinity of any utility and obtain
locations prior to any work commencement.
The Contractorshall be responsible for contacting the appropriate utility to locate any buried or
serial utilities in the work area that could be damaged by the Contractor’s operation. The Contractor
shall call 811 or visit sunshine811.comfor more information.
9
The Contractor shall be solely responsible for any damage to utilities due to their failure to contact
Sunshine 811 prior to work.
20. REPORTS
Reports resulting from the inspections, testing, recommendations, and summary rehabilitated
actions must be compiled in electronic format using Word or Excel. Reports must be provided on
Compact Disks-CD-R, Flash Drive, or DVDs.
21. INSPECTION AND ACCEPTANCE OF WORK
Before final acceptance of the work and payment to the Contractor by the County, the following
requirements shall be complied with:
a. All work will be inspected and signed off by the Project Coordinator, Inspector, or designee.
Inspectors shall be authorized to inspect all work done and all materials furnished, including
preparation, fabrication, and manufacture of the materials to be used.
b. All materials and equipment furnished,and all work done that is not in accordance with
Broward County Water and Wastewater Services Minimum Design and Construction
Standards, and manufacturer’s recommendations or that is defective will be rejected. All
rejected materials, equipment, or work shall be removed immediately. If rejected Materials,
equipment, or work is not removed within 48 hours from the date of notification, the Project
Coordinator shall have the right and authority to stop the Contractor and the work
immediately, and/or shall have the right to arrange for the removal of said rejected materials,
equipment or work at the cost and expense of the Contractor.
c. No job will be considered complete without the Project Coordinator, or designee’s approval
and sign-off for each job.
22. METHOD OF PAYMENT
a. Upon completion of work, the Contractor shall submit an invoice to theProject Coordinator.
b. All invoicing shall contain the following information:
1. Broward County Purchase Order number authorizing the work.
2. Broward County Work Order number that requested this work to be performed.
c. Contractor must submit to the Water and Wastewater Services Project Coordinator the
Daily Service Report to initiate payment.
d. The actual cost of permits,subcontractor services, parts, and materials will be invoiced as
a pass-through and the Contractor shall supply documentation verifying the cost.
23. MATERIALS, SERVICES AND FACILITIES
10
Materials and equipment shall be stored and handled to ensure the preservation of their quality and
fitness for the work. Stored materials and equipment to be incorporated into the work shall be
located so as tofacilitate prompt inspection. No product which has in any way become unfit for the
intended purpose shall be incorporated into the work. The Contractor shall be required to protect
all work and materials against damage or injury from the weather.
Only new valves, pipes, and parts, certified and warranted as new, and equal or better quality, shall
be used for maintenance, installation, or repairs.
The Contractor is required to expressly warrant that all replacement parts are new, free from
defects, and meet the performance specifications of the original equipment.
24. SHUTDOWNS
The Contractor must submit a Request for Service to Broward County Water and Wastewater
Services to shut down water mains. The County will tag all houses and businesses affected by the
shutdown, two working days prior to the shutdown.
25. PERMITS AND INSPECTION FEES
The Contractor shall secure and pay for any permits and inspection fees required by any other
governmental entity or agency. Permits will be paid as a pass-thru for non-county agencies’ permits
and fees.
26. LAND AND RIGHT-OF-WAY (ROW)
Prior to entering on any land or right-of-way, the Contractor shall ascertain the requirements of
applicable permits or casements obtained by the County and shall conduct the work in accordance
with the requirements thereof including the giving of notice. The Contractor shall be fully responsible
for performing work to the requirements of any permit or easement granting entity even though
such requirements may exceed or be more stringent than that otherwise required by the Contract
Documents and shall compensate the County fully for any loss or expense arising from failure of
the Contractor to perform as required by such entity.
11
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
WELLS REHABILITATION
SECTION DESCRIPTION PAGES
DIVISION 1 - GENERAL REQUIREMENTS
01010 Summary of Work .......................................................................... 01010-1 to 01010-12
01025 Measurement and Payment ............................................................ 01025-1 to 01025-27
01070 Abbreviations .................................................................................. 01070-1 to 01070-4
01090 Reference Standards ...................................................................... 01090-1 to 01090-2
01300 Submittals....................................................................................... 01300-1 to 01300-6
01311 Bar chartConstruction Schedule .................................................... 01311-1 to 01311-3
01400 Quality Control ................................................................................ 01400-1 to 01400-2
01505 Mobilization, Demobilization and Site Restoration .......................... 01505-1 to 01505-7
01510 Temporary Utilities .......................................................................... 01510-1 to 01510-3
01530 Protection of Existing Facilities ...................................................... 01530-1 to 01530-5
01535 Security ........................................................................................... 01535-1
01560 Temporary Environmental Controls ............................................... 01560-1 to 01560-3
01571 Traffic Control… .............................................................................. 01571-1 to 01571-6
01630 Products, materials, equipment and substitutions ........................... 01630-1 to 01630-5
01700 Project Closeout .............................................................................. 01700-1 to 01700-2
DIVISION 2 – SITEWORK
02222 Excavation and Backfill for Utilities ................................................ 02222-1 to 02222-4
02500 Surface Restoration ....................................................................... 02500-1 to 02500-4
02630 Well Drilling.................................................................................... 02630-1 to 02630-8
02631 Well Casing.................................................................................... 02631-1 to 02631-7
02632 Well Cementing.............................................................................. 02632-1 to 02632-8
02633 Geophysical Logging ..................................................................... 02633-1 to 02633-5
02635 Well Development and Sampling ................................................... 02635-1 to 02635-6
02636 Well Pump Testing ......................................................................... 02636-1 to 02636-6
02637 Well Rehabilitation ......................................................................... 02637-1 to 02637-17
02638 Wellhead and Well Pad .................................................................. 02638-1 to 02638-2
03305 Concrete and Grout ....................................................................... 03305-1 to 03305-11
09900 Painting .......................................................................................... 09900-1 to 09900-12
09905 Piping Identification System........................................................... 09905-1 to 09905-2
11100 Pumps, General ............................................................................. 11100-1 to 11100-9
15001 Piping ............................................................................................. 15001-1 to 15001-6
15100 Valves and Appurtenances ............................................................ 15100-1 to 15100-3
12
SECTION 01010 -SUMMARY OF WORK
PART 1 -- GENERAL
1.1 THE REQUIREMENT
A. The work to be performed under this Contract shall consist of furnishing all tools,
equipment, materials, supplies, and manufactured articles, and furnishing all labor,
transportation, and services, including fuel, power, water, and essential
communications, and performing all work or other operations required for the
fulfillment of the Contract in strict accordance with the Contract Documents. The
workshall be complete, and all work, materials, and services not expressly
indicated or called for in the Contract Documents, which may be necessary for the
complete and proper construction of the work, in good faith, shall be provided by
the Contractor as though originally so indicated, at no increase in cost to the
County.
B. Work site sequence will be as directed by the County in coordination with the
Contractor.
1.2 CONTRACT METHOD
A. The work hereunder will be constructed under a Unit Price contract.
B. Measurement and Payment descriptions for the specific items covered under these
Contract Documents are provided under Section 01025 – Measurement and
Payment.
1.3 WORK COVERED BY CONTRACT DOCUMENTS
A. The work of this contract includes the testing and rehabilitation of existing Surficial
Aquifer System (SAS) production and monitoring wells using different testing and
rehabilitation methods and combinations of testing and rehabilitation methods in
standard industry use to improve well performance and update equipment along
with all appurtenant work in accordance with the Contract Documents.
B. The work may include replacement and abandonment of existing wells if
rehabilitation efforts do not improve well performance, as determined by the County.
C. Evaluation/Confirmation: Potential evaluation and confirmation test methods may
include, but are not limited to, the following:
1. Pre-Rehabilitation Constant Rate pump testing with County’s pump (2-hour pre-
pump static period, a minimum of 2 hours pumping, and 2-hour recovery period).
2. Post-Rehabilitation Step-Rate pump testing (12-hour pre-pump static period,
four \[4\], 2-hour pumping steps at rates that are 50%, 75% 100% and 125% of
the well design discharge rate, and 12-hour recovery period).
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-1
3. Post-Rehabilitation Constant Rate pump testing (12-hour pre-pump static
period, minimum 8-hour pumping duration, 12-hour recovery period).
4. Wire-to-Water efficiency testing (during constant rate testing using the County's
pump only).
5. Water Levels (manometer, electric tape, and data logger).
6. Laboratory Water Quality Pre-and Post-Rehabilitation (dissolved oxygen,
dissolved iron, turbidity, calcium hardness, total hardness, hydrogen sulfide,
sulfate, alkalinity, calcium, magnesium, potassium, ammonia, strontium,
phosphate, silica, boron, bromide, carbonate, bicarbonate, chloride, pH, color
and total coliform bacteria).
7. Field Water Quality Pre- and Post-Rehabilitation (pH, temperature, conductivity,
dissolved oxygen).
8. Geophysical Logging.
9. Pilot Hole (XY Caliper, Gamma Ray, Dual Induction and Spontaneous
Potential).
10. Reamed Hole (XY Caliper and Gamma Ray with Hole Volume).
11. Static (minimum 12-hour static period before logging) and Dynamic (at flow rate
up to 1,000 gpm) Flow Log with Temperature, at the request of the County.
12. Pre- and Post-Rehabilitation Video Survey in Color with a 360 Degree Side View
capability and dynamic (at flow rate up to 1,000 gpm) video survey.
D. Measuring Devices: The Contractor shall provide and operate the following
measurement devices during the applicable portions of the work.
1. Rossum Centrifugal Sand Testing Device.
2. Silt Density Index (SDI) Testing Device.
3. Manometer System.
4. Water Level Pressure Transducer and Logging System (Insitu Troll or equal).
5. Totalizing Flow Meter.
6. Pressure Gauge.
7. Biological Activity Reaction Test (BART), taken during Pre-Rehabilitation
Constant Rate Pump Test, only.
8. Field Water Quality meters (pH, Temperature, Conductivity, Dissolved
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-2
Oxygen).
E.Rehabilitation Methods and Operations: Potential rehabilitation methods may
include, but are not limited to, the following:
1. Application of descaler solution, acidization, chlorination.
2. Acid Contact Times: one (1) hour closed-in wait time; potable water flush; eight
(8) hours closed-in wait time.
3. Liquid Acid Descaler: A minimum of twenty-four (24) hours of contact time
inclusive of agitation.
4. Chlorination Contact Times: A minimum of eighteen (18) hours of contact time
inclusive of agitation.
5. Brushing and swabbing.
6. Jetting.
7. Air and pump development, after rehabilitation as appropriate.
8. Plumbness and alignment testing.
9. Well screen and riser pipe, well pump or wellhead piping installation,
modification or upgrade.
10. Cement placement by tremie or pressure (squeeze) grout methods.
11. Gravel placement by tremie method.
12. Instrumentation or electrical modification/upgrade.
13. Soil Borings or geoprobe sampling, as requested by the County.
14. Well replacement and abandonment of existing well, as directed by County.
15. Two (2)-inch diameter poly vinyl chloride (PVC) riser with 5-foot screened
interval monitor well installation (variable depths).
1.4 WORK SEQUENCE
A.The work sequence may be changed by the County. Change may include
alterations to the order of occurrence, deletions, or additions. The Contractorshall
begin the work within seven calendar days following the completion of permitting
(60 days) and the authorization from the Project Coordinator. The work schedule
and operations shall progress from one site to another in sequence as directed by
the County.
B. General Work Sequence: The following list of work activities is representative of
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-3
general work that will be executed at each of the existing wells requiring
rehabilitation. The Contractor shall coordinate the Contractor's work activities at
each existing well with the Countyto minimize impact to daily utility operations.
1. The County will determine the number of existing wells that can be out of
service at any one time.
2. At no time during the performance of work will the Contractor cause a shutdown
of the County’s water treatment plant(s) or distribution system or interfere with
any other utility(s) operations without the written consent of the County or utility.
3. Well Rehabilitation/Pump Replacement: The following sequence of work is
representative of the work that will be executed by the Contractor's at each well
site.
C. Site Setup:
1. Coordinate work with County Water Treatment Plant (WTP) Superintendent
prior to mobilization.
2. Obtain all permits and authorizations required.
3. Photo document existing site conditions.
4. Removing fencing and establish access to the well site, as needed, for entry
of Contractor's and subcontractors' equipment.
5. Configure storage and work areas as approved by the County and in
compliance with health and safety, wellhead protection and other regulatory
requirements.
6. Secure the work site to prevent public access to the site and ensure that
adjacent residents are not impacted from the use of their property, driveway,
street, etc.
7. Install noise barriers, as necessary.
D. Well/Pump Evaluation:
1. Perform Pre-Rehabilitation Constant Rate Test at production flow rate using the
County’s existing pump and the Contractor's discharge piping.
2. If the County’s pump is not operable, the Contractor shall install a temporary
test pump of comparable size and horsepower to perform the pre-rehabilitation
testing.
3. Shutdown pump and record static water levels during static period prior to pump
testing. Record totalizer reading at the end of the "no pumping" period.
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-4
4. Begin pumping and record pumping rate, water level, discharge pressure, silt
and sand content (minimum of 2 sand and silt content tests) and periodic
totalizer readings.
5. Collect and analyze Field water quality parameters every 15 minutes
throughout pump testing.
6. Perform wire-to-water efficiency test on the County’s pump, if used for pump
testing.
7. Collect Laboratory water quality sample for analysis.
8. Collect Biological Activity Reaction Test (BART) sample.
9. Shutdown pump and begin recovery period.
10. Record water level measurements during the recovery period.
11. Disassemble the County’s Pump and Wellhead
12. Disconnect all controls and electrical power.
13. Remove the production pump, column pipe, and pump motor from the well.
14. Inspect and store the production pump, column pipe, and pump motor in a
manner to prevent contamination or damage.
15. Remove raw water connections, as needed to provide access to the well.
16. Prepare a detailed report for submittal to the County for approval. This report
shall include pictures with findings.
E. Clean and Video Survey Well:
1. Clean the well casing interior using a brushing tool compatible with the casing
material.
2. Circulate casing scale, rust, and other solids from the well and dispose of
developed material based on the Contractor's approved disposal plan and any
applicable regulations and requirements.
3. Install the Contractor's pump (pump size and capacity should be similar to the
County’s pump), video camera, and discharge piping for dynamic video and
manometer/orifice plate for specific capacity testing.
4. Pump at least three well volumes of potable water into the well and continue
pumping until clear static video image can be obtained.
5. Perform color downhole video survey with 360-degree side view rotation. The
video shall show the date and name of the well.
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-5
6. Prepare a detailed report for submittal to the County. This report shall include
a testing summary and pictures with findings.
F. Rehabilitation Recommendation Report:
1. Prepare a detailed report with a summary of all collected well-testing information
with analyses, pictures with findings, and recommended actions.
2. Submit shop drawings with measurements of the proposed recommendation
actions as well as the actual condition.
3. Submit a list of permits to be acquired.
4. Submit a cost estimate of the proposed recommended actions.
5. Submit the draft report to the County for review and comment.
6. Meet with the County to discuss report comments, analyses, and
recommendations.
G. Perform Rehabilitation Action approved by the County.
1. Well Rehabilitation and repair actions are listed above and may be performed
individually or as a group of sequential rehabilitation actions.
2. Pump Rehabilitation will be performed based on materials and specialty
services required on or off-site.
3. Rehabilitation may include geophysical logging to verify well construction,
borehole material and water quality as approved by the County.
4. Re-Install existing or new production pump, column pipe and pump motor.
5. Re-connect information and control and electrical systems.
6. Following the completion of all Rehabilitation action(s), The Contractor shall re-
development the rehabilitated well using air and pump development methods,
as appropriate until the well specific capacity, field water quality and sand and
silt contents have improved and stabilized and as approved by the County.
7. Disinfect the well and obtain regulatory clearances.
8. Demobilize Contractor's equipment and restore the well site to original or better
condition.
H. Post-Rehabilitation Verification (see quality assurance requirements for
acceptable rehabilitation criteria):
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-6
1. Perform Post-Rehabilitation Step-Rate Pumping Test.
2. Shutdown pump and record static water levels during static period prior to pump
testing.
3.Record static water level and totalizer reading at the end of the "no pumping"
period.
4.Begin first step at 50% of design total rated capacity.
5. Record pumping rate, water level, discharge pressure, field water quality, silt
and sand content (minimum of two sand and silt content tests per step) and
totalizer readings at the end of each step before proceeding to the next step.
6. Repeat item 4 for each of the remaining three steps (75%, 100%, and 125% of
design capacity).
7.Shutdown pump and begin recovery period.
8. Record water level measurements during the recovery period.
9. Perform Post-Rehabilitation Constant Rate Test at production flow rate.
10. Shutdown pump and record static water levels during static period prior to
pump testing.
11. Record static water level and totalizer reading at the end of the "no pumping"
period.
12. Begin pumping and record pumping rate, water level, discharge pressure, field
water quality, silt and sand content (minimum of \[4\] sand and silt content tests)
and periodic totalizer readings.
13. Collect and analyze Field water quality parameters every 30 minutes
throughout testing.
14. Collect Laboratory water quality sample for analysis.
15. Shutdown pump and begin recovery period.
16. Record water level measurements during the recovery period.
17. Perform Post-Rehabilitation Video Survey.
18. Perform Casing Plumbness and Alignment Test following verification that the
well meets silt and sand production criteria.
I. Final Rehabilitation Report:
1. Prepare a final rehabilitation report with the efforts, test, analysis, information
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-7
collected, permits, and all recommended actions performed. This report shall
include pictures and shop drawings with measurements of the rehabilitated well.
2. Submit a draft report, tothe County for review and comment.Meetwith the
Countyto discuss the report and receive comments.
3. Prepare a final report for submittal to the County.
J. Replacement Well/ Existing Well Abandonment, if required and approved by
County:
1. Drill a nominal 8-inch diameter pilot borehole to a depth of approximately 150
feet.
a. Collect six split-spoon samples and three discrete 10-foot well point water
samples for laboratory parameters as specified in Section 02635 during
pilot-hole drilling at depths determined by the County, or
b. Perform geoprobe evaluations with continuous split-spoon sampling and a
minimum of three discrete 10-foot well point water samples for laboratory
parameters as specified in Section 02635 at depths determined by the
County inclusive of zone development and drill a nominal 6-inch diameter
pilot hole to a depth of approximately 150 feet for geophysical logging.
2. Collect and deliver cuttings samples/ split-spoon samples to the County.
3. Deliver water quality samples to the approved certified laboratory for water
quality analyses.
4. Perform geophysical logs on the pilot hole including caliper, gamma ray,
spontaneous potential, and 16/64-inch long and short normal resistivity.
5. Within 3 business days of receipt of geophysical logs and well point water
quality analysis results, the County shall inform the Contractor of the outer
casing setting depth, production zone interval, and the total depth of the well.
6. Deliver split spoon samples from the production zone as selected by the County
to the well screen supplier for particle-size analysis and well screen design
recommendations.
7. Abandon pilot hole beneath production zone, if required.
8. Furnish and install surface casing to a depth determined by the Contractor.
9. Ream the pilot borehole to a nominal 48-inch diameter from the depth of the
surface casing to a depth of approximately 100 feet, as determined by the
County.
10. Perform caliper log on reamed hole.
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-8
11. Furnish, install, and cement 36-inch, 0.375 wall thickness steel outer casing to
a depth of approximately 100 feet and grout into place.
12. Ream the pilot borehole to a nominal 36-inch diameter from the bottom of the
outer casing to a depth of approximately 150 feet, as determined by the County.
13. Conduct a caliper log upon completion of the reamed hole.
14. Furnish the County with grain-size analysis of gravel pack and design
recommendations prior to ordering screen and gravel materials.
15. Install stainless steel screen with sump and 24-inch diameter PVC riser pipe
(inner casing) and gravel fill tube assembly, and fill the annular space up from
the base of the well with gravel pack to a depth of 30 feet bls.
16. Perform an alignment test on the inner casing.
17. Develop the well by airlift pumping at rates up to 3,000 gpm.
18. Install a test pump assembly, including settling tank(s), pump and prime mover,
discharge line, orifice manometer and totalizing flowmeter, PVC access pipe,
and check valve in the pump column.
19. Develop the well by pump surging at rates up to 3,000 gpm.
20. Perform a post-rehabilitation step-rate test as described under rehabilitation
above.
21. Perform a post-rehabilitation constant rate test as described under rehabilitation
above.
22. Collect and analyze a laboratory water sample prior to the end of the test.
23. Complete the well by finishing the outer casing, inner casing, and surface casing
to fit the wellhead, pump, and raw water pipeline modifications.
24. Disinfect and clear the well for service.
25. Abandon the existing well in compliance with the South Florida Water
Management District (SFWMD) requirements.
1.5 CONTRACTOR USE OF SITE
A. The County will designate and arrange for the Contractor's use, a portion of the
property for its exclusive use during the term of the Work as a storage and shop
area for rehabilitation and testing operations. At the completion of work, the
Contractor shall grade, sod, and landscape the area to return it to its original
condition as depicted in the existing site photo log provided by the Contractor.
B. The Contractor shall submit for approval by the County, a layout plan showing
staging and storage areas within the designated work area. The Contractor shall
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-9
provide and install a secure fence around the work area.
C. The Contractor's use of the site shall be limited to its rehabilitation and testing
operations, including on-site storage of materials, on-site fabrication facilities, and
field offices.
D. The Contractor shall not use the private property of the surrounding parcels, unless
written permission is obtained from the property County for any work operations. A
copy of the written permission received by the Contractor shall be provided to the
County.
E. Interference With Work On Utilities: The Contractor shall cooperate fully with all
utility forces of the County or forces of other public or private agencies engaged in
the access, relocation, altering, or otherwise rearranging of any facilities that
interfere with or are needed for the progress of the work, and shall schedule the
WORK so as to minimize interference with said access, relocation, altering, or other
rearranging of facilities.
1.6 OUTAGE PLAN AND REQUESTS
A. Unless the Contract Documents indicate otherwise, the Contractor shall not remove
from service, de-energize, or modify settings for any existing operating tank, well,
pipeline, valve, channel, equipment, structure, road, or any other facility without
permission from the County.
1.7 COUNTY USE OF THE SITE
A. The County may utilize all or part of the existing site and facilities during the entire
period of the work to conduct the County's normal operations. The Contractor shall
not impede deliveries to County facilities during the entire period of the work. The
Contractor shall cooperate and coordinate with the County to facilitate the County's
operations and to minimize interference with the Contractor's operations at the
same time. In any event, the Countyshall be allowed access to the site during the
period of the work.
1.8 PROJECT MEETINGS
A. PRECONSTRUCTION MEETING
1. Prior to the commencement of work at the site and within seven (7) days after
the date of commencement stated in the Notice to Proceed, a preconstruction
meeting will be held at a mutually agreed time and place. The meeting shall
be attended by the Contractor's Project Manager, its superintendent, and its
subcontractors as the Contractor deems appropriate. Other attendees will be:
a. Resident Project Representative.
b. Representatives of the County.
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-10
c.Others as requested by Contractor or County.
2. The Contractor shall bring the preconstruction meeting submittals in
accordance with Section 01300 - Submittals.
3. The purpose of the meeting is to designate responsible personnel and establish
a working relationship. Matters requiring coordination will be discussed and
procedures for handling such matters established. The complete agenda will
be furnished to the Contractor prior to the meeting date. However, the
Contractor should be prepared to discuss all of the items listed below.
a. Status of Contractor's insurance and bonds.
b. Contractor's tentative schedules.
c. Transmittal, review, and distribution of Contractor's submittals.
d. Processing applications for payment.
e. Maintaining record documents.
f. Critical work sequencing.
g. Field decisions and Change Orders.
h. Use of Site, and storage areas, security, housekeeping, and County needs.
i. Major equipment deliveries and priorities.
j. Contractor’s Maintenance of Traffic and Site Safety/Security Plans.
k. Contractor's assignments for safety and first aid.
l. Daily Report Form which the Contractor will furnish.
m. Submittal Transmittal Form which the County will furnish.
4. The County will preside at the preconstruction meeting and will arrange for
keeping and distributing the minutes to all persons in attendance.
5. The Contractor and its subcontractors should plan on the meeting taking no
less than one full working day.
B. Progress Meetings
1. The County will schedule and hold regular progress meetings at least monthly
during periods of low activity and more frequently during active periods of
testing and rehabilitation, as requested by the Contractor or as required by the
progress of the WORK. The Contractor, County, and all subcontractors active
at the site shall attend each meeting. The contractor may at its discretion
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-11
request attendance by representatives of its suppliers, manufacturers, and
other subcontractors.
2. The County will preside at the progress meetings and will arrange for keeping
and distributing the minutes. The purpose of the meetings is to review the
progress of the work, maintain coordination of efforts, discuss changes in
scheduling, and resolve other problems that may develop. During each
meeting, the Contractor shall present any issues that may impact its progress
with a view to resolving these issues expeditiously.
1.9 ADMINISTRATIVE AND SUPERVISORY PERSONNEL
A. In addition to a Project Superintendent, the Contractor shall provide a dedicated
Project Manager specific to this project as a supervisor to oversee the proper
performance of the work. The Project Manager shall attend all meetings and have
the authority to make decisions on behalf of the Contractor. The Project Manager
shall visit the site at a minimum once a day to evaluate the work progress and to
prepare a daily job report. The Project Manager shall be responsible for all
coordination, document handling, submittal review and processing, quality control,
and project scheduling. The Project Manager, once assigned, shall not be replaced
without prior consent of the County.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
- END OF SECTION
SUMMARYOFWORK
BROWARDCOUNTY
PAGE01010-12
SECTION 01025 - MEASUREMENT AND PAYMENT
PART 1 -- GENERAL
1.1 SCOPE
A. Payment for the various items of the Item Response Form (Bid Schedule), 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, and incidentals appurtenant to the items of work being
described, as necessary to complete the items of the work all in accordance with
the requirements of the Contract Documents, including all appurtenances thereto,
and including all costs of permits and cost of compliance with the regulations of
public agencies having jurisdiction, including the Occupational Safety and Health
Administration of the U.S. Department of Labor (OSHA). No separate payment will
be made for any item that is not specifically set forth in the Item Response Form,
and all costs therefore shall be included in the prices named in the Item Response
Form for the various appurtenant items of work.
B. The omission of reference to any item of work in this description shall not alter the
intent of the Item Response Form or relieve the Contractor of the necessity of
furnishing such as a part of the Contract.
C. The unit quantities, if any, set forth in the Item Response Form are approximate
and are given to establish a uniform basis for the comparison of Bids. The County
reserves the right to increase or decrease the quantity of any class or portion of
the work during the progress of construction in accordance with these Contract
Documents.
D. The unit prices as provided in the detailed Item Response Form are used for
periodic partial payments for work performed, for determining the value of
additions and/or deletions associated with approved Change Orders to the
Contract, and wherever else reasonable.
E. For bidding purposes, the County has estimated the quantities of materials.The
Contractor shall be paid for only the actual amounts of materials required and
services rendered under these Contract Documents. There is no minimum amount
of work guaranteed. The County reserves the right to cancel the Contract without
any further restitution other than payment for services rendered and material
installed in accordance with the Contract Documents.
F. The Contractor shall account for the construction and testing sequencing of the
rehabilitation work in Bid Schedule development.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-1
1.2 ALLOWANCES
ALLOWANCE FOR NON-BROWARD COUNTY PERMITS AND FEES - Estimated
Annual Amount $7,000.
A. Measurement for permits and fees will be based on the fees actually spent as
indicated by an original receipt submitted to and approved by the County in
accordance with the Contract Documents.
B. Included in this item is an allowance for permit fees paid to agencies other than
Broward County. The local municipalities, South Florida Water Management
District, Florida Power and Light, or other permitting entity’s permit and inspection
fees may include but are not limited to: Construction Permits, Building Permits,
Electrical Permits, Plumbing Permits, Mechanical Permits, Discharge Permits and
any other associated permit costs as deemed necessary. The Contractor shall not
add any markup or overhead charges to these fees. The price of the fee paid to
the respective permitting agency shall be full compensation to the Contractor. All
amounts remaining in this account upon completion of the project shall be credited
to the County. Documentation verifying actual costs shall be submitted by the
Contractor with the payment request.
ALLOWANCE FOR MAINTENANCE OF TRAFFIC (MOT) - Estimated Annual Amount
$3,000.
A. Measurement for Maintenance of Traffic (MOT) will be based on the fees actually
spent with the approval of the County, in accordance with the Contract Documents.
B. Included in this item is an allowance for equipment, services, and personnel, with
traffic control and protective devices, as required to expedite vehicular traffic flow
around the working area where Maintenance of Traffic will be required. A copy of
the invoice(s) shall be submitted with the Contractor's invoice for payment. No
markup shall be allowed.
ALLOWANCE FOR MISCELLANEOUS PARTS AND MATERIALS - Estimated Annual
Amount $150,000
A. Measurement for the Contractor’s purchase of miscellaneous parts and fittings as
requested by the County will be based on the actual spent value of parts and fittings
spent by the Contractor as indicated by an original receipt submitted to and
approved by the County in accordance with the Contract Documents.
B. This item is intended for specialized small parts and fittings and procurement of
items not stocked in the County’s warehouse that are needed to avoid delays
associated with placing wells back into service to meet the demand for treated
water.
C. Included in this item is an allowance for the Contractor’s purchase of miscellaneous
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-2
parts and fittings as requested by the County. The Contractor shall not add any
markup or overhead charges to the purchase price. The purchase price of the
part(s), above-ground pipe, fitting(s), valves, accessories (mechanical, structural,
electrical), control panels, control systems, valves, and instrumentation shall be full
compensation to the Contractor. Documentation verifying actual costs shall be
submitted by the Contractor with the payment request.
ALLOWANCE FOR SPECIALTY SUBCONTRACTOR SERVICES – Estimated Annual
Amount $20,000
A. This pass-thru line will allow the Contractor to hire specialized contractual services
to perform activities not identified in the bid, but related to the scope of work,
includingengagement of specialty subcontractors to engage specialized contractual
services after obtaining written approval from the Project Manager.
B. Payment for specialized subcontractor activities shall be reimbursed to the
Contractor utilizing this "pass-thru" line item. Such activities not identified in the bid,
but related to the scope of work shall include but are not limited to, demolition,
concrete,metals,welding,plumbing, mechanical, special construction,
instrumentation, and electrical. The Contractor will invoice the County for
reimbursement. A copy of the subcontractor’s invoice(s) shall be submitted with the
Contractor's invoice for payment. No markup shall be allowed on the sub-
contractor’s fees and/or invoices.
1.3 MEASUREMENTS – GENERAL
A. Units of measure shown on the Item Response Form shall be as follows unless
otherwise specified in the Contract Documents.
UNITMEASUREMENT
CFCubic Feet –Field Count
SYSquare Yards – Field Count
CY Cubic Yards – Field Count
EAPer Each – Field Count
HRHours – Number of hours of work performed as
documented by the County
LF Linear Feet –Field Count
LS Lump Sum – Unit is one. No measurement will be made.
1.4 ITEM01 - SITE MOBILIZATION/DEMOBILIZATION FOR NEW WELL
CONSTRUCTION WORK
A.Measurement for mobilization and demobilization will be based upon the number
of new wells to be constructed all in accordance with the Contract Documents.
B. Payment for well site mobilization/ demobilization for new well construction work
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-3
which includes, the performance of pre-mobilization condition documentation,
coordination of sub-consultant services, transportation of equipment and
materials, establishment and release of site access and storage (not including
permit fees), installation, monitoring and removal of temporary environmental
controls, establishment and release of traffic control, setup and teardown of
temporary containment, drilling pads, settling tanks, pumping equipment, filtering
equipment, and piping, establishment, and restoration of existing facility protection
measures, and development and administration of health and safety and hurricane
preparedness programs will be made at the per EACH price named in the Item
Response Form, which price shall constitute full compensation for the work of
modifying, monitoring, and restoring site conditions in accordance with the
Contract Documents. Payment for well site mobilization/ demobilization for
rehabilitation work does not include delivery, setup, use and removal of a drilling
rig which is covered under a separate line item.
C. Payment for mobilization will be limited to 60 percent of the per EACH price
provided in the Item Response Form. Payment for demobilization shall constitute
the remaining 40 percent of the per EACH price provided in the Item Response
Formand is predicated on the completion of well rehabilitation activities and site
restoration in accordance with the Contract Documents.
1.5 ITEM 02- TWO-HOUR (PRE-REHABILITATION) CONSTANT RATE TESTING
WITH COUNTY’S PUMP
A. Measurement for pre-rehabilitation constant rate testing with the County’s pumping
facilities will be based on the number of pre-rehabilitation constant rate pumping
tests performed with the County’s pumping facilities.
B. Payment for pre-rehabilitation constant rate testing with the County’s pumping
facilities will be made at the per EACH unit price named in the Item Response
Form which unit price shall constitute full compensation for the pre-rehabilitation
constant rate test inclusive of monitoring and documentation of pump flow rate and
static, pumping and recovery water levels, collection and documentation of sand
and silt content, performance and documentation of wire-to-water pump testing,
collection and laboratory analysis of water quality sample, and collection and
analysis of BARTs testing, labor and all other required monitoring and testing all
in accordance with the Contract Documents. The Contractor shall submit a final
report with pictures, drawings as well any other necessary information.
C.No payment will be made for standby time during pre-pumping static and post-
pumping recovery periods, time spent transporting and setting up equipment and
facilities, nor time, equipment or materials used in a test aborted due to power
failure, malfunction of pumping equipment, potential damages caused by
discharge or malfunction of measuring devices.
1.6 ITEM 03 - DISCONNECT, REMOVE, AND INSPECT COUNTY’S PUMP FACILITIES
A. Measurement for disconnection, removal and inspection of the County’s pump
facilities will be based on the number of pump facilities removed and inspected.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-4
B. Payment for removal and inspection of the County’s pump facilities will be made at
the per EACH unit price named in the Item Response Form which unit price shall
constitute full compensation for all labor, heavy equipment, disconnection of
electrical and instrumentation and controls, Disconnection of raw water piping,
meters and gauges, removal of the pump and pump column pipe from the well, and
storage and inspection of pump facilities all in accordance with the Contract
Documents. A final report shall be submitted with pictures and findings.
1.7 ITEM 04 - CLEAN AND VIDEO SURVEY WELL CASING AND PRODUCTION
INTERVAL
A. Measurement for cleaning and videoing the well casing and production interval will
be based on the number of times a casing cleaning and video survey are
collectively performed by the Contractor to evaluate the well condition.
B. Payment for cleaning and video tapping the well casing and production interval will
be made at the per EACH unit price named in the Item Response Form which unit
price shall constitute full compensation for all labor, equipment, and materials
needed, brushing and swabbing of the casing and open hole, removal of
containment and materials, and proper disposal of loosened debris from the well,
installation of temporary pumping facilities comparable to County’s existing
facilities, clearing the well for the video survey, and performing the pre-rehabilitation
video survey all in accordance with the Contract Documents. The Contractor shall
submit with the video a final report including pictures with findings, as well as any
other necessary information.
1.8 ITEM 05 - VIDEO SURVEY OF CASING AND PRODUCTION INTERVAL
A. Measurement for the video surveying of the casing and production interval will be
based on the number of individual occurrences of video surveying that not
incorporated in any other activity, as requested by the Countyduring rehabilitation
efforts, and assumes that no additional mobilization activities are required.
B. Payment for video surveying of the casing and production interval will be made at
the per EACH unit price named in the Item Response Form which unit price shall
constitute full compensation for all labor, equipment and materials needed for the
pre-video clearance of the well, video surveying from the top to the bottom of the
well, and submittal of completed surveys to the County all in accordance with the
Contract Documents. The Contractor shall submit a final report with the video
survey including pictures with findings, as well as any other necessary information.
C. No payment shall be made for standby time, right, or pump charges while video
surveying is in progress. If the County determines that the video is unacceptable
due to poor quality, the Contractor shall provide all necessary materials,
equipment, subcontractors, and crew to perform additional surveys to the
satisfaction of the County.
1.9 ITEM 06 - CASING BRUSHING AND SWABBING
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-5
A. Measurement for casing brushing and swabbing will bebased on the number of
individual occurrences of casing brushing and swabbing that are not incorporated
in any other activity, as requested by the County during rehabilitation efforts, and
assumes that no additional mobilization activities are required.
B. Payment for casing brushing and swabbing will be made at the per EACH unit price
named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment, and materials needed for the brushing,
swabbing, debris removal, storage, discharge and clearing of turbid water from the
well all in accordance with the Contract Documents.
1.10 ITEM 07 - WIRE-TO-WATER PUMP EFFICIENCY TEST
A. Measurement for a wire-to-water pump efficiency test will be based on the number
of individual occurrences of testing that not incorporated in any other activity, as
requested by the County during rehabilitation efforts and assumes that no
additional mobilization activities are required.
B. Payment for a wire-to-water pump efficiency test will be made at the per EACH
unit price named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials needed, level transducers
voltage of each leg with calculation of overall system efficiency with incidentals
necessary to perform wire-to-water pump efficiency testing and submit a report of
results all in accordance with the Contract Documents.
C. No payment will be made for standby time during pre-pumping static and post-
pumping recovery periods, time spent transporting and setting up equipment and
facilities, nor time, equipment or materials used in a test aborted due to power
failure, malfunction of pumping equipment, potential damages caused by
discharge or malfunction of measuring devices.
1.11 ITEM 8 - BIOLOGICAL ACTIVITY REACTION TESTS (BART)
A. Measurement for the performance of a BART will be based on the number of
individual occurrences of testing that are not incorporated in any other activity, as
requested by the Countyduring rehabilitation efforts, and assumes that no
additional mobilization activities are required.
B. Payment for BART will be made at the per EACH unit price named in the Item
Response Formwhich unit price shall constitute full compensation for all labor,
equipment, and materials needed to perform BART in accordance with the
Contract Documents.
1.12 ITEM 09 - WATER QUALITY SAMPLE AND LABORATORY ANALYSES
A. Measurement for water quality sample collection and laboratory analyses will be
based on the number of individual occurrences of sample collection and analyses
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-6
that are not incorporated in any other activity, as requested by the Countyduring
rehabilitation efforts, and assumes that no additional mobilization activities are
required.
B.Payment for water sample collection and laboratory analyses will be made at the
per EACH unit price named in the Item Response Formwhich unit price shall
constitute full compensation for all labor, equipment, and materials needed to
collect and analyze the water sample for the parameters listed in Section 02635 –
Well Development and Sampling, 3.1A4 all in accordance with the Contract
Documents.
1.13 ITEM 10 - PRODUCTION SAND TESTING
A. Measurement for production sand testing will be based on the number of individual
sand tests performed that are not incorporated in any other activity as a
requirement, as requested by the County during rehabilitation efforts, and
assumes that no additional mobilization activities are required.
B. Payment for production sand testing will be made at the per EACH unit price
named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment, and materials needed to quantify the sand
produced during well pumping all in accordance with the Contract Documents.
1.14 ITEM 11 - PRODUCTION SILT DENSITY INDEX (SDI) TESTING (per well; min 4
valid samples)
A. Measurement for SDI testing will be based on the number of individualSDI tests
performed that are not incorporated in any other activity as a requirement, and
submittal of the SDI filter disks for the completed test, as requested by the County
during rehabilitation efforts and assumes that no additional mobilization activities
are required.
B. Payment for SDI testing will be made at the per EACH unit price named in the Item
Response Form which unit price shall constitute full compensation for all SDI
equipment, assembly, labor, equipment, and materials needed to quantify the silt
produced during well pumping all in accordance with the Contract Documents.
C. The County may independently run SDI testing to verify Contractor results. If
Countyresults for the same pump test period differ more than 25 percent from the
Contractor’s results, the Contractor will not be paid for the unverified test.
1.15 ITEM 12 - WATER LEVEL MONITORING WITH PRESSURE TRANSDUCER AND
LOGGING UNIT
A. Measurement for water level monitoring using a pressure transducer and logging
unit will be based on the number of individual occurrences of transducer/logging
unit installations performed that are not incorporated in any other activity, as
requested by the County during rehabilitation efforts and assumes that no
additional mobilization activities are required.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-7
B. Payment for water level monitoring using a pressure transducer and logging unit
will be made at the per EACH unit price named in the Item Response Form which
unit price shall constitute full compensation for all labor, equipment, and materials
installed and removed in a well to monitor water levels and the water level data
downloaded from the logging unit and submitted to the County all in accordance
with the Contract Documents.
C. The pre-rehabilitation constant rate test inclusive of monitoring and documentation
of pump flow rate and static, pumping and recovery water levels, Collection and
documentation of sand and silt content, performance and documentation of wire-
to-water pump testing, collection and laboratory analysis of water quality sample,
and collection and analysis of BARTs testing.
1.16 ITEM 13 - TWO-HOUR CONSTANT RATE PUMP TEST WITH CONTRACTOR’S
PUMPING EQUIPMENT
A. Measurement for conducting a 2-hour constant rate pump test with the
Contractor’s pumping equipment will be based on the number of individual
occurrences of a 2-hour constant rate test with the Contractor’s pumping facilities
that are not incorporated in any other activity, as requested by the Countyduring
rehabilitation efforts Contractor’s pump will be used and no additional mobilization
activities are required.
B. Payment for conducting a 2-hour constant rate pump test will be made at the per
EACH unit price named in the Item Response Form which unit price shall
constitute full compensation for all labor, equipment and materials necessary to
record flow, flow rates, field water quality, water levels, and sand and silt
production, and summarize and submit recorded pump test information to the
County all in accordance with the Contract Documents.
C. No payment will be made for standby time during pre-pumping static and post-
pumping recovery periods, time spent transporting and setting up equipment and
facilities, nor time, equipment or materials used in a test aborted due to power
failure, malfunction of pumping equipment, potential damages caused by discharge
or malfunction of measuring devices.
1.17 ITEM 14 - REHABILITATION RECOMMENDATION REPORT
A. Measurement for the preparation of a rehabilitation recommendation report will be
based on the number of reports submitted by the Contractor and accepted by the
County.
B. Payment for the preparation of a rehabilitation recommendation report will be made
at the per EACH unit price named in the Item Response Formwhich unit price shall
constitute full compensation for the summarization of the flow, water level, sand
and silt production, water quality, and wire-to-water information collected by the
Contractor during pump testing, documentation of the pump, pump column, raw
water piping andwellhead evaluation findings by the Contractor, documentation,
assembly, recommended actions, shop drawings with measurements of the
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-8
proposed recommendation actions as well with the actual condition, pictures with
findings, rehabilitation cost estimate, permits needed, coordination with other
agencies or entities, attendance at one meeting, and all in accordance with the
Contract Documents.
1.18 ITEM 15 - POST REHABILITATION REPORT
A. Measurement for the preparation of a post rehabilitation report will be based on the
number of reports submitted by the Contractor and accepted by the County.
B. Payment for the preparation of a post rehabilitation report will be made at the per
EACH unit price named in the Item Response Form which unit price shall constitute
full compensation for the summarization of all the efforts involved during the
rehabilitation (test, analysis, etc.), description of all implemented rehabilitation
actions, shop drawings of the rehabilitated well with measurements, pictures,
permits, attendance at one meeting and all in accordance with the Contract
Documents.
1.19 ITEM 16 - CASING AND SCREEN/ OPEN HOLE JETTING
A. Measurement for casing and screen/open hole jetting will be based on the number
of individual occurrences of jetting operations performed during rehabilitation
efforts and authorized by the Project Coordinator.
B. Payment for casing and screen/open hole jetting will be made at the per EACH
unit price named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials to jet, circulate, and discharge
water as necessary to clean the well all in accordance with the Contract
Documents.
1.20 ITEM 17 - ACIDIZATION OF SCREEN/ OPEN HOLE INTERVAL
A. Measurement for acidization of the screen/open hole interval of the well will be
based on the number of individual occurrences of acidization operations performed
during rehabilitation efforts.
B.Payment for acidization of the screen/open hole interval of the well will be made at
the per EACH unit price named in the Item Response Formwhich unit price shall
constitute full compensation for all labor, equipment and materials, holding and
mixing tanks, and chemicals as necessary to clean the well and neutralize the
discharge all in accordance with the Contract Documents.
1.21 ITEM 18 - CO2 INJECTION INTO THE WELL
A. Measurement for CO2 injection into the well will be based on the number of
individual occurrences of CO2 injection operations performed during rehabilitation
efforts and authorized by Project Coordinator.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-9
B. Payment for CO2 injection will be made at the per EACH unit price named in the
Item Response Form which unit price shall constitute full compensation for all
labor, equipment and materials, all injection licensing required, holding and mixing
tanks, gravel, cement, monitoring equipment, and chemicals as necessary to clean
the well and neutralize the discharge all in accordance with the Contract
Documents.
1.22 ITEM 19 - CHLORINATION WITH SWABBING OF WELL CASING AND
SCREEN/ OPEN HOLE
A. Measurement for chlorination of the well with swabbing will be based on the
number of individual occurrences of chlorination and swabbing operations
performed during rehabilitation effortsand authorized by the Project Coordinator.
B. Payment for chlorination will be made at the per EACH unit price named in the
Item Response Form which unit price shall constitute full compensation for all
labor, equipment, materials, holding and mixing tanks, and chemicals as
necessary to clean the well and neutralize the discharge all in accordance with the
Contract Documents.
1.23 ITEM 20 - PRESSURE GROUT "CEMENT SQUEEZE"
A. Measurement for cement squeeze operations will be based on the number of
individual occurrences cement squeeze operations performed during rehabilitation
efforts and authorized by Project Coordinator.
B. Payment for cement squeeze operations will be made at the per EACH unit price
named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials, installation and removal of
gravel, cement basket placement and other processes to place under pressure
up to 40 cubic feet of cement as necessary to seal the base of the well casing
all in accordance with the Contract Documents.
1.24 ITEM 21- WELL DEVELOPMENT AIRLIFT (Completion Requirement: Sand <5ppm)
A. Measurement for airlift development operations will be based on the number of
hours spent airlift developing a well following rehabilitation efforts.
B. Payment for airlift development operations will be made at the per HOUR unit price
named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials, settling tanks, temporary
piping, erosion control measures, testing, transportation and other activities as
necessary to develop the well all in accordance with the Contract Documents.
1.25 ITEM 22 - WELL DEVELOPMENT PUMPING (Completion Requirement: Sand
<1ppm;SDI<3)
A. Measurement for pump development operations will be based on the number of
hours spent pump developing a well following rehabilitation efforts.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-10
B. Payment for pump development operations will be made at the per HOUR unit
price named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials, settling tanks, temporary
piping, erosion control measures, testing, and other activities as necessary to
develop the well all in accordance with the Contract Documents.
1.26 ITEM 23 - OPEN HOLE DRILLING AND CLEANING (Assume 30 feet Open Hole for
20 wells)
A. Measurement for re-drilling and cleaning the open hole of an existing well will be
based on the number of linear feet drilled and cleaned as part of rehabilitation
efforts.
B. Payment for re-drilling and cleaning an existing well open hole will be made at the
LINEAR FOOT unit price named in the Item Response Form which unit price shall
constitute full compensation for all labor, equipmentand materials, settling tanks,
temporary piping and other activities as necessary to re-drill and clear the well
open hole all in accordance with the Contract Documents.
1.27 ITEM 24 - DRILL NEW WELL (Assume pilot and ream for 6, 24” production wells
to 120 feet)
A. Measurement for drilling a new 24-inch diameter production well will be based on
the number of linear feet of well inclusive of open hole interval are drilled.
B. Payment for drilling a new 24-inch diameter production well will be made at the
LINEAR FOOT unit price named in the Item Response Form which unit price shall
constitute full compensation for all labor, equipment, and materials, drilling rig and
crew, settling tanks, temporary piping, lithologic/ core and water sample collection,
geophysical logging, casing, casing cementing as described in Section 01010 –
Summary of Work, 1.4J and in accordance with all other sections applicable to
production well installation as necessary to drill and ream the pilot hole to the
selected total depth of the well as determined by the County all in accordance with
the Contract Documents.
1.28 ITEM 25 - FURNISH AND INSTALL TEMPORARY DISCHARGE PIPING - ABOVE
GRADE
A. Measurement for furnishing and installing temporary discharge piping above
ground will be based on the number of linear feet of temporary discharge piping
installed as part of rehabilitation efforts.
B. Payment for furnishing and installing temporary discharge piping above ground will
be made at the LINEAR FOOT unit price named in the Item Response Formwhich
unit price shall constitute full compensation for all labor, equipment and materials,
traffic control ramps and other public safety requirements necessary to furnish and
install temporary discharge piping above ground all in accordance with the
Contract Documents.
1.29 ITEM 26 - FURNISH AND INSTALL TEMPORARY DISCHARGE PIPING – BELOW
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-11
GRADE
A. Measurement for furnishing and installing temporary discharge piping below
ground will be based on the number of linear feet of temporary discharge piping
installed as part of rehabilitation efforts.
B.Payment for furnishing and installing temporary discharge piping below ground will
be made at the LINEAR FOOT unit price named in the Item Response Form which
unit price shall constitute full compensation for all labor, equipment and materials,
excavation, fill, grading, abandonment, removal and other requirements necessary
to furnish and install temporary discharge piping below ground and maintain public
safety all in accordance with the Contract Documents.
1.30 ITEM 27 - 8-HOUR, 4-STEP STEP RATE PUMPING TEST(8 Sand; 8 SDI Tests)
A. Measurement for an 8-hour, 4-step step rate pumping test will be based on the
number of uninterrupted 8-hour, 4-step step rate pumping tests successfully
performed inclusive of a minimum of two silt and sand content tests per step all in
accordance with the Contract Documents.
B. Payment for an 8-hour, 4-step step rate pumping test will be made at the per EACH
unit price named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials, pumping facilities, meters,
readings, field water quality tests, static and recovery periods, documentation and
other requirements necessary to complete the step rate pumping test all in
accordance with the Contract Documents. The Contractor shall submit a report
with the results.
C. No payment will be made for standby time during pre-pumping static and post-
pumping recovery periods, time spent transporting and setting up equipment and
facilities, nor time, equipment or materials used in a test aborted due to power
failure, malfunction of pumping equipment, potential damages caused by
discharge or malfunction of measuring devices.
1.31 ITEM 28 - 8-HOUR CONSTANT RATE PUMPING TEST (8 Sand; 8 SDI Tests; Final
WQ)
A. Measurement for an 8-hour constant rate pumping test will be based on the
number of uninterrupted 8-hour constant rate pumping tests successfully
performed inclusive of a minimum of four silt and sand content tests and laboratory
water quality sample all in accordance with the Contract Documents.
B.Payment for an 8-hour constant rate pumping test will be made at the per EACH
unit price named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials, pumping facilities, meters,
readings, field water quality tests, laboratory water quality sample collection and
analyses, static and recovery periods, documentation and other requirements
necessary to complete the constant rate test all in accordance with the Contract
Documents. The Contractor shall submit a report with the results.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-12
C. No payment will be made for standby time during pre-pumping static and post-
pumping recovery periods, time spent transporting and setting up equipment and
facilities, nor time, equipment, or materials used in a test aborted due to power
failure, malfunction of pumping equipment, potential damages caused by
discharge or malfunction of measuring devices.
1.32 ITEM 29 – VIDEO SURVEY OF WELL CASING AND OPEN HOLE/SCREEN
POST-REHABILITATION
A. Measurement for a video of the well casing and production interval following
successful rehabilitation will be based on the number of times a video survey of
the well casing and production interval is performed.
B. Payment for a video of the well casing and production interval will be made at the
per EACH unit price named in the Item Response Form which unit price shall
constitute full compensation for clearing the well for the video survey and
performing the post-rehabilitation video survey all in accordance with the Contract
Documents. The Contractor shall submit a report with pictures and findings.
1.33 ITEM 30 - REINSTALL SURFICIAL WELLHEAD, COLUMN PIPE, AND
WELL PUMP WITH MOTOR AND ACCESSORIES
A. Measurement for reinstallation and reconnection ofthe County’s pump facilities
inclusive of wellhead, column pipe and well pump with motor and accessories will
be based on the number of individual pump facilities reinstalled and reconnected
by the Contractor, as requested by the County, during rehabilitation efforts and
assumes that no additional mobilization activities are required.
B. Payment for reinstallation and reconnection of the County’s pump facilities will be
made at the per EACH unit price named in the Item Response Form and submittal
of the Well Pump And Motor Identification Information sheet which unit price shall
constitute full compensation for all labor, equipment and materials, mobilization,
performing all work, cleanup and demobilization with a crane, transportation of
items from temporary storage to the site, removing the temporary well cover,
reinstalling the surficial wellhead with sanitary seal, column pipe and well pump
with motor including level transducers and stilling wells, furnish and install new
column gaskets and restraint splines for PVC Certa-Lok or equal column pipe,
furnish and install electrical splices, megger test readings before and after
installing pump with motor, conduit and electrical connections and sealing conduits
to prevent water from entering electrical panel, coordination of lock-out and tag-
out and other all incidentals necessary to complete the work all in accordance with
the Contract Documents.
C.The Well Pump andMotor Identification Information sheet shall include pump
facility megger readings before and after removal, length and diameter of column
pipe, and depth of level transducer.
1.34 ITEM 31 - DISINFECT WELL AND PUMP FACILITIES FOR HEALTH
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-13
DEPARTMENT CLEARANCE
A. Measurement for the disinfection ofthe County’s well and pump facilities per
ANSI/AWWA C654-03 and FDEP Chapter 62-555, FAC will be based on the
number of disinfections performed on the County’s well and pump facilities
reinstalled.
B. Payment for disinfection of the County’s well and pump facilities will be made at
the per EACH unit price named in the Item Response Form which unit price shall
constitute full compensation for all labor, equipment and materials, chemicals,
holding and mixing tanks, piping, and other activities required to disinfect the
County’s well and pump facilities all in accordance with the Contract Documents.
1.35 ITEM 32 - BACTERIOLOGICAL TESTING FOR HEALTH DEPARTMENT
CLEARANCE (EACH EVENT)
A. Measurement for bacteriological testing for health department clearance will be
based on the number of successful events that satisfied health department
clearance requirements.
B. Payment for bacteriological testing for health department clearance will be made
at the per EACH unit price named in the Item Response Form which unit price
shall constitute full compensation for all labor, equipment and materials, sample
collection and analyses and all other incidentals required to satisfy the health
department clearance requirements all in accordance with the Contract
Documents.
C. If health department clearance requirements are not satisfied because of failed
test results, the Contractor shall pay all costs associated with the failed test results.
If the chain of custody is broken, Bacteriological testing will be performed again at
the Contractor’s expense.
D. Bacteriological tests shall be performed as directed by the County once or twice a
day, per well, at the specified interval to obtain a Health Department clearance.
Sampling shall be done by certified and trained personnel and shall include both
weekday and weekend sample collection. The samples shall be properly stored
and an unbroken chain of custody shall be established and documented.
1.36 ITEM 33 - FURNISH AND INSTALL CEMENT WELL PAD, HEAD, SUPPORT OR
PEDESTAL
A. Measurement for furnish and install cement well pad, head, support or pedestal
will be based on the quantity of cubic yard pour during constructionefforts.
B. Payment for furnish and install cement on well pad, head, support or pedestal will
be made at the cubic yard unit price named in the Item Response Form which unit
price shall constitute full compensation for all labor, equipment and materials,
formation of a new structure, and all other placement facilities and materials to
establish a new well pad all in accordance with the Contract Documents.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-14
1.37 ITEM 34 - REPLACE EXISTING WELLHEAD WITH NEW 316 SS WITH 8-INCH
DIAMETER DISCHARGE
A. This item would be preceded by the Item “Disconnect and Remove County’s Pump
Facilities” and followed by Item “Reinstall Surficial Wellhead, Column Pipe and
Well Pump with Motor and Accessories” above.
B. Measurement for replacement of an existing wellhead with new 316 Stainless Steel
with 8-inch diameter discharge will be based on the number of wellheads replaced
during rehabilitation efforts.
C. Payment for replacement of an existing wellhead with new 316 Stainless Steel with
8- inch diameter discharge will be made at the per EACH unit price named in the
Item Response Form which unit price shall constitute full compensation for all
labor, equipment and materials to replace the wellhead and notification to the
Health Department fourteen (14) days prior to wellhead replacement all in
accordance with the Contract Documents.
1.38 ITEM 35 - REPLACE EXISTING WELLHEAD WITH NEW 316 SS WITH 10-
INCH DIAMETER DISCHARGE
A. This item would be preceded by the Item “Disconnect and Remove County’s Pump
Facilities” and followed by Item “Reinstall Surficial Wellhead, Column Pipe and
Well Pump with Motor and Accessories” above.
B. Measurement for replacement of an existing wellhead with new 316 Stainless Steel
with10-inch diameter discharge will be based on the number of wellheadsreplaced
during rehabilitation efforts.
C. Payment for replacement of an existing wellhead with new 316 Stainless Steel with
10- inch diameter discharge will be made at the per EACH unit price named in the
Item Response Form which unit price shall constitute full compensation for all
labor, equipment and materials to replace the wellhead and notification to the
Health Department fourteen (14) days prior to wellhead replacement all in
accordance with the Contract Documents.
1.39 ITEM 36 - REPLACE EXISTING WELLHEAD WITH NEW 316 SS WITH 12-
INCH DIAMETER DISCHARGE
A. This item would be preceded by the Item “Disconnect and Remove COUNTY’s
Pump Facilities” and followed by Item “Reinstall Surficial Wellhead, Column Pipe
and Well Pump with Motor and Accessories” above.
B. Measurement for replacement of an existing wellhead with new 316 Stainless Steel
with 12-inch diameter discharge will be based on the number of wellheadsreplaced
during rehabilitation efforts.
C.Payment for the replacement of an existing wellhead with new 316 Stainless Steel
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-15
with a 12-inchdiameter discharge will be made at the per EACH unit price named
in the Item Response Form which unit price shall constitute full compensation for
all labor, equipment, and materials to replace the wellhead and notification to the
Health Department fourteen (14) days prior to wellhead replacement all in
accordance with the Contract Documents.
1.40 ITEM 37 - FURNISH AND INSTALL NEW 3-INCH DIAMETER SS PIPE
SUPPORT THREAD BELL ADJUSTABLE UP TO 4 FEET HEIGHT
A.Measurement for replacement of an existing pedestal with new 3-inch diameter
Stainless Steel (SS) pipe support thread bell adjustable up to 4 feet height will be
based on the number of pedestals replaced during rehabilitation efforts.
B. Payment for the replacement of an existing pedestal with a new 3-inch diameter
Stainless Steel pipe support will be made at the per EACH unit price named in the
Item Response Form which unit price shall constitute full compensation for all labor,
equipment, and materials to replace the existing pedestal.
1.41 ITEM 38 - PUMP MOTOR RETRIEVAL
A. Measurement for pump motor retrieval will be based on the number of hours
spent retrieving pump motors performed by the Contractor.
B. Payment for pump motor retrieval will be made at the per HOUR unit price named
in the Item Response Form which unit price shall constitute full compensation for
all labor, equipment and materials, crane and crew, video camera, fishing and
removal of pump motor, transportation of motor from the well to storage as
approved by the County, securing of the wellhead and all other incidentals
necessary to retrieve the motor all in accordance with the Contract Documents.
1.42 ITEM 39 - WELDING ON SITE
A.Measurement for welding on-siteby a certified welder will be based on the number
of hours spent by a certified welder performing welding services at the well site.
B. Payment for welding at the site by a certified welder will be made at the per HOUR
unit price named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials and certified welders all in
accordance with the Contract Documents.
1.43 ITEM 40 - WELDING AT A MACHINE SHOP
A.Measurement for welding at a machine shop by a certified welder will be based on
the number of hours spent on welding at the machine shop.
B. Payment for welding off site performed by a certified welder will be made at the
per HOUR unit price named in the Item Response Formwhich unit price shall
constitute full compensation for all equipment and materials necessary for welding
to occur off-site, all in accordance with the Contract Documents.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-16
1.44 ITEM 41 - PUMP DISASSEMBLY AND INSPECTION IN SHOP
A.Measurement for pump disassembly and inspection in the shop will be based on
the number of pump dis-assembliesand inspections performed.
B. Payment for pump disassembly and inspection will be made at the per EACH unit
price named in the Item Response Formwhich unit price shall constitute full
compensation for all labor, equipment, and materials, pickup and delivery of the
pump back to the County, written pump report and all incidentals necessary to
inspect the pump all in accordance with the Contract Documents.
C. Pump Report shall include the well number, pump manufacturer, pump size, pump
speed, pump serial number, photographs, detailed deficiencies, and
recommendations for repair with associated costs.
1.45 ITEM 42 - PUMP MAINTENANCE IN THE SHOP
A. Measurement for pump maintenance in the shop, which shall follow and not include
work accounted for in the pay item above (Pump Disassembly and Inspection), will
be based on the number of hours spent performing pump maintenance.
B. Payment for pump maintenance in the shop will be made at the per HOUR unit
price named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment, and materials necessary to perform pump
maintenance in the shop and pick up and deliver the pump back to the County all
in accordance with the Contract Documents.
C. Replacement of shafts, bearings, wear rings, adapters, etc. shall be paid for under
pay item (Misc. Parts and Fittings Supplied by Contractor) below.
1.46 ITEM 43 - TRIM IMPELLER IN THE SHOP
A.Measurement for trimming an impeller in shop as directed by the Countywill be
based on the number of impellers trimmed.
B. Payment for impeller trimming in the shop will be made at the per EACH unit price
named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment and materials necessary to trim impellers all
in accordance with the Contract Documents.
1.47 ITEM 44 - PUMP MOTOR MAINTENANCE (ASSUME IN SHOP)
A.Measurement for pump motor maintenance in the shop will be based on the
number of hours spent performing pump maintenance.
B. Payment for pump motor maintenance in the shop will be made at the per HOUR
unit price named in the Item Response Form which unit price shall constitute full
compensation for alllaborequipment and materials necessary to perform pump
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-17
motor maintenance in the shop, pick up and deliver the pump back to the County
all in accordance with the Contract Documents.
C. Examples of work shall include but not be limited to, motor diagnostics and
disassembly; if the motor is acceptable for use then the work shall include but not
be limited to re-potting connections in the motor or re-splicing cables.
1.48 ITEM 45 - FURNISH AND INSTALL SS WELL MOTOR SAFETY CABLES AND
APPURTENANCES 60 TO 80-FEETDEEP
A.Measurement for furnishing and installing stainless steel well motor safety cables
and appurtenances up to 80 feet deepwill be based on the number of installations
of stainless steel well motor safety cables performed.
B. Payment for pump furnished and installed stainless steel well motor safety cables
will be made at the per EACH unit price named in the Item Response Form which
unit price shall constitute full compensation for all labor, equipment and materials,
welding and fastening, and other incidentals necessary to furnish and install
stainless steel well motor safety cables all in accordance with the Contract
Documents.
1.49 ITEM 46 - SITE GRADING (BULLDOZER AND CREW)
A.Measurement for the performance of site grading with a bulldozer and crew will be
based on the number of hours spent performing site grading.
B. Payment for the performance of site grading with a bulldozer and crew will be made
at the per HOUR unit price named in the Item Response Form which unit price
shall constitute full compensation for all labor equipment, materials, and crew
necessary to perform site grading all in accordance with the Contract Documents.
1.50 ITEM 47 - SOD REPLACEMENT WITH CREW
A.Measurement for sod replacement with a crew will be based on the number of
square yards of sod placed.
B. Payment for sod replacement with the crew will be made at the per SQUARE
YARD unit price named in the Item Response Form which unit price shall constitute
full compensation for all labor, equipment, materials, and thecrew necessary to
re-sod areas disturbed by the Contractor or as required by the County all in
accordance with the Contract Documents.
1.51 ITEM 48 - SITE FILL MATERIAL
A.Measurement for site fill material will be based on the number of cubic yards of fill
material delivered to the site.
B. Payment for site fill material will be made at the per CUBIC YARD unit price named
in the Item Response Form which unit price shall constitute full compensation for
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-18
all labor, equipment, materials to unload clean fill material approved by the County
all in accordance with the Contract Documents.
1.52 ITEM 49 - ON SITE EMERGENCY SITE EVALUATION MEETING
A. Measurement for an on-site emergency site evaluation meeting will be based on
the number of on-site emergency evaluation meetings requested by the County
that occur outside of normal progress meetings as defined in Section 01010 –
Summary of Work.
B. Payment for on-site emergency evaluation meetings will be made at the per EACH
unit price named in the Item Response Form which unit price shall constitute full
compensation for all travel, photographs, analysis and recommendations provided
to the County all in accordance with the Contract Documents.
1.53 ITEM 50 - MOBILIZE DRILLING RIG AND CREW TO PERFORM EXTRA WORK
A.Due to the nature of this work, the County may require the Contractor to mobilize
a drilling rig, crew, and equipment to perform work not contained within these
Specifications. In such an event, the County will notify the Contractor in writing of
the work to be performed.
B. Measurement for furnishing drill rig and crew to perform extra work will be based
upon the number of hours of actual work being performed at the direction of the
County.
C. Payment for furnishing the drilling rig, crew, and equipment to perform extra work
will be made based on County written approval at the unit price per hour, named
in the Item Response Form, which unit price shall constitute full payment for the
WORK. The Contractor will not be paid the per HOUR rate for time in which the
equipment is not actually being used for extra work, during repair and/or
maintenance of equipment, or for any time, in the opinion of the County, that the
work is not being performed in accordance with the written direction.
1.54 ITEM 51 - GEOPHYSICAL LOGGING SUITE (XY CALIPER, SP, 16/64 INCH
NORMAL RESISTIVITY, GAMMA RAY)
A. Measurement for payment for Geophysical Logging Suite in the pilot hole to
approximately 150 feet bls (below land surface) shall be based on the number of
times this event occurs in accordance with Section 02633 – Geophysical Logging
of the Contract Documents.
B. Payment for geophysical logging suite in the pilot hole to approximately 150 feet
bls will be made at the unit price per EACH named in the Item Response Form,
which shall constitute full compensation for the completed logging all in
accordance with Section 02633 – Geophysical Loggingof the Contract
Documents.
1.55 ITEM 52 - DYNAMIC GEOPHYSICAL LOGGING SUITE (DYNAMIC FLOW
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-19
AND VIDEO LOG)
A. Measurement for payment for dynamic geophysical logging suite in the pilot hole
to approximately 150 feet bls shall be based on the number of times this event
occurs in accordance with Section 02633 – Geophysical Logging of the Contract
Documents.
B. Payment for dynamic geophysical logging suite in the pilot hole to approximately
150 feet bls will be made at the unit price per EACH named in the Item Response
Form, which shall constitute full compensation for the completed logging all in
accordance with Section
02633 – Geophysical Logging of the Contract
Documents.
1.56 ITEM 53 - FURNISH AND INSTALL 14-INCH DIAMETER CERTA-LOK OR
EQUAL
A. Measurement for furnishing and installing 14-inch diameter Certa-Lok or equal well
casing will be based on the number of linear feet of well casing installed in the well.
B. Payment for furnishing and installing 14-inch diameter Certa-Lok or equal well
casing will be made at the LINEAR FOOT unit price named in the Item Response
Form which unit price shall constitute full compensation for all labor, equipment
and materials necessary to install casing to the depth specified by the County all
in accordance with the Contract Documents.
1.57 ITEM 54 - FURNISHAND INSTALL 17.4-INCH DIAMETER CERTA-LOK OR EQUAL
A. Measurement for furnishing and installing 17.4-inch diameter Certa-Lok or
equal well casing will be based on the number of linear feet of well casing
installed in the well.
B. Payment for furnishing and installing 17.4-inch diameter Certa-Lok or equal well
casing will be made at the LINEAR FOOT unit price named in the Item Response
Form which unit price shall constitute full compensation for all labor equipment and
materials necessary to install casing to the depth specified by the County all in
accordance with the Contract Documents.
1.58 ITEM 55 - FURNISH AND INSTALL 24-INCH DIAMETER CERTA-LOK OR EQUAL
A. Measurement for furnishing and installing 24-inch diameter Certa-Lok or equal well
casing will be based on the number of linear feet of well casing installed in the well.
B. Payment for furnishing and installing 24-inch diameter Certa-Lok or equal well
casing will be made at the LINEAR FOOT unit price named in the Item Response
Form which unit price shall constitute full compensation for all labor, equipment
and materials necessary to install casing to the depth specified by the Countyall
in accordance with the Contract Documents.
1.59 ITEM 56 - JOHNSON SCREENS SERVICES - SCREEN SLOT AND GRAVEL
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-20
PACK EVALUATION
A. Measurement for use of Johnson Screens services or equal to recommend screen
slot size and gravel pack material will be based on the number of times screen
slot size and gravel pack material recommendations are requested.
B. Payment for use of Johnson Screens services or equal to recommend screen slot
size and gravel pack material will be made at the per EACH unit price named in
the Item Response Formwhich unit price shall constitute full compensation for
labor, all cutting sample packaging and shipping, coordination, and results
submittal and explanation to the County all in accordance with the Contract
Documents.
1.60 ITEM 57 - FURNISH AND INSTALL WIRE-WOUND 316 STAINLESS STEEL (SS)
14-INCH DIAMETER SCREEN
A. Measurement for furnishing and installing wire-wound 316 SS 14-in diameter
screen will be based on the number of linear feet of well casing installed in the
well.
B. Payment for furnishing and installing wire-wound 316 SS 14-inch diameter screen
will be made at the LINEAR FOOT unit price named in the Item Response Form
which unit price shall constitute full compensation for all labor, equipment, and
materials necessary to attach the well screen to Certa-Lok PVC riser, and install
screen to the depth specified by the County all in accordance with the Contract
Documents.
1.61 ITEM 58 - FURNISH AND INSTALL WIRE-WOUND 316 SS 17.4-INCH DIAMETER
SCREEN
A. Measurement for furnishing and installing wire-wound 316 SS 17.4-inch diameter
screen will be based on the number of linear feet of well casing installed in the well.
B.Payment for furnishing and installing wire-wound 316 SS 17.4-inch diameter
screen will be made at the LINEAR FOOT unit price named in the Item Response
Form which unit price shall constitute full compensation for all labor, equipment
and materials necessary to attach well screen to Certa-Lok PVC riser, and install
screen to the depth specified by the Countyall in accordance with the Contract
Documents.
1.62 ITEM 59 - FURNISH AND INSTALL WIRE-WOUND 316 SS 24-INCH DIAMETER
SCREEN
A. Measurement for furnishing and installing wire-wound 316 SS 24-inch diameter
screen will be based on the number of linear feet of well casing installed in the
well.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-21
B. Payment for furnishing and installing wire-wound 316 SS 24-inch diameter screen
will be made at the LINEAR FOOT unit price named in the Item Response Form
which unit price shall constitute full compensation for all labor, equipment, and
materials necessary to attach the well screen to Certa-Lok PVC riser, and install
screen to the depth specified by the County all in accordance with the Contract
Documents.
1.63 ITEM 60 - FURNISH AND INSTALL POTABLE WATER DUCTILE IRON PIPES
(DIP) FITTINGS
A. Measurement for payment to furnish and install potable waterDuctile Iron Pipe -
DIP fittings shall be based on the number of tons of fittings furnished and installed,
all in accordance with the Bid Documents.
B. Payment for furnishing and installing fittings will be made at the unit price per ton
named in the Item Response Form, which shall constitute full compensation for the
complete operation including but limited to, transportation, storing, all labor,
materials, transportation, equipment, sheeting, shoring, bracing, dewatering,
backfill, compaction, grading, accessory sets, restraining devices, protection of
potable water system, disinfection, restoration and all other items required for a
complete, acceptable and operable installation. Potable water main and fittings
shall be cement lined and seal coated which shall meet or exceed AWWA/ANSI
C104/A21.4, latest revision.
1.64 ITEM 61 - GRAVEL FILL (CLEAN LIMESTONE)
A.Measurement for limestone gravel fill material will be based on the number of
cubic feet of fill material furnished and installed in the borehole.
B. Payment for limestone gravel fill material will be made at the per CUBIC FOOT
unit price named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment, materials to furnish and install fill material
as approved by the County in the borehole all in accordance with the Contract
Documents.
1.65 ITEM 62 - FILL (6/20 SAND)
A.Measurement for 6/20 fill material will be based on the number of cubic feet of fill
material furnished and installed in the borehole.
B. Payment for 6/20 fill material will be made at the per CUBIC FOOT unit price
named in the Item Response Form which unit price shall constitute full
compensation for all labor, equipment, materials to furnish and install fill material
as approved by the County in the borehole all in accordance with the Contract
Documents.
1.66 ITEM 63 - PRIMARY & SECONDARY WATER QUALITY LABORATORY
ANALYSIS (CHP 62-550, FAC)
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-22
A.Measurement for payment for the collection and primary and secondary water
quality analysis for FDEP Chapter 62-550, FAC Drinking Water Standards and
Unregulated Compound parameters shall be based on the number of FDEP
Chapter 62-550, FAC Primary and Secondary Drinking Water Standards and
Unregulated Compound sets collected and analyzed by a FDEP Certified
Laboratory.
B.Payment for the collection and analyses of FDEP Chapter 62-550, FAC Drinking
Water Standards and Unregulated Compound sets will be made at the per EACH
unit price named in the Item Response Form, which shall constitute full
compensation for collection and analyses of water quality laboratory samples, as
directed by the County all in accordance with the Contract Documents.
1.67 ITEM 64 - FURNISH AND INSTALL 2-INCH DIAMETER SCHEDULE 40 PVC
CASING
A.Measurement for furnishing and installing 2-inch diameter schedule 40 PVC casing
or equal riser pipe will be based on the number of linear feet of riser pipe installed
in the borehole.
B.Payment for furnishing and installing 2-inch diameter schedule 40 PVC casing or
equal riser pipe will be made at the LINEAR FOOT unit price named in the Item
Response Form which unit price shall constitute full compensation for all labor,
equipment, and materials necessary to install the riser pipe to the depth specified
by the County all in accordance with the Contract Documents.
1.68 ITEM 65 - FURNISH AND INSTALL 2-INCH DIAMETER SCHEDULE 40 PVC 10-
SLOT SCREEN
A. Measurement for furnishing and installing a 2-inch diameter schedule 40 PVC or
equal 10-slot screen will be based on the number of linear feet of riser pipe installed
in the borehole.
B. Payment for furnishing and installing a 2-inch diameter schedule 40 PVC 10-slot
screen will be made at the LINEAR FOOT unit price named in the Item Response
Formwhich unit price shall constitute full compensation for all labor, equipment
and materials necessary to furnish and install a length of screen specified by the
Countyon the end of the riser pipe all in accordance with the Contract Documents.
1.69 ITEM 66 - FURNISH AND INSTALL 6-INCH DIAMETER PROTECTIVE
MONITOR WELL WELLHEAD, PAD, AND LOCKING CAP
A. Measurement for furnishing and installing a 6-inch diameter schedule 80 PVC or
equal protective monitor well wellhead, pad, and locking cap will be based on the
number of installations performed by the CONTRACTOR at the direction of the
County.
B. Payment for furnishing and installing a 6-inch diameter schedule 80 PVC or equal
protective monitor well wellhead, pad and locking cap will be made at the per
EACH unit price named in the Item Response Formwhich unit price shall constitute
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-23
full compensation for all labor, equipment and materials necessary to furnish and
install a 6-inch diameter schedule 80 PVC or equal protective monitor well
wellhead, pad and locking cap as specified by the County all in accordance with
the Contract Documents.
1.70 ITEM 67 - ABANDON EXISTING WELLHEAD PEDESTALS AND WELL PADS
A.Measurement for the abandonment, demolish, and removal of existing wellhead
pedestals and well padsshall be based on the cubic yards of wellhead pedestals
abandoned approximately 18 inches below grade and removal of all concrete well
pads in accordance with the Contract Documents and deemed satisfactory by the
County.
B. Payment for the removal of existing wellheads pedestals and well pads will be
made at the per cubic yard unit price named in the Item Response Form, which
shall constitute full compensation for all labor, materials and equipment necessary
for the removal of all concrete pedestal type wellheads and concrete well pads to
18 inches below ground all in accordance with the Contract Documents.
1.71 ITEM 68 - ABANDON EXISTING WELL
A.Measurement for payment for the abandonment ofan existing well shall be based
on the number of wells abandoned by reduction of casing walls to approximately
18 inches below grade and filling of the vault with clean fill in accordance with the
Contract Documents and deemed satisfactory by the County.
B. Payment for the abandonment of the existing well shall be based on the number
of wells abandoned and will be made at the per EACH unit price named in the Item
Response Form, which shall constitute full compensation for all labor, materials,
and equipment necessary for the reduction of casing walls to approximately 18
inches below grade and filling with clean fill and site well will be backfilled, tamped,
and graded to match surrounding land surface elevationsas directed by the
Countyall in accordance with the Contract Documents.
1.72 ITEM 69 - REMOVE AND REPLACE FENCING TO ORIGINAL CONDITION
A.Measurement for the removal and replacementof fencing around a well shall be
based on the number of linear feetof fence performed by the Contractor in
accordance with the Contract Documents and deemed satisfactory by the County.
The replacement shall include the furnishing and installation of fencing materials.
B.Payment for the removal and replacementof fencing around a well will be made
at the linear foot unit price named in the Item Response Form upon completion of
the work, which shall constitute full compensation for all labor, materials, and
equipment necessary for the removal and replace of fencing around a well as
directed by the Countyall in accordance with the Contract Documents.
1.73 ITEM 70 – PROJECT MANAGER
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-24
A.The measurementofpayment for project managerwill be based upon actual hours
of labor, of such services. The price shall be full compensation for furnishing
transportation, labor, materials, equipment, tests, estimates, proposal, engineering
services, permits, tools, supplies, fuel, power, water, essential communications,
and incidentals necessary to complete the item, all in accordance with the
requirements of the Contract Documents.
B. Payment for labor services will be made at the unit price per hour named in the
Item Response Form, which shall constitute full compensation for the complete
service, including but not limited to field time, drawings, design, permitting,
submittals, estimating, coordination and all services related to the management of
the Contract.
C. This item can only be used with prior approval of the Project Coordinator.
1.74 ITEM 71 - FOREMAN
A.Measurement for the services of a foreman to perform work as approved by the
County shall be based on the number of hours spent doing work in accordance
with the Contract Documents.
B. Payment for the services for a foreman to perform work will be made at the per
HOUR unit price named in the Item Response Form, which shall constitute full
compensation for the services to perform work as approved by the County all in
accordance with the Contract Documents.
1.75 ITEM 72 - LABORER
A.Measurement for the services of the laborer to perform work as approved by the
County shall be based on the number of hours spent doing work in accordance
with the Contract Documents.
B. Payment for the services of a laborer to perform work will be made at the per
HOUR unit price named in the Item Response Form, which shall constitute full
compensation for the services of a two-man crew to perform work as approved by
the County all in accordance with the Contract Documents.
1.76 ITEM 73 - CONTRACTOR-OWNED CRANE
A.Measurement for the services of a Contractor-owned crane truck to perform work
as approved by the Countyshall be based on the number of hours spent doing
work in accordance with the Contract Documents.
B. Payment for the services of a Contractor-owned crane truckto perform work will
be made at the per HOUR unit price named in the Item Response Form, which
shall constitute full compensation for the services of a Contractor-owned crane
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-25
truck and crew to perform work as approved by the County all in accordance with
the Contract Documents.
1.77 ITEM 74 - RENTAL CRANE TRUCK COMPANY
A.Measurement for the services of a rental crane truck companyto perform work as
approved by the County shall be based on the number of hours spent doing work in
accordance with the Contract Documents.
B. Payment for the services of a rental crane truck company to perform work will be
made at the per HOUR unit price named in the Item Response Form, which shall
constitute full compensation for the services of a crane truck company and crew to
perform work as approved by the Countyall in accordance with the Contract
Documents.
1.78 ITEM 75 - COUNTY-DIRECTED STANDBYTIME
A.Measurement for payment for COUNTY-directed standby time will be based upon
the number of hours the Contractor waits for work to continue at the direction of
the County in accordance with the Contract Documents.
B. Payment for standby time will be made at the unit price per HOUR, named in the
Item Response Form, which unit price shall constitute full payment for the number
of hours spent on standby as directed by the County all in accordance with the
Contract Documents. For all items, this includes but is not limited to, all materials,
tools, labor, equipment, supplies, permits, removal and disposal of waste or
excess materials, etc., necessary to remain on standby in accordance with the
Contract Documents.
1.79 ITEM 76 - COUNTY-DIRECTED STANDBY TIME FOR EQUIPMENT ONLY
A. Measurement for payment for a County-directed standby time of equipment only
will be based upon the number of hours with only equipment waiting for work to
continue onsite at the direction of the County in accordance with the Contract
Documents.
B.Payment for standby time will be made at the unit price per HOUR, named in the
Item Response Form, which unit price shall constitute full payment for County-
directed equipment standby time all in accordance with the Contract Documents.
For all items, this includes, but is not limited to, all materials, tools, labor,
equipment, supplies, permits, removal and disposal of waste or excess materials,
etc., necessary for equipment to remain on standby in accordance with the
Contract Documents.
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-26
-END OF SECTION
MEASUREMENT AND PAYMENT
BROWARDCOUNTY
PAGE 01025-27
SECTION 01070 - ABBREVIATIONS
PART 1 -- GENERAL
1.1 GENERAL
A. Wherever in these Specifications references are made to the standards,
specifications, or other published data of the various international, national, regional,
or local organizations, such organizations may be referred to by their acronym or
abbreviation only. As aguide to the user of the Specifications, the following
acronyms or abbreviations which may appear shall have the meanings indicated
herein.
1.2 ABBREVIATIONS
AA Aluminum Association
AAMA American Architectural Manufacturers Association
AASHTO American Association of State Highway and Transportation Officials
AARAssociation of American Railroads
AATCC American Association of Textile Chemists and Colorists
ABMA American Bearing Manufacturer’s Association – ABMA
ACGIH American Conference of Governmental Industrial Hygienists
ACI American Concrete Institute
AF&PA American Forest and Paper Association
AGA American Gas Association
AGMA American Gear Manufacturers Association
AHAAmerican Hardboard Association
AHAM Association of Home Appliance Manufacturers
AI The Asphalt Institute
AIA American Institute of Architects
AIHA American Industrial Hygiene Association
AIIM Association for Information and Image Management
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
AITC American Institute of Timber Construction
ALS Above Land Surface
AMCA Air Movement and Control Association International, Inc
ANS American Nuclear Society
ANSI American National Standards Institute, Inc.
APA The Engineered Wood Association
API American Petroleum Institute
APT Aquifer Performance Test
APWA American Public Works Association
ARI Air-Conditioning and Refrigeration Institute
ASAAcoustical Society of America
ASAE American Society of Agricultural Engineers
ASCEAmerican Society of Civil Engineers
ASHRAE American Society of Heating, Refrigerating, and Air Conditioning
Engineers
ABBREVIATIONSOF INSTITUTIONS
BROWARDCOUNTY
PAGE 01070-1
ASME American Society of Mechanical Engineers
ASNT American Society of Nondestructive Testing
ASQ American Society for Quality
ASSE American Society of Sanitary Engineers ASTM American Society for
Testing and Materials AWCI American Wire Cloth Institute
AWI Architectural Woodwork Institute
AWPA American Wood Preservers Association
AWPI American Wood Preservers Institute AWS
American Welding Society
AWWA American Water Works Association
BBC Basic Building Code, Building Officials and Code Administrators
International
BHMA Builders Hardware Manufacturer's Association
CABO Council of American Building Officials
CDA Copper Development Association
CEMA Conveyors Equipment Manufacturer's Association
CGA Compressed Gas Association
CLFMI Chain Link Fence Manufacturer's Institute
CLPCA California Lathing and Plastering Contractors Association
CMAA A division/section of the Material Handling Industry of America
CRSI Concrete Reinforcing Steel Institute
DASMA Door and Access Systems Manufacturers Association International
DCDMA Diamond Core Drilling Manufacturer's Association
DHI Door and Hardware Institute
DIPRA Ductile Iron Pipe Research Association
EI Energy Institute
EIA Electronic Industries Alliance
EPA Environmental Protection Agency
ETL Electrical Test Laboratories
FCC Federal Communications Commission
FCI Fluid Controls Institute
FDEP Florida Department of Environmental Protection
FEMA Federal Emergency Management Association
FHWA Federal Highway Administration
FM Factory Mutual System
FPL Forest Products Laboratory
FRP Fiberglass Reinforced Plastic
HI Hydronics Institute, Hydraulic Institute
HSWA Federal Hazardous and Solid Waste Amendments
IADC International Association of Drilling Contractors
IAPMO International Association of Plumbing and Mechanical Officials
ICBO International Conference of Building Officials
IBC International Building Code
ICC International Code Council
ICEA Insulated Cable Engineers Association
ICCEC Electrical Code
ICC-ES International Code Council Evaluation Service
IEEE Institute of Electrical and Electronics Engineers
IESNA Illuminating Engineering Society of North America
IFC International Fire Code
ABBREVIATIONSOF INSTITUTIONS
BROWARDCOUNTY
PAGE 01070-2
IFGCInternational Fuel Gas Code
IMCInternational Mechanical Code
IMEInstitute of Makers of Explosives
IPC International Plumbing Code, Association Connecting Electronic
Industries
IRCInternational Residential Code
ISAInstrument Society of America
ISDI Insulated Steel Door Institute
ISEA Industrial Safety Equipment Association
ISO International Organization for Standardization
ITE Institute of Traffic Engineers
ITU-T Telecommunications Standardization Sector of the International
Telecommunications Union
LPILightning Protection Institute
LRQALloyd’s Register Quality Assurance
MBMAMetal Building Manufacturer's Association
MIL Military Standards (DoD)
MPTA Mechanical Power Transmission Association
MSS Manufacturers Standardization Society
NAAMM National Association of Architectural Metal Manufacturer's
NACE National Association of Corrosion Engineers
NAPF National Association of Pipe Fabricators
NBBPVI National Board of Boiler and Pressure Vessel Inspectors
NCCLS National Committee for Clinical Laboratory Standards
NCMA National Concrete Masonry Association
NEC National Electrical Code
NEMA National Electrical Manufacturer's Association
NETA International Electrical Testing Association
NFPA National Fire Protection Association or National Fluid Power
Association
NISO National Information Standards Organization
NIST National Institute of Standards and Technology
NLGI National Lubricating Grease Institute
NRCA National Roofing Contractors Association
NSF National Sanitation Foundation
NWWDA National Wood Window and Door Association
OSHA Occupational Safety and Health Administration
PCA Portland Cement Association
PCI Precast/Prestressed Concrete Institute
PPI Plastic Pipe Institute
QPL Qualified Products List
RCRA Resource Conservation and Recovery Act
RIS Redwood Inspection Service, a division of the California Redwood
Association, CRA
RMA Rubber Manufacturers Association
ROW Right-of-Way
RVIA Recreational Vehicle Industry Association RWMA
Resistance Welder Manufacturer's Association
SAE Society of Automotive Engineers
SDI Steel Door Institute, Steel Deck Institute
ABBREVIATIONSOF INSTITUTIONS
BROWARDCOUNTY
PAGE 01070-3
SMA Screen Manufacturers Association
SMACNASheet Metal and Air Conditioning Contractors National Association
SPFA Steel Plate Fabricator’s Association
SFWMD South Florida Water Management District
SPIB Southern Pine Inspection Bureau
SSBC Southern Standard Building Code, Southern Building Code Congress
SSPC Society for Protective Coating
SSPWC Standard Specifications for Public Works Construction
STLE Society of Tribologists and Lubricating Engineers
TAPPI Technical Association of the Worldwide Pulp, Paper, and Converting
Industry
TCP Traffic Control Plan
TCLP Toxicity Characteristic Leaching Procedure
TFI The Fertilizer Institute
TIA Telecommunications Industries Association
TPI Truss Plate Institute
UBC Uniform Building Code
UL Underwriters Laboratories, Inc.
WCLIB West Coast Lumber Inspection Bureau
WDMA National Window and Door Manufacturers Association
WEF Water Environment Federation
WI Woodwork Institute
WRI Wire Reinforcement Institute, Inc.
WWPA Western Wood Products
Association
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
- END OF SECTION -
ABBREVIATIONSOF INSTITUTIONS
BROWARDCOUNTY
PAGE 01070-4
SECTION 01090 -REFERENCE STANDARDS
PART 1 -- GENERAL
1.1 GENERAL
A. Titles of Sections and Paragraphs: Titles and subtitles accompanying
specification sections and paragraphs are for convenience and 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 that the Contract is advertised for 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 in the
Specifications will 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.
1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. The Contractor shall construct the WORK in accordance with the Contract
Documents and the referenced portions of those referenced codes, standards, and
specifications.
B. References herein to “Building Code” or “Standard Building Code” shall mean the
Florida Building Code (FBC), 2010. Similarly, references to "Mechanical Code" or
"Uniform Mechanical Code," "Plumbing Code" or "Uniform Plumbing Code," "Fire
Code" or "Uniform Fire Code," shall mean FBC. “Florida Hurricane Code” shall
mean the FBC. "Electric Code" or "National Electric Code (NEC)" shall mean the
NEC of the National Fire Protection Association (NFPA). “Roadway and Traffic
Design Standards” and “Standard Specifications for Road and Bridge Construction,
latest edition” (Green Book)" shall mean the Design Standards and Specifications
of the Florida Department of Transportation. “Land Use and Development
REFERENCE STANDARDS
BROWARDCOUNTY
PAGE01090-1
Regulations” shall mean the land use and development regulations of the Broward
County Planning and Redevelopment Division. The latest edition of the codes as
approved by the Municipal Code and used by the local agency as of the date that
the WORK is advertised for Bids shall apply to the WORK herein, including all
addenda, modifications, amendments, or other lawful changes thereto.
C. In case of conflict between codes, reference standards, and the other contract
documents, the most stringent requirements shall govern. All conflicts shall be
brought to the attention of the Countyfor clarification and directions prior to ordering
or providing any materials or furnishing labor. The Contractorshall bid for the most
stringent requirements.
D. 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.
E. 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.
F. Applicable Standard Specifications: References in the Contract Documents to
"Standard Specifications" or SSPWC shall mean the Standard Specifications for
Public Works Construction, 2012 Edition.
1.3 REGULATIONS RELATED TO HAZARDOUS MATERIALS
A. The Contractor shall be responsible that all work included in the Contract
Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA,
NFPA, and any other federal, state, and local regulations governing the storage
and conveyance of hazardous materials, including petroleum products.
B. Where no specific regulations exist, chemical, hazardous, and petroleum product
piping and storage in underground locations shall be installed with double
containment piping and tanks, or in separate concrete trenches and vaults, or with
an approved lining which cannot be penetrated by the chemicals, unless waived in
writing by the COUNTY.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
- END OF SECTION
REFERENCE STANDARDS
BROWARDCOUNTY
PAGE01090-2
SECTION 01300 -SUBMITTALS
PART 1 -- GENERAL
1.1 GENERAL
A.Wherever submittals are required in the Contract Documents, unless otherwise
specified the Contractor shall submit two hard copies and one reproducible
electronic copy to the County.
1. A list of permits and licenses the Contractor shall obtain, indicating the granting
agency, the fee (if applicable), the expected date of application submittal, and
required date for receipt of the permit should be provided to the Countyand
within seven days of contract award.
2. Prior to site Pre-Construction Meetings for each site the Contractor is required
to provide the following information to the County:
a. A contact list that shall include the Contractor’s key personnel and County,
their titles and telephone numbers for office and mobile, and home or local
residences.
b. A written inventory of the type of vehicles, construction equipment, other
machinery and materials which will be located at each work site.
c.A site plan for each site showing the intended placement of vehicles,
construction equipment, other machinery and materials.
3. A project overview bar chart will be submitted to the County at least five days
prior to site Preconstruction Meetings in accordance with Section 01311 – Bar
chart Construction Schedule.
1.2 PRECONSTRUCTION MEETING SUBMITTALS
A. Site Preconstruction Meetings will take place after all permits for work at the site
have been received and following issuance by the County of a Contractor Purchase
Order.
B. At site preconstruction meetings, the Contractor shall submit the following items to
the County for review:
1. A preliminary schedule of Shop Drawings, Samples, and proposed Substitute
("Or- Equal") submittals listed in the Bid.
2. A list of proposed subcontractors to be used to perform work tasks.
3. A list of proposed equipment, vendors and material specifications to be used.
4. A preliminary schedule of values.
CONTRACTOR SUBMITTALS
BROWARDCOUNTY
PAGE01300-1
5. A 60-day plan of operation in accordance with Section 01311 - Bar chart
Construction Schedule.
6. A mobilization plan including individual site layout plans with a clearly
delineated construction area, proposed access routes, traffic control plan, and
areas identified as access only (no construction related activities shall be
conducted).
1.3 SHOP DRAWINGS
A. Wherever called for in the Contract Documents or where required by the County,
the Contractor shall furnish to the County for review two hard copies plus one
electronic copy of each Shop Drawing submittal.
B. The term "Shop Drawings" as used herein shall be understood to include detail
design calculations, permits, shop-prepared drawings, fabrication and installation
drawings, erection drawings, lists, graphs, catalog sheets, data sheets, well
completion reports, and similar.
C. Whenever the Contractor is required to submit design calculations as part of a
submittal, such calculations shall bear the signature and seal of an engineer
registered in the State of Florida.
D. Transmittal Form
1. Shop Drawing submittals shall be accompanied by the County's standard
submittal transmittal form, a reproducible copy of which is available from the
County.
2. Any submittal not accompanied by such a form, or where the form is
incomplete, will be returned for re-submittal.
E. Organization
1. Use a single submittal transmittal form for each technical specification Section
or item or class of material or equipment for which a submittal is required.
2. A single submittal covering multiple sections will not be acceptable, unless the
primary specification references other sections for components. Example: if a
pump section references other sections for the motor, shop-applied protective
coating, anchor bolts, local control panel, and variable frequency drive, a single
submittal would be acceptable. A single submittal covering vertical turbine
pumps and horizontal split case pumps would not be acceptable.
3. On the transmittal form, index the components of the submittal and insert tabs
in the submittal to match the components.
4. Relate the submittal components to specification paragraph and subparagraph,
drawing number, detail number, schedule title, room number, or building name,
as applicable.
CONTRACTOR SUBMITTALS
BROWARDCOUNTY
PAGE01300-2
5. Unless indicated otherwise, terminology and equipment names and numbers
used in submittals shall match those used in the Contract Documents.
F. Format
1. Minimum sheet size shall be 8.5 inches by 11 inches. Maximum sheet size shall
be 24 inches by 36 inches. Every page in a submittal shall be numbered in
sequence. Each copy of a submittal shall be collated and stapled or bound, as
appropriate. The County will not collate copies.
2. Where product data from a manufacturer is submitted, clearly mark which model
is proposed, with all pertinent data capacities, dimensions, clearances,
diagrams, controls, connections, anchorage, and supports. Sufficient level of
detail shall be presented for assessment of compliance with the Contract
Documents.
3. Each submittal shall be assigned a unique number. Submittals shall be
numbered sequentially. The submittal numbers shall be clearly noted on the
transmittal. Original submittals shall be assigned a numeric submittal number.
Re-submittals shall bear an alpha-numeric system which consists of the number
assigned to the original submittal for that item, followed by a letter of the
alphabet to represent that it is a subsequent re-submittal of the original. For
example, if submittal 25 requires a re-submittal, the first re-submittal will bear
the designation "25-A" and the second re-submittal will bear the designation
"25-B" and so on.
G. Disorganized submittals, which do not meet the requirements above, will be
returned without review.
H. Except as may otherwise be indicated herein, the County will return prints of each
submittal to the Contractor with comments noted thereon, within fifteen (15)
calendar days following receipt by the County. It is considered reasonable that the
Contractor shall make a complete and acceptable submittal to the Countyby the
first re- submittal on an item. The Countyreserves the right to withhold monies due
to the Contractorto cover additional costs of the County's review beyond the first
re-submittal. The County’smaximum review period for each submittal or re-
submittal will be fifteen (15) days.
I. If a submittal is returned to the Contractormarked "NO EXCEPTIONS TAKEN,"
formal revision and resubmission will not be required.
J. If a submittal is returned marked "MAKE CORRECTIONS NOTED," the
CONTRACTOR shall make the corrections on the submittal, but formal revision and
resubmission will not be required.
K. If a submittal is returned marked "AMEND-RESUBMIT," the Contractor shall revise
it and shall resubmit the required number of copies to the County for review. Re-
submittal of portions of multi-page or multi-drawing submittals will not be allowed.
For example, if a Shop Drawing submittal consisting of ten drawings and contains
one drawing noted as "AMEND - RESUBMIT," the submittal as a whole is deemed
CONTRACTOR SUBMITTALS
BROWARDCOUNTY
PAGE01300-3
"AMEND - RESUBMIT," and all ten drawings are required to be resubmitted.
L.If a submittal is returned marked "REJECTED-RESUBMIT," the Contractor shall
prepare a new submittal and shall submit the required number of copies to the
County for review.
M. Fabrication of an item shall be commenced only after the County has reviewed the
pertinent submittals and returned copies to the Contractor marked either "NO
EXCEPTIONS TAKEN" or MAKE CORRECTIONS NOTED." Corrections indicated
on submittals shall be considered as changes necessary to meet the requirements
of the Contract Documents and shall not be taken as changes to the contract
requirements.
N. All submittals shall be carefully reviewed by an authorized representative of the
Contractor, prior to submission to the County. Each submittal shall be dated,
signed, and certified by the Contractor as being correct and in strict conformance
with the Contract Documents. In the case of Shop Drawings, each sheet shall be
so dated, signed, and certified. The County will only review submittals that have
been certified by the CONTRACTOR. All non-certified submittals will be returned
to the CONTRACTOR without action taken by the County, and any delays caused
thereby shall be the total responsibility of the Contractor.
O. The County's review of submittals shall not relieve the Contractor of the entire
responsibility for the correctness of details and dimensions. The Contractor shall
assume all responsibility and risk for any misfits due to any errors in submittals.
The Contractor shall be responsible for the dimensions and the design of adequate
connections and details.
1.4 SAMPLES
A. Whenever samples are required in the Specifications, the Contractor shall submit
three (3) samples of each item or material to the County for acceptance, unless
otherwise stipulated in the specification section.
B. Unless otherwise indicated, samples shall be submitted a minimum of (21) days
prior to ordering such material.
C. Samples shall be individually and indelibly labeled or tagged, indicating thereon all
specified physical characteristics and the Manufacturer’s name. Upon receiving the
acceptance of the County, one set of the samples will be stamped and dated by the
County and returned to the Contractor, and one set of samples will be retained by
the County, and one set of samples shall remain at the Site until completion of the
WORK.
D. Unless indicated otherwise, all colors and textures of items presented in sample
submittals shall be from the manufacturer's standard colors and standard materials,
products, or equipment lines. If the samples represent non-standard colors,
materials, products, or equipment lines and their selection will require an increase
in Contract Times or Price, the Contractor shall clearly indicate same on the
CONTRACTOR SUBMITTALS
BROWARDCOUNTY
PAGE01300-4
transmittal page of the submittal.
E. The Contractor shall schedule sample submittals such that:
1. Sample submittals for color and texture selection are complete so the County
has 45 days to assemble color panels and select color and texture dependent
products and materials without delay to the construction schedule, and
2. After the Countyselects colors and textures, the Contractor has sufficient time
to provide the products or materials without delay to the construction schedule.
The Contract Times will not be extended for the Contractor's failure to allow
enough review and approval or selection time, failure to submit all samples
requiring color or texture selection, or failure to submit complete or approvable
samples.
1.5 RECORD DRAWINGS
A. If applicable, the Contractor shall maintain one record set of Drawings at the Site.
On these, it shall mark all project conditions, locations, configurations, and any
other changes or deviations which may vary from the information represented on
the original Drawings, including buried or concealed construction and utility features
which are revealed during construction. Special attention shall be given to recording
the horizontal and vertical location of all buried utilities that differ from the locations
indicated, or which were not indicated in the Drawings. Said record drawings shall
be supplemented by any detailed sketches as necessary or directed to fully indicate
the WORK as actually constructed. These master record drawings of the
Contractor's representation of as-built conditions, including all revisions made
necessary by addenda and change orders shall be maintained up to date during
the progress of the WORK. Red ink shall be used for alterations and notes. Notes
shall identify relevant Change Orders by number and date.
B. Copies of the record drawings shall be submitted on the 20th working day of every
third month after the month in which the Notice to Proceed is given as well as on
completion of WORK.
C. Drawings must be submitted with each pay request indicating the completed items.
D. In the case of those drawings which depict the detail requirement for equipment to
be assembled and wired in the factory, such as motor control centers and the like,
the record drawings shall be updated by indicating those portions which are
superseded by change order drawings or final Shop Drawings, and by including
appropriate reference information describing the change orders by number and the
Shop Drawings by manufacturer, drawing, and revision numbers.
E. Record drawings shall be always accessible to the County during the construction
period.
F.Final payment will not be acted upon until the record drawings have been prepared
and delivered to the County. Said up-to-date record drawings shall be in the form
of a set of prints with carefully plotted information overlaid.
CONTRACTOR SUBMITTALS
BROWARDCOUNTY
PAGE01300-5
G. Upon Substantial Completion of the WORK and prior to final acceptance, the
Contractor shall finalize and deliver a complete set of record drawings to the County
for transmittal to the County, conforming to the construction records of the
Contractor. This set of drawings shall consist of corrected Drawings showing the
reported location of the WORK. The information submitted by the Contractorand
incorporated by the Countyinto the record drawings will be assumed to be correct,
and the Contractor shall be responsible for the accuracy of such information, and
for any errors or omissions, which may appear on the record drawings as a result.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
- END OF SECTION
CONTRACTOR SUBMITTALS
BROWARDCOUNTY
PAGE01300-6
SECTION 01311 – BARCHART CONSTRUCTION SCHEDULE
PART 1 -- GENERAL
1.1 GENERAL
A. The Contractor shall schedule the WORK in accordance with the Contract
Documents.
B. Where submittals are indicated, submit two hard copies and one electronic copy of
each item.
1.2 INITIAL SCHEDULE SUBMITTALS
A. The Contractor shall submit two schedule documents five days prior to
Preconstruction Meetings that shall serve as the Contractor's Plan of Operation for
the initial 60-day period of the WORK and shall identify the way the Contractor
intends to complete WORK. The Contractor shall submit a 60-Day Plan of
Operation Bar Chart Schedule and a Project Overview Bar Chart Schedule for
WORK as indicated below.
1. 60-Day Bar Chart Plan of Operation Schedule: The bar chart shall show the
Contractor's early activities (mobilization, permits, submittals necessary for
early material and equipment procurement, submittals necessary for long lead
equipment procurement, scheduling submittals, initial site work, and other
submittals) required in the first 60 days.
2. Project Overview Bar Chart Schedule: The Bar Chart shall indicate the major
components of the WORK and the sequence relations between the major
components.
a. The bar chart schedule shall indicate the relationships and time frames in
which the various components of the WORK will be made substantially
complete and placed into service.
b. Sufficient detail shall be included for the identification of subdivisions of
major components according to such activities as mobilization,
preliminary testing, rehabilitation, post-rehabilitation testing, pump
examination and repair, excavation, demolition, yard piping installation,
placement of structural backfill, final site grading, and other important
WORK for each major item within the overall project scope.
c. Planned durations and start dates shall be indicated for each work item
subdivision. Each major component and subdivision component shall be
accurately plotted on time scale sheets not to exceed 11-inches by 17-
inches in size. Not more than four (4) sheets shall be employed to
represent this overview information.
BAR CHART CONSTRUCTION SCHEDULE
BROWARDCOUNTY
PAGE01311-1
B.The County and the Contractor shall meet to review and discuss the 60- Day Plan
of Operations and Project Overview Schedules at the Preconstruction Meeting. The
County's review and comment on the schedules will be limited to conformance to
the Contract Documents. The Contractor shall make corrections to the schedules
necessary to comply with requirements and shall adjust the schedules to
incorporate any missing information requested by the County.
1.3 CHANGE ORDERS
A.Upon approval of a change order or upon receipt of an authorization to proceed
with additional WORK, the change shall be depicted in the next submittal of the
Project Overview Bar Chart Schedule.
1.4 STATUS REPORTING
A. The Contractor shall furnish to the County Project Overview Bar Chart Schedules
every two weeks.
B. The Project Overview Bar Chart Schedule shall be a summary of the current
construction schedule for major project components (baseline original and as
updated and adjusted throughout the entire construction period). It shall be limited
to not more than four sheets, each of which shall not exceed 11-inches by 17-
inches. The major project components shall be represented as time bars which
shall be subdivided into various types of WORK as defined in Section 01010 –
Summary of Work.
C. Each major component and subdivision shall be plotted accurately on a time scale
consistent with the early start and finish activity information contained in the latest
update of the schedule. In addition, a percent completion shall be listed for each
major component and subdivision. The Contractor shall amend the Project
Overview Bar Chart Schedule as necessary to include any additional detail required
by the County. The Contractor shall include any additional information requested
by the County at any time during construction.
D.The Contractor shall prepare biweekly written narrative reports of the status of the
project for submission to the County. Status reports shall include:
1. The status of major project components (percent complete and amount of time
ahead or behind schedule) and an explanation of how the project will be
brought back on schedule if delays have occurred.
2. The progress made on critical activities indicated on the construction schedule.
3. Explanations for any lack of WORK on critical activities planned to be
performed during the last month.
4. Explanations for any schedule changes, including changes to the logic or to
activity durations.
5. A list of the critical activities scheduled for the next two weeks.
BAR CHART CONSTRUCTION SCHEDULE
BROWARDCOUNTY
PAGE01311-2
6. The status of major material and equipment procurements.
7. The value of materials and equipment properly stored at the site but not yet
incorporated into the WORK.
8. Any delays encountered during the reporting period.
9. An assessment of inclement weather delays and impacts on the progress of
the WORK.
10. The Contractor may include any other information pertinent to the status of the
project.
11. The Contractor shall include additional status information requested
by the County.
1.5 INCLEMENT WEATHER PROVISIONS OF THE SCHEDULE
A. The construction schedule shall include lost days on the construction schedule due
to inclement weather.
PART 2 -- PRODUCTS (Not Used)
PART 3 -- EXECUTION (Not Used)
- END OF SECTION
BAR CHART CONSTRUCTION SCHEDULE
BROWARDCOUNTY
PAGE01311-3
SECTION 01400 -QUALITY CONTROL
PART 1 -- GENERAL
1.1 DEFINITION
A. Specific quality control requirements for the WORK are indicated throughout the
Contract Documents. The requirements of this Section are primarily related to
performance of the WORK beyond furnishing of manufactured products. The term
"Quality Control” includes inspection, sampling, and testing, and associated
requirements.
1.2 INSPECTION AT PLACE OF MANUFACTURE
A. Unless otherwise indicated, all products, materials, and equipment shall be subject
to inspection by the County at the place of manufacture.
B. The presence of the County at the place of manufacturer, however, shall not relieve
the Contractor of the responsibility for providing products, materials, and
equipment, which comply with all requirements of the Contract Documents.
Compliance is a duty of the Contractor and said duty shall not be avoided by any
act or omission on the part of the County.
1.3 SAMPLING AND TESTING
A. Unless otherwise indicated, all sampling and testing will 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 County reserves the
right to use any generally-accepted system of sampling and testing which, in the
opinion of the County will assure the Contractor that the quality of the work is in full
accord with the Contract Documents.
B. Any waiver by the County 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 testing or other quality assurance
requirements originally indicated, 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 County 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 County to require the removal and reconstruction or correction of any
such WORK in accordance with the Contract Documents.
1.4 INSPECTION AND TESTING SERVICE
A. Inspection and testing laboratory service shall comply with the following:
QUALITY CONTROL
BROWARDCOUNTY
PAGE01400-1
1. Unless indicated otherwise by the Contract Documents, the County will appoint,
employ, and pay for the services of an independent firm to perform inspection
and testing or will perform inspection and testing itself.
2. Reports of testing, regardless of whether the testing was the County’s or the
Contractor's responsibility, will be submitted to the County in duplicate,
indicating observations and results of tests and indicating compliance or non-
compliance with Contract Documents.
3. The Contractor shall cooperate with the County or independent firm and furnish
samples of materials, design mix, equipment, tools, storage, and assistance, as
requested.
B. The Contractor shall notify County twenty-four (24) hours prior to the expected time
for operations requiring inspection and laboratory testing services.
5. Retesting required because of non-conformance to requirements shall be
performed by the same independent firm as directed by the County. The
Contractor shall bear all costs from such retesting.
6. For samples and tests required for the Contractor’s use, the Contractor shall
make arrangements with an independent firm for payment and scheduling of
testing. The cost of sampling and testing for the Contractor's use shall be the
Contractor's responsibility.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION
3.1 INSTALLATION
A. Inspection: The Contractor shall inspect materials or equipment upon arrival at
the work site and immediately prior to installation and reject damaged and defective
items.
B. Measurements: The Contractor shall verify measurements and dimensions of
delivered materials or work product, as an integral step of starting each installation.
C. Manufacturer's Instructions: Where installations include manufactured products,
the Contractor shall comply with manufacturer's applicable instructions and
recommendations for installation, to whatever extent these are more explicit or more
stringent than applicable requirements indicated in Contract Documents.
END OF SECTION -
QUALITY CONTROL
BROWARDCOUNTY
PAGE01400-2
SECTION 01505 - MOBILIZATION, DEMOBILIZATION, AND SITE
RESTORATION
PART 1 -- GENERAL
1.1 GENERAL
A.Mobilization/Demobilization shall include all costs associated with obtaining all
permits; site and access existing condition video; moving equipment; furnishing
and erecting drilling equipment, temporary buildings, coordinating service with
utility providers, and other construction facilities; and implementing security
requirements; all as required for the proper performance and completion of the
WORK. Mobilization shall include the following principal items:
1. Coordination with land County’s or their representatives.
2. Video or Photo Log documentation of existing site conditions.
3. Procurement of all required permits.
4. Removal of plantings only as necessary for site access and work.
5. Movement onto the site of all Contractor's plant and equipment required for
the work.
6. Clearance of site and establishment of vertical and horizontal controls with
reference to NAVD1988 and NAD83 (1990 Adjustment), respectively.
7. Preparation of access and construction area.
8. Construction of any temporary drilling pads or other facilities.
9. Installation of temporary security fencing.
10. Establishment of temporary construction power, wiring, and lighting facilities.
11. Establishment of fire protection systems.
12. Development or procurement of construction water supply.
13. Establishment of on-site sanitary facilities and potable water facilities, as
needed.
14. Arrangement and erection of Contractor's work and storage yard, as needed.
15. Posting of all OSHA required notices and establishment of construction safety
programs.
16. Contractor to obtain a flow meter with backflow preventor from WWS.
BROWARDCOUNTY
MOBILIZATION, DEMOBILIZATION, AND SITE PRESTORATION
PAGE01505-1
1.2 PAYMENT FOR MOBILIZATION/DEMOBILIZATION
A. Payment for mobilization will be as stated in Section 01025 – Measurement and
Payment.
1.3 THE REQUIREMENT
A. The WORK of this Section includes measures to protect existing walkways, fences,
buildings, houses and associated improvements, streets, and utilities down-slope
of construction areas from damage due to boulders, trees or other objects
dislodged during the construction process; clearing, grubbing and stripping; and re-
grading of certain areas to receive embankment fill required during the Contractor's
initial move onto the Site.
1.4 SITE INSPECTION
A. Prior to moving onto the Site, the Contractor shall inspect the Site conditions and
review maps of the existing site and facilities delineating the County’sproperty,
easements, and right-of-way lines.
B. Prior to moving onto the Site, the Contractor shall document the existing Site
conditions of the construction area and surrounding areas both outside and inside
adjacent buildings within 500 feet of the Site in a color video survey or color still
frame photo survey.
PART 2 -- PRODUCTS
2.1 GENERAL:
A. Provide all materials and equipment to accomplish the work in accordance with the
Specifications.
B. Water Source: The Contractorshall install a pressure-reducing backflow
prevention device to any potable water source. The Contractor shall also provide
all temporary pipe and fittings required by the utility County or provided by the utility
County between the work site, well, mixing tanks, circulation systems, and water
source.
C. Power Supply: The Contractor shall determine the type and amount available and
arrange for a separate electric power service, and shall pay all costs for the electric
power used during the Contract period. Temporary electric installation shall meet
the utility County requirements and construction safety requirements of OSHA,
state, and other governing agencies.
D. Sanitary Facilities: The Contractor shall provide and maintain sanitary facilities for
employees and subcontractors’ employees that shall comply with the regulations
of the local and state departments of health and as directed by the County.
BROWARDCOUNTY
MOBILIZATION, DEMOBILIZATION, AND SITE PRESTORATION
PAGE01505-2
Sanitation facilities shall be on site prior to equipment mobilization and removed or
moved to the next site shortly after demobilization.
PART 3 -- EXECUTION
3.1 PRIMARY PLANT SITE ACCESS
A. The Contractor shall obtain all badge and other security requirements of the County
prior to mobilization.
B. The Contractor shall develop any necessary access to the Site, including access
barriers to prohibit entry of unauthorized persons.
C. Utility Interference: Where existing utilities interfere with the WORK, notify the
utility County and the County before proceeding.
3.2 HORIZONTAL AND VERTICAL CONTROL
A. The Contractor shall retain the services of a land surveyor licensed in the State of
Florida to provide horizontal and vertical control on a point adjacent to or on the
well that will remain fixed throughout the performance of the work to facilitate
vertical measurements. Vertical control shall be reported relative to the North
American Vertical Datum of 1988 (NAVD88). Horizontal control shall be reported
relative to the North America Datum of 1983 (NAD83) with 1990 Adjustment. Five
copies of the final report, including field survey notes, shall be provided to the
County.
3.3 CLEARING, GRUBBING, AND STRIPPING
A. Construction and work areas shall be cleared of grass and weeds and other
objectionable material of any kind which would interfere with the performance or
completion of the WORK, create a hazard to safety, or impair the subsequent
usefulness of the WORK, or obstruct its operation. Trees and other natural
vegetation outside the actual lines of construction or work site shall be protected
from damage during performance of the WORK, as approved by the County.
B. All objectionable material from the clearing and grubbing process shall be removed
from the Site and disposed of in safe locations as approved by the County and per
the Contractor’s disposal plan.
C. Any suitable stripped material shall be stockpiled and incorporated into the final site
grading.
D. Unless otherwise indicated, native trees larger than three inches in diameter at the
base shall not be removed without a valid Broward County tree removal permit.
The removal of any trees, shrubs, fences, or other improvements outside of rights-
of-way, if necessary for the CONTRACTOR's choice of means and methods, shall
be arranged with the County of the property, and shall be removed and replaced,
at no additional cost to the COUNTY.
BROWARDCOUNTY
MOBILIZATION, DEMOBILIZATION, AND SITE PRESTORATION
PAGE01505-3
E.All tree re-locations, removals and replacements shall be in accordance with Broward
County and local municipal ordinances and permits governing such activities.
3.4 OVEREXCAVATION, REGRADING, AND BACKFILL UNDER FILL AREAS
A. After the fill areas have been cleared, grubbed, and excavated, the areas to receive
fill will require over-excavation, re-grading, and backfill, consisting of the removal
and/or stockpiling of undesirable soils. The ground surface shall be re-contoured
for keying the fill and removing severe or abrupt changes in the topography of the
Site. The over- excavated shall be backfilled.
3.5 TEMPORARY WORK PAD
A. The Contractorshall construct and maintain a compacted lime-rock work pad as
needed to support the Contractor’s equipment, mixing tanks, and load capacities.
The Contractor shall provide to the County a suitable design for the temporary
work pad prior to mobilization that consists of at a minimum the following:
1. The ground surface beneath the compacted lime-rock work pad shall be
lined with a buried impermeable high-density polyethylene (HDPE) liner
(e.g., 30-mil geomembrane, or equivalent).
2. The impermeable linershall be installed in accordance to manufacturer
specifications and extend up and over the earthen walls surrounding the
temporary work pad.
3. The Contractor shall maintain and repair any damage to the linerto the
satisfaction of the County.
B. The work pad shall be able to retain all necessary quantities of fluids and cuttings
generated during rehabilitation, construction,and testing, without leakage or
spillage, and serve as a work floor forall rehabilitation and drilling activities.
The Contractor shall review the design of the foundation for the work pad and
verify the suitability for placement of their equipment. It will be necessary to store
all fuel or chemical tanks used during well rehabilitation or construction on this
pad. The Contractor may modify the temporary drilling pad to accommodate its
specific equipment and the work with the approval of the County.
C. Construct an earthen wall of sufficient height (minimum of 2.5 feet) around the
perimeter of the drilling rig, crane truck, and settling tanks, constructed to contain
all rehabilitation or drilling fluids and/or formation waters.
D. Any sumps or drains in the work pad shall be sealed below, not to allow leakage
beneath the pad (including “rat” or “mouse” holes used during drilling). Any sumps
shall have 6-inch water stop material in all joints.
3.6 CONTAMINATION PRECAUTIONS
BROWARDCOUNTY
MOBILIZATION, DEMOBILIZATION, AND SITE PRESTORATION
PAGE01505-4
A. The Contractor shall at all times during the work keep the premises clean and
orderly, and upon completion of the work, repair all damage caused by equipment,
dispose of all developed or mixed materials, and leave the project site free of
rubbish or excess materials of any kind.
B. The Contractor shall install and secure a 2-foot-wide silt screen along the entire
length of the temporary work pad that parallels any adjacent surface water body.
This silt screen shall be installed and secured in accordance with manufacturer’s
specifications.
C. The Contractor shall be required to take all necessary steps to ensure that
formation water produced during drilling is confined to the lined work pad and
conveyed to the onsite circulation systems or storage tanks. The Contractor shall
insure that produced formation water meets all applicable discharge requirements
before being conveyed to an identified discharge point approved by the County. If
the Contractor has approval to discharge into a municipal sanitary sewer system,
the Contractor will be responsible for compliance with utility County requirements.
The adequacy of the discharge to meet all permit or utility County requirements
must be demonstrated to and accepted by the County.
D. The Contractor shall make his/her own arrangements for connections to an existing
sanitary sewer system. The Contractor shall install a pressure reducing backflow
prevention device to any sanitary sewer system. The Contractorshall also provide
all temporary pipe and fittings required between the well, the circulation system,
and the sanitary sewer system. Upon completion of work at the site, the Contractor
shall promptly remove all temporary pipe and fittings between the well, the
circulation system and the sanitary sewer system and return any modifications to
sanitary sewer system to preconstruction conditions or better.
E. Materials shall be stored to ensure the preservation of their quality and fitness for
the work. When considered necessary, they shall be placed on wooden platforms
underlain by 30-mil thick, HDPE plastic or other hard, clean surfaces, and not on
the ground. Stored materials shall be located to facilitate prompt inspection. Private
property shall not be used for storage purposes without the written permission of
the County or lessee. Such written permission must be provided to the County prior
to the Contractor’s use of private property.
F. The Contractorshall comply with the State Wellhead Protection Program Chapter
62-521, FAC and Chapter 27, Article XIII of the Broward County Code while working
within Wellhead Protection Zone 1.
G. Storage of hazardous material onsite must be approved by the County. If approved,
all regulated materials/chemicals shall be stored in a secondary containment area
in compliance with applicable local and County, ordinances and State and Federal
regulations. The integrity of the secondary containment area must be demonstrated
to and accepted by the County.
H. The Contractor shall be responsible for all petroleum and chemical spills that may
BROWARDCOUNTY
MOBILIZATION, DEMOBILIZATION, AND SITE PRESTORATION
PAGE01505-5
occur as a result of the Contractor’s and/or subcontractors’ negligence or
vandalism. All remedial action(s) and disposal of contaminated materials shall be
in accordance to all applicable local, state, and federal regulations at the
Contractor’s own expense.
I. Upon completion of the project, all contaminated material and hazardous waste
product shall be removed by the Contractor and be properly disposed of in
accordance with all applicable local, state and federal regulations at the
Contractor’s own expense.
3.7 SITE CLEANUP, PRESERVATION, AND RESTORATION
A. The Contractor shall perform clean-up work on a regular basis and as frequently
as requested by the County. Basic site restoration in an area shall be
accomplished immediately following installation or substantial completion of the
required facilities in that area. In addition, such work shall be performed when
requested by the County. If the Contractor fails to perform periodic clean-up and
basic restoration of the site to the County’s satisfaction, they may, receive written
notice of non-performance. The Contractor shall address and remedy those
concerns within five days of receipt of the written notice and employ such labor
and equipment as necessary to remedy the concerns at the Contractor’s own
expense.
B. Upon completion of work at the site, the Contractor shall promptly remove all their
equipment and unused materials. They shall dismantle any temporary structures
erected for the purpose of the work that are not part of the final product. They
shall promptly remove the temporary work pad and retaining wall, fill “rat”, “mouse”
holes, and leave the site in a manner acceptable to the County and in as good or
better condition than indicated by the pre-mobilization video/photo log, within two
weeks after the completion of drilling, rehabilitation, abandonment, and testing
operations.
C. The Contractor shall repair and restore all damaged asphalt areas to
preconstruction or better condition.
D. Remove all excavated materials from grassed and planted areas, and restore
these surfaces to a condition equivalent or better than their original condition.
E. The Contractor may store drill cuttings and recovered debris on site during
rehabilitation, testing and drilling operations, but prior to demobilization, the
cuttings and recovered debris must be removed and disposed of in accordance
with federal, state, and local regulations at an approved disposal site. The
CONTRACTOR shall furnish the County, prior to beginning construction, the
name, and location of the intended disposal site along with documentation that the
site has been approved by the appropriate regulatory agencies.
F. Upon completion of the project, all areas used by the Contractor shall be properly
graded to drain and blend in with the abutting property.
BROWARDCOUNTY
MOBILIZATION, DEMOBILIZATION, AND SITE PRESTORATION
PAGE01505-6
G. Following restoration and grading, disturbed areas shall be planted with new sod
and plantings consistent with pre-work conditions. All ground preparation and
sodding shall be done in accordance with the best-accepted practices for lawn
planting. Sod shall be consistent with pre-work existing conditions, St. Augustine,
Bahia grass or equivalent to match area pre-construction conditions. The
Contractor shall be responsible for obtaining a satisfactory grass turf/seed
acceptable to the County.
H. Upon completion of sodding, the entire planted area shall be soaked to saturation
by a fine spray. The Contractor shall be responsible for watering the sod for thirty
days.
I. Replaced sod or plantings in well-field areas should not be fertilized.
- END OF SECTION
BROWARDCOUNTY
MOBILIZATION, DEMOBILIZATION, AND SITE PRESTORATION
PAGE01505-7
SECTION 01510 -TEMPORARY UTILITIES
PART 1 -- GENERAL
1.1 GENERAL REQUIREMENTS
A. Types: The types of utility services required for general temporary use at the work
site include the following:
1. Water service (potable for drilling)
2. Wastewater facilities (for disposal of non-turbid development water)
3. Power source
4. Sanitary facilities
5. Fire Protection
1.2 JOB CONDITIONS
A. Scheduled Uses: The Contractor shall, in conjunction with establishment of the
job progress schedule, establish a schedule for implementation and termination of
service for each temporary utility at the earliest feasible time, and when acceptable
to County.
PART 2 -- PRODUCTS
2.1 MATERIALS
A. The Contractor shall provide either new or used materials and equipment, which
are in substantially undamaged condition and without significant deterioration and
which are recognized in the construction industry, by compliance with appropriate
standards, as being suitable for intended use in each case. Where a portion of the
temporary utility is provided by a utility company, the Contractor shall provide the
remaining portion with matching and compatible materials and equipment and shall
comply with recommendations of the utility company.
PART 3 -- EXECUTION
3.1 INSTALLATION OF TEMPORARY UTILITY SERVICES
A. Wherever feasible, the Contractor shall engage the utility company to install
temporary service to the project, or as a minimum, to make connection to existing
utility service; locate services where they will not interfere with the total project
construction work, including installation of permanent utility services; and maintain
temporary services as installed for required period of use; and relocate, modify or
extend as necessary from time to time during that period as required to
accommodate the work.
TEMPORARY UTILITIES
BROWARDCOUNTY
PAGE 01510-1
3.2 WATER SUPPLY
A. The Contractor shall obtain the water supply necessary for rehabilitation,
construction, and testing activities. The contractorshall provide all facilities
necessary to convey the water from the source to the points of use in accordance
with the requirements of the Contract Documents. The Contractor shall be
responsible for all costs and charges associated with the water supply.
B. Water Connections: The Contractor shall coordinate with the Broward County
Water and Wastewater Services for obtaining water and/or wastewater service
connections. The Contractor shall pay the fee for meters and all other charges for
facility use.
C. The Contractor shall obtain appropriate authorizations or permits required for water
supply or wastewater disposal, as applicable. The Contractor will be responsible
for all costs associated with such authorization and permits and shall be reimbursed
by the County for permit fees with appropriate backup documentation.
3.3 INSTALLATION OF SANITARY FACILITIES
A. Toilet Facilities: Fixed or portable chemical toilets shall be provided wherever
needed for the use of CONTRACTOR’s employees. Toilets at construction job
sites shall conform to the requirements of Subpart D, Section 1926.51 of the OSHA
Standards for Construction.
B. Sanitary and Other Organic Wastes: The Contractor shall establish a regular
daily collection of all sanitary and organic wastes. All wastes and refuse from
sanitary facilities provided by the Contractor or organic material wastes from any
other source related to the Contractor's operations shall be disposed of away from
the work site in a manner satisfactory to the County and in accordance with all laws
and regulations pertaining thereto.
3.4 POWER SUPPLY
A. The Contractor shall coordinate with Florida Power and Light (FPL) for obtaining a
power service connection at the site. The Contractor shall pay the fee for meters
and all other charges for site power usage and will be reimbursed using the
allowance related to Non-Broward County Permits and Fees.
3.5 INSTALLATION OF FIRE PROTECTION
A. Fire Protection: The Contractor shall develop a fire protection program. Hose
connections and hose, water casks, chemical equipment, or other sufficient means
shall be provided for fighting fires in the temporary structures and other portions of
the WORK, and responsible persons shall be designated and instructed in the
operation of such fire apparatus so as to prevent or minimize the hazard of fire.
The Contractor's fire protection program shall conform to state and local
requirements and Subpart F of the OSHA Standards for Construction.
TEMPORARY UTILITIES
BROWARDCOUNTY
PAGE 01510-2
3.6 OPERATIONS AND TERMINATIONS
A.Inspections: Prior to placing temporary utility services into use, the Contractor
shall inspect and test each service and arrange for governing authorities' required
inspection and tests, and obtain required certifications and permits for use thereof.
B. Protection: The Contractor shall maintain distinct markers for underground lines,
and protect underground lines from damage during excavating operations.
C. Termination and Removal: When need for a temporary utility service, or a
substantial portion thereof has ended, or when its service has been replaced by
use of permanent services, or not later than time of substantial completion, the
Contractor shall promptly remove the utility installation unless requested by County
to retain it for a longer period. The Contractor shall complete and restore WORK
which may have been delayed or affected by installation and use of temporary
utility, including repairs to construction and grades and restoration and cleaning of
exposed surfaces.
D. Removal of Water Connections: Before final acceptance of the WORK, all
temporary connections and piping installed by the Contractor shall be entirely
removed, and all affected improvements shall be restored to original condition or
better, to the satisfaction of the County and to the agency owning the affected utility.
-END OF SECTION
TEMPORARY UTILITIES
BROWARDCOUNTY
PAGE 01510-3
SECTION 01530 - PROTECTION OF EXISTING FACILITIES
PART 1 -- GENERAL
1.1 GENERAL
A. The Contractorshall protect the site and control access to the site.
B. The Contractor shall protect all existing utilities and improvements not designated
for removal and shall restore damaged or temporarily relocated utilities
and improvements to a condition equal to or better than prior to such damage or
temporary relocation, all in accordance with the Contract Documents.
1.2 RIGHTS-OF-WAY
A. The Contractor shall not do any work that would affect any oil, gas, sewer, or water
pipeline; any telephone, telegraph, or electric transmission line; any fence; or any
other structure, nor shall the Contractorenter upon rights-of-way until access has
secured from the proper party.
B. After authority has been obtained, the Contractor shall give said party due notice
of its intention to begin work, if required by said party, and shall remove, shore,
support, or otherwise protect such pipeline, transmission line, ditch, fence, or
structure, or replace the same.
1.3 PROTECTION OF STREET OR ROADWAY MARKERS
A. The Contractor shall not destroy, remove, or otherwise disturb any existing survey
markers or other existing street or roadway markers without proper authorization.
No pavement breaking or excavation shall be started until all survey or other
permanent marker points that will be disturbed by the construction operations have
been properly referenced. Survey markers or points disturbed by the Contractor
shall be accurately restored after street or roadway resurfacing has been
completed at Contractor’s expense.
1.4 RESTORATION OF PAVEMENT
A. All paved areas including asphaltic concrete berms and walkways cut or damaged
during construction shall be replaced with similar materials of equal thickness to
match the existing adjacent undisturbed areas, except where specific resurfacing
requirements have been called for in the Contract Documents or in the
requirements of the agency issuing the permit.
B. Pavement Restoration: The pavement restoration requirement to match existing
sections shall apply to all components of existing sections, including sub-base,
base, and pavement. Temporary and permanent pavement shall conform to the
requirements of the affected pavement County. Pavements which are subject to
partial removal shall be neatly saw cut in straight lines.
PROTECTION OF EXISTING FACILITIES
BROWARDCOUNTY
PAGE 01530-1
C. Temporary Resurfacing: Wherever required by the public authorities having
jurisdiction, the Contractor shall place temporary surfacing promptly after backfilling
and shall maintain such surfacing for the period of the work before proceeding with
the final restoration of improvements.
D. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent
surfaces, the Contractor shall saw cut back and trim the edge so as to provide a
clean, sound, vertical joint before permanent replacement of an excavated or
damaged portion of pavement. Damaged edges of pavement along excavations
and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement
restoration and other facilities restoration shall be constructed to finish grades
compatible with adjacent undisturbed pavement.
E. Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private
roads have been removed for purposes of construction, the Contractor shall place
suitable temporary sidewalks or roadways promptly after backfilling and shall
maintain them in satisfactory condition for the period of time fixed by the authorities
having jurisdiction over the affected portions. If no such period of time is so fixed,
the Contractor shall maintain said temporary sidewalks or roadways until the final
restoration thereof has been made.
1.5 EXISTING UTILITIES AND IMPROVEMENTS
A. The Contractor shall protect underground utilities and other improvements which
may be impaired during construction operations, regardless of whether or not the
utilities were located prior to mobilization or are indicated on drawings. The
Contractor shall take all possible precautions for the protection of unforeseen utility
lines to provide uninterrupted service and to provide such special protection as may
be necessary.
B. The Contractor shall be responsible for exploratory excavations as it deems
necessary to determine the exact locations and depths of utilities which may
interfere with its work. All such exploratory excavations shall be performed as soon
as practicable after Notice to Proceed and, in any event, a sufficient time in advance
of construction to avoid possible delays to the Contractor's progress. When such
exploratory excavations show the utility location to be in error, the Contractor shall
notify the County. The number of exploratory excavations required shall be that
number which is sufficient to determine the alignment and grade of the utility. All
costs for exploratory excavations shall be included in the Contractor’s bid.
C. Utilities to be Moved: In case it shall be necessary to move the property of any
public utility or franchise holder, the Contractor shall request of such utility company
or franchise holder, with approval of the County, to move such property within a
specified reasonable time.
D. Utilities to be Removed: Where the proper completion of work requires the
temporary or permanent removal and/or relocation of an existing Utility or other
improvement which is indicated, the Contractor shall remove and, without
PROTECTION OF EXISTING FACILITIES
BROWARDCOUNTY
PAGE 01530-2
unnecessary delay, temporarily replace or relocate such utility or improvement in a
manner satisfactory to the County and the Countyof the facility. In all cases of such
temporary removal or relocation, restoration to the former location shall be
accomplished by the Contractor in a manner that will restore or replace the utility or
improvement as nearly as possible to its former locations and to as good or better
condition than found prior to removal. When utility lines that are to be removed are
encountered within the area of operations, the Contractor shall notify the County a
sufficient time in advance for the necessary measures to be taken to prevent
interruption of service.
E. COUNTY's Right of Access: The right is reserved by the County and the owners
of public utilities and franchises to enter at any time upon any public street, alley,
right-of- way, or easement for the purpose of making changes in their property
made necessary by the Contract Documents.
F. Underground Utilities Indicated: Existing utility lines that are indicated or the
locations of which are made known to the Contractor prior to excavation and that
are to be retained, and all utility lines that are constructed during excavation
operations shall be protected from damage during excavation and backfilling and,
if damaged, shall be immediately repaired or replaced by the contractor, unless
otherwise repaired by the owner of the damaged utility. If the County of the
damaged utility performs its own repairs, the contractor shall reimburse said County
for the costs of repair.
G. Underground Utilities Not Indicated: In the event that the Contractor damages
existing Utility lines that are not indicated or the locations of which are not made
known to the Contractor prior to excavation, a verbal report of such damage shall
be made immediately to the County and a written report thereof shall be made
promptly thereafter. The County will immediately notify the owner of the damaged
utility. If the County is not immediately available, the Contractor shall notify the utility
County of the damage.
H. Approval of Repairs: All repairs to a damaged utility or improvement are subject
to inspection and approval by an authorized representative of the utility or
improvement Owner before being concealed by backfill or other work.
I. Maintaining in Service: Unless indicated otherwise, oil and gasoline pipelines,
power, and telephone or the communication cable ducts, gas and water mains,
irrigation lines, sewer lines, storm drain lines, poles, and overhead power and
communication wires and cables encountered during the WORK shall remain
continuously in service during all the operations under the Contract Documents,
unless other arrangements satisfactory to the County are made with the County of
said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable.
The Contractor shall be responsible for and shall repair all damage due to its
operations, and the provisions of this Section shall not be abated even in the event
such damage occurs after backfilling or is not discovered until after completion of
the backfilling.
1.6 PROTECTION OF STRUCTURES AND ABOVE GROUND UTILITIES
PROTECTION OF EXISTING FACILITIES
BROWARDCOUNTY
PAGE 01530-3
A. The Contractor shall exercise all necessary precautions so as not to damage or
destroy any existing above ground utility or structure.
B. At the direction of the Countythe Contractor shall provide the services of a Florida
Licensed Engineer to provide a written report detailing any anticipated impacts to
a utility or structure as a result of the Contractor’s work activities.
C. In the event that the Contractordamages an existing utility or structure a verbal
report of such damage shall be made immediately to the County and a written
report thereof shall be made promptly thereafter. The County will immediately
notify the County of the damaged Utility. If the County is not immediately available,
the Contractor shall notify the Utility County of the damage. If directed by the
County, repairs shall be made by the Contractor.
1.7 TREES OR SHRUBS WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS
A. Except where trees or shrubs are indicated to be removed, the Contractor shall
exercise all necessary precautions so as not to damage or destroy any trees or
shrubs, including those lying within street rights-of-way and project limits, and shall
not trim or remove any trees unless such trees have been approved for trimming
or removal by the County or the owner. Existing trees and shrubs which are
damaged during construction shall be trimmed or replaced by the Contractor or a
certified tree company under permit from the jurisdictional agency and/or the
Owner. Tree trimming and replacement shall be accomplished in accordance with
the following paragraphs.
B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn
branches left; clean cuts shall be made close to the trunk or large branch. Spikes
shall not be used for climbing live trees. Cuts over 1 and 1/2 inches in diameter
shall be coated with a tree paint product that is waterproof, adhesive, and elastic,
and free from kerosene, coal tar, creosote, or other material injurious to the life of
the tree.
C. Replacement: The Contractor shall immediately notify the jurisdictional agency
and/or the County if any tree or shrub is damaged by the Contractor's operations.
If, in the opinion of said agency or the County, the damage is such that replacement
is necessary, the Contractor shall replace the tree or shrub at its own expense.
The tree or shrub shall be of a like size and variety as the one damaged, or, if of a
smaller size, the Contractor shall pay to the County of said tree a compensatory
payment acceptable to the tree or shrub County, subject to the approval of the
jurisdictional agency or County. The size of the tree or shrub shall be not less than
1 in inch diameter or less than 6 feet in height. Planting replacement trees and
shrubs shall be in accordance with the recommendations of the nursery. Unless
otherwise indicated, the Contractor shall water and maintain the replacement trees
and shrubs for 1 month after planting.
1.8 LAWN AREAS
PROTECTION OF EXISTING FACILITIES
BROWARDCOUNTY
PAGE 01530-4
A. Lawn or landscaped areas damaged during construction shall be repaired to match
the pre-construction condition as indicated by the pre-mobilization video/photo log.
1.9 NOTIFICATION BY THE CONTRACTOR
A. Prior to any excavation in the vicinity of any existing underground facilities,
including all water, sewer, storm drain, gas, petroleum products, or other pipelines;
all buried electric power, communications, or television cables; all traffic signal and
street lighting facilities; and all roadway and state highway rights-of-way, the
Contractor shall notify the respective authorities representing the County(s)or
agencies responsible for such facilities not less than three days nor more than
seven days prior to excavation so that a representative of said Ownersor agencies
can be present during such work if they so desire.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
- END OF SECTION
PROTECTION OF EXISTING FACILITIES
BROWARDCOUNTY
PAGE 01530-5
SECTION 01535 –SECURITY
PART 1 -- GENERAL
1.1 SECURITY PROGRAM
A. The Contractor shall protect WORK and existing premises from theft, vandalism,
and unauthorized entry and shall initiate a security program at mobilization and
maintain a security program throughout the construction period until County’s
occupancy of the work.
B. The Contractor shall install an 8-foot-high temporary security fence with sight and
sound barriers around the site boundaries.
C. The Contractorshall install a temporary lock to restrict access to the work site and
maintain a locked site at all times when construction is not in progress.
1.2 ENTRY CONTROL
A. The Contractor shall restrict entry of persons and vehicles into site and only allow
entry to authorized persons with proper identification.
B. The Contractor shall maintain a daily log of workers and visitors and make the log
available to the County on request.
1.3 PERSONNEL IDENTIFICATION
A. The Countyshall issue identification (ID) badges for Contractor’s authorized
personnel, as required. ID badges shall be worn when on site. Other approved
forms of identification may be acceptable.
B. The County shall issue one pass card for facility access to the Contractor’s
identified supervisor. The Contractor will be responsible for appropriate use and
maintenance of the pass card and will return the pass card to the County when the
project is complete.
C. Personnel additions or deletions shall be reported in writing to the County’s
designated representative in the Utilities Department within 24 hours of the change.
D. The Contractor’s supervisor will be required by the County to sign in at the work
site every day of work.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
- END OF SECTION
SECURITY
BROWARDCOUNTY
PAGE01535-1
SECTION 01560 -TEMPORARY ENVIRONMENTAL CONTROLS
PART 1 -- GENERAL
1.1 EXPLOSIVES AND BLASTING
A. The use of explosives will not be permitted.
1.2 DUST ABATEMENT
A. The Contractor shall prevent its operation from producing dust in amounts
damaging to property, cultivated vegetation, or domestic animals, or causing a
nuisance to persons living in or occupying buildings in the vicinity of the Site. The
Contractorshall be responsible for any damage resulting from dust originating from
its operations. Dust abatement measures shall be continued until the Contractoris
relieved of further responsibility by the County.
B. Storage Piles: Enclose, cover, water (as needed), or apply non-toxic soil binders
according to manufacturer's specifications on material piles (i.e. gravel, sand, dirt)
with a silt content of 5 percent or greater.
C. Active Areas of Site: Water active construction areas and unpaved roads as
needed and as requested by County.
D. Inactive Areas of Site: Apply non-toxic soil stabilizers according to manufacturer's
specifications to inactive construction areas, or water as needed to maintain
adequate dust control.
E. Vehicle Loads: Cover or maintain at least 2-feet of freeboard vertical distance
between the top of the load and the top of the trailer sides on trucks hauling dirt,
sand, soil, or other loose materials off of the Site.
F. Roads: When there is a visibletrack-out onto a paved public road, install wheel
washers where the vehicles exit and enter onto the paved roads and wash the
undercarriage of trucks and any equipment leaving the Site on each trip. Sweep
the paved street at the end of each shift with a Mobil Athey or similar water spray
pick-up broom-type street sweeper as necessary or as directed.
G. Vehicle Speeds: If watering of unpaved roads is not sufficient to control dust,
reduce vehicle speeds to 15 mph or less on such roads.
1.3 SEDIMENTATION ABATEMENT
A. The Contractor shall be responsible for collecting, storing, hauling, and disposing
of spoil, silt, and waste materials in compliance with applicable federal, state, and
local rules and regulations and the Contract Documents.
TEMPORARY ENVIRONMENTAL CONTROLS
BROWARDCOUNTY
PAGE01560-1
B. Install and maintain erosion and sediment control measures, such as swales,
grade stabilization structures, berms, dikes, waterways, filter fabric fences, and
sediment basins.
C. Filter fabric barrier systems, if used, shall be installed in such a manner that surface
runoff will percolate through the system in sheet flow fashion and allow sediment
to be retained and accumulated.
D. Remove and dispose of sediment deposits at the designated spoil area. If a spoil
area is not indicated, dispose of sediment off-site at a location not in or adjacent to
a stream or floodplain. Sediment to be placed at the spoil area should be spread
evenly, compacted, and stabilized. Sediment shall not be allowed to flush into a
stream or drainage way.
E. Maintain erosion and sediment control measures until final acceptance or until
requested by the County to remove it.
1.4 RUBBISH CONTROL
A. During the progress of the WORK, the Contractor shall keep the work site and
adjacent areas in a neat and clean condition, and free from any accumulation of
rubbish. The Contractor shall dispose of all rubbish and waste materials of any
nature occurring at the work site, and shall establish regular intervals of collection
and disposal of such materials and waste. The Contractor shall also keep its haul
roads free from dirt, rubbish, and unnecessary obstructions resulting from work
operations. Disposal of all rubbish and surplus materials shall be off the work site
in accordance with local codes and ordinances governing locations and methods
of disposal, and in conformance with all applicable safety laws, and to the particular
requirements of Part 1926 of the OSHA Safety and Health Standards for
Construction.
1.5 NOISE
A. The Contractor shall provide mufflers on equipment and take whatever other steps
are necessary during rehabilitation, drilling, pumping, testing and all other work
incidental thereto, to ensure that noise levels and associated acoustic vibrations
conform to the local noise ordinance as required by the County and do not create
adverse conditions in the surrounding area that are directly related to construction
activities. Equipment storage and staging areas will be planned to be in areas away
from homes, and traffic will be restricted to essential services during quiet hours,
to preserve the rights of local homeowners.
1.6 CHEMICALS
A. All chemicals used during project treatments, construction, and testing or furnished
for project operation, whether defoliant, soil sterilant, herbicide, pesticide,
disinfectant, polymer, reactant or of other classification, shall show approval of
either the U.S. Environmental Protection Agency or the U.S. Department of
Agriculture. Use of all such chemicals and disposal of residues shall be in strict
TEMPORARY ENVIRONMENTAL CONTROLS
BROWARDCOUNTY
PAGE01560-2
accordance with the printed instructions of the manufacturer.
1.7 CULTURAL RESOURCES
A. The Contractor's attention is directed to the National Historic Preservation Act of
1966 (16 U.S.C. 470) and 36 CFR 800 which provides for the preservation of
potential historical architectural, archaeological, or cultural resources (hereinafter
called "culturalresources").
B. In the event potential cultural resources are discovered during subsurface
excavations at the Site, the following procedures shall be instituted:
1. The County will issue a temporary Notice to Suspend Work directing the
Contractor to cease construction operations at the location of such potential
cultural resources find.
2. The suspension Notice will contain the following:
a. A clear description of the WORK to be suspended
b. Instructions regarding issuance of further orders by the Contractor for
material services.
c. Guidance as to the action to be taken on subcontracts.
d. Suggestions to the Contractor to minimize incurred costs
e. Estimated duration of the temporary suspension.
3. Such suspension shall be effective until such time as a qualified archeologist
can assess the value of the potential cultural resources and make
recommendations to the Florida Division of Historical Resources.
4. The County will implement appropriate actions as directed by the Florida
Division of Historical Resources or Project Manager. The Contractor shall
cease WORK in the area of a discovery until appropriate actions have been
determined in accordance with this paragraph.
5. If human remains are discovered, WORK in the immediate vicinity of the find
shall stop. The Broward County Coroner shall be notified.
C. If the archeologist determines that the potential find is a bonafide cultural resource,
at the direction of the Florida Division of Historical Resources, the COUNTY will
extend the duration of the suspension.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
- END OF SECTION
TEMPORARY ENVIRONMENTAL CONTROLS
BROWARDCOUNTY
PAGE01560-3
SECTION 01571 –TRAFFIC CONTROL
PART 1 -- GENERAL
1.1 THE REQUIREMENT
A.The Contractorshall be responsible for the maintenance of traffic within the limits
of the project for the duration of the construction and temporary suspensions of
work in accordance with the requirements of the Contract Documents. The term
”Maintenance of Traffic” includes all of such facilities, devices, and operations
required for the safety and convenience of the public as well as for minimizing
public nuisances.
1.2 CONTRACTOR SUBMITTALS
A. The Contractor shall develop a Traffic Control Plan (TCP) that complies with FDOT
standard indices for maintenance of traffic and shall submit the TCP to the County
prior to commencement of WORK. All TCP plans submitted must be designated,
signed and sealed by a Professional Florida Licensed Traffic Control Engineer.
1.3 CONTRACTOR'S WORK AND STORAGE AREA
A. The County will designate a construction area for the Contractor's use during the
term of the Contract. At completion of WORK, the Contractor shall return this area
to its original condition, as indicated in the pre-mobilization video/photo log.
B. The Contractor shall construct and use a separate storage area for hazardous
materials that meets applicable codes governing the WORK.
C. For the purpose of this paragraph, hazardous materials to be stored in the separate
area are all products labeled with any of the following terms: Warning, Caution,
Poisonous, Toxic, Flammable, Corrosive, Reactive, or Explosive. In addition,
whether or not so labeled, the following materials shall be stored in the separate
area: diesel fuel, gasoline, new and used motor oil, hydraulic fluid, cement, paints
and paint thinners, two- part epoxy coatings, sealants, asphaltic products, glues,
solvents, wood preservatives, sand blast materials, and spill absorbent.
1. Hazardous materials shall be stored in groupings according to the Material Safety
Data Sheets.
2. The Contractor shall develop and submit to the County a plan for storing and
disposing of the materials above.
3. The Contractor shall obtain and submit to the County a single EPA number for
wastes generated at the work site.
4. The separate storage area shall meet all the requirements of all authorities
having jurisdiction over the storage of hazardous materials.
5. All hazardous materials which are delivered in containers shall be stored in the
TRAFFIC CONTROL
BROWARDCOUNTY
PAGE01571-1
original containers until use. Hazardous materials which are delivered in bulk
shall be stored in containers which meet the requirements of authorities having
jurisdiction.
PART 2 -- PRODUCTS
2.1 Barricades, flashers, lights, and “Danger”, “Caution”, “Street Closed”, etc. signs
shall meet the requirements of the FDOT and the Manual of Uniform Traffic Control
Devices (MUTCD).
PART 3 -- EXECUTION
3.1 GENERAL
A. The CONTRACTOR shall implement the TCP.
B. At the end of this project, the Contractor shall remove temporary equipment and
facilities when no longer required and restore grounds to original or improved
conditions.
C. All work specified in this section will conform to the current edition of the MUTCD
(Manual on Uniform Traffic Control Devices), the Florida Department of
Transportation Roadway and Traffic Design Standards (600 Series), and the Florida
Department of Transportation Standard Specifications for Road and Bridge.
D. The Contractor is responsible to communicate with the barricade company on any
matters concerning deficiencies with the TCP at any time day or night. The
Contractor shall be in possession of the barricade company’s 24-hour number. The
barricade company’s representative shall be certified by the American Traffic
Safety Services Association or the International Municipal Signal Association.
E. All existing drainage flow must be maintained to prevent flooding of roadways and
adjoining property.
F. Access to private residences and commercial businesses shall be maintained at all
times during construction. The Contractor shall coordinate with the County on any
temporary access closings prior to beginning work in the area.
G. The Contractor shall supply signage to identify driveways for affected businesses.
3.2 TRAFFIC CONTROL PLAN
A. The TCP shall be site specific and shall include maintenance of traffic plans for all
construction within the right-of-way including travel lanes, turn lanes, medians, side
streets, sidewalks, and all intersection work impacted by the project.
B. The TCP must show all signs, devices, tapers, and buffer zones listing the proper
distances and lengths per the Manual of Uniform Traffic Control Devices and
Florida Department of Transportation (Roadway and Traffic Design Standards
Index Series 600).
TRAFFIC CONTROL
BROWARDCOUNTY
PAGE01571-2
C. The TCP must include a brief description of the WORK being done, along with the
starting and completion dates, WORK hours, night activity, etc. It also must include
a 24-hour emergency telephone number of the supervisor on the job responsible
for the maintenance of the TCP.
D. The TCP shall cover the major construction operations for this project. The
Contractor shall be responsible for the proper execution of the traffic control during
related minor construction operations.
E. Locations for advance warning and other construction signs as depicted on the
TCPs shall be approximate considering the existing field conditions.
F. For the protection of traffic in public or private streets and ways, the Contractor
shall provide, place, and maintain all necessary barricades, traffic cones, warning
signs, lights, flag men 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) and the appropriate indexes (600-660) of the FDOT Roadway and
Traffic Design Standards.
1. The Contractor shall take all necessary precautions for the protection of the
WORK and the safety of the public. Barricades and obstructions shall be
illuminated at night, and all lights shall be kept burning from sunset until sunrise.
The Contractor shall station 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. Signs, signals, and
barricades shall conform to the requirements of Subpart G, Part 1926, of the
OSHA Safety and Health Standards for Construction.
2. The Contractor shall submit three copies of a TCP to the County, FDOT and
the local municipality for review a minimum of two weeks prior to construction.
3. The Contractor shall remove traffic control devices when no longer needed,
repair all damage caused by installation of the devices, and shall remove post
settings and backfill the resulting holes to match grade.
3.3 MAINTENANCE OF TRAFFIC
A. The Contractor shall take all necessary precautions to prevent injury to public.
B. All maintenance access structures (MAS), valve boxes, or other similar structures
shall each be adequately barricaded and lighted if they pose a danger to the public.
C. Excavated material and construction materials shall not be stockpiled in such
manner as to unnecessarily hinder or confuse traffic adjacent to work. Materials
shall be stored at least 6 feet beyond the edge of pavement.
D. Toe boards will be provided to retain excavated material if required by FDOT.
TRAFFIC CONTROL
BROWARDCOUNTY
PAGE01571-3
E. Maintain all lanes that are being used for the maintenance of traffic, including those
on detours and temporary facilities, under all weather conditions. Keep the lanes
reasonably free of dust, and, when necessary to accomplish this, sprinkle them
with water, or apply some other dust palliative.
F. The alteration of existing traffic patterns to create a WORK zone shall not
commence until all labor and material are available for the construction in that area.
G. The Contractor shall repair all potholes immediately which develop within the
project limits and shall maintain a supply of asphalt cold mix on the project site to
expedite those repairs.
H. If during construction any MAS or valve box cover protrudes higher than one inch
above the pavement, the Contractor shall place an asphalt wedge around the cover
per FDOT standards.
I. Throughout the project limits where sidewalks currently exist, pedestrian and
wheelchair traffic shall be maintained on the project at all times. The travel-way
shall be a minimum of 4 feet in width, smooth, but not slick with waterproof surface,
and shall be ramped as necessary for continuity.
J. Where necessary the Contractor shall blend appropriately the elevations of
temporary and existing pedestrian walkways so as not to pose a danger to the
public.
K. The Contractor shall maintain safe vehicular access to all adjacent property at all
times.
L. Traffic disruptions which are not shown by the TCP, but which are necessary to
construct the project, shall be submitted in writing to County for approval prior to
commencement of WORK. Submitted material shall include sketches, calculations
and other data.
M. During and after completion of construction, the Contractor shall provideall
necessary temporary pavement markings (i.e., lane lines, arrows, crosswalks, stop
bars, etc.) until permanent markings are installed.
N. Conflicting existing pavement markings shall be removed. Removal ofexisting
pavement marking shall be accomplished by hydro blasting or by any other method
approved by FDOT. Use of black paint to cover existing pavement markings shall
be prohibited. Any conflicting existing pavement markings that have been removed
shallbe replaced upon completion of the project.
O. Arrows on theTCPsdenotedirection oftraffic only and do not reflect pavement
markings unless otherwise shown. Directional pavement arrows will be required for
all turning lanes.
P. The Contractor shall remove or cover any existing or proposed signs which conflict
with the TCPs. When the conflict no longer exists, the Contractor shall restore the
signs to their original condition. Unnecessary construction signs and markers that
TRAFFIC CONTROL
BROWARDCOUNTY
PAGE01571-4
are no longer applicable are to be covered or removed at the end of each workday.
Q. The Contractor shall repair and maintain roads and shoulders in the work area,
throughout the duration of the contract. Repairs shall be made to any low shoulders
or rutted out shoulders and restored to the condition at which it was at the
acceptance of the construction contract. Maintenance of roads shall be within 2-
inches from the top of pavement, throughout the duration of the contract and will
provide adequate drivability.
3.4 DETOURS
A. The Contractor shall provide at least two weeks notification to the County of the
necessity to close any portion of a roadway carrying vehicles or pedestrians so that
the final approval of such closings can be obtained at least 48 hours in advance.
To the greatest extent possible, no more than one lane of roadway shall be closed
to vehicles and pedestrians. With any such closings adequate provision shall be
made for the safe expeditious movement of vehicles and pedestrians.
B. Traffic may only be detoured upon approval of County. The Contractor shall
construct and maintain detour facilities wherever it becomes necessary to divert
traffic from an existing roadway. While traffic is detoured the Contractorshall
expedite construction operations and periods when traffic being detoured will be
strictly controlled by the County.
C. The Contractor shall be responsible for notifying the Police, Fire and Ambulance
Departments and FDOT whenever roads are impacted or impassable because of
the Contractor’s work.
D. Temporary travel lanes shall be no less than 10 feet in width, except as noted or
directed by FDOT.
3.5 ACCESS REQUIREMENTS
A. The Contractor shall provide necessary facilities for access to residences,
businesses, etc., along the project. Access to residential driveways will be provided
to the property line by the end of the workday.
3.6 MAINTENANCE, REMOVAL, AND REINSTALLATION OF EXISTING TRAFFIC
SIGNS
A. The maintenance and/or removal and reinstallation of any existing traffic control
street name sign, (hereinafter-termed Traffic Control Devices) within the
sign, or
area of the
project will be the responsibility of the Contractor.
B. The Contractor shall conduct all operations such that they will in no way obstruct
or interfere with the operation of any existing traffic control device.
C. The Contractor will be held responsible for any existing traffic control devices which
are damaged or removed without approval by the County and will be charged for
TRAFFIC CONTROL
BROWARDCOUNTY
PAGE01571-5
their replacement. This includes, but is not limited to, traffic signal loops, detector
loops embedded in the street, signal conduits, cable, and pull-boxesat signalized
intersections.
D. The Contractor will be held liable for any damage from any accident resulting from
the removal, relocation or failure of any existing traffic control devices by
construction operations.
E. The Contractor shall coordinate with the appropriate jurisdiction.
F. The Contractor shall be responsible to construct, relocate, and maintain all traffic
control signs, pavement markings, barriers, barricades and other devices to cover
and or remove signs as needed, and to do all work necessary to maintain a safe
work zone. The Contractorshall respond within two (2) hours of notification by
County.
G. Barricades and obstructions will be illuminated at night and all lights will be kept
burning from sunset until sunrise. Signs, signals and barricades will conform to the
requirements of Subpart G. Part 1926 of the OSHA Safety and Health Standards
for Construction, FDOT and MUTCD.
H. Existing permanent pavement markings will be maintained by the Contractor. Any
temporary pavement markings required to reroute traffic during construction
operations will be the responsibility of the Contractor.
I. Any permanent existing pavement markings that must be removed or obliterated in
order to reroute traffic either initially or during continuing construction operations
will be the responsibility of the Contractor.
END OF SECTION
TRAFFIC CONTROL
BROWARDCOUNTY
PAGE01571-6
SECTION 01630 - PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS
PART 1 --GENERAL
1.1 DEFINITIONS
A. The word "Products," as used in the Contract Documents, is defined to include
purchased items for incorporation into the WORK, regardless of whether
specifically purchased for the 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 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 termsused in the 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. Neither "Products" nor "Materials" nor "Equipment" includes machinery and
equipment used for preparation, fabrication, conveying, and erection of the WORK.
1.2 QUALITY ASSURANCE
A. Source Limitations: To the greatest extent possible for each unit of WORK, the
Contractor shall provide products, materials, and equipment of a singular generic
kind from a single source.
B. Compatibility of Options: Where more than one choice is available as options
for Contractor's selection of a product, material, or equipment, the Contractor shall
select an option which is compatible with other products, materials, or equipment.
Compatibility is a basic general requirement of product, material and equipment
selections.
1.3 PRODUCT DELIVERY AND STORAGE
A. The Contractor shall deliver and store the WORK in accordance with
manufacturer'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 the Site and overcrowding
of construction spaces. In particular, the Contractor shall ensure coordination to
ensure minimum holding or storage times for flammable, hazardous, easily
damaged, or sensitive materials to deterioration, theft, and other sources of loss.
PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS
BROWARDCOUNTY
PAGE01630-1
1.4 TRANSPORTATION AND HANDLING
A. Products shall be transported by methods to avoid damage and shall be delivered
in undamaged condition in manufacturer's unopened containers and packaging.
B. The Contractor shall provide equipment and personnel to handle products,
materials, and equipment including those furnished by County, 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.
1.5 STORAGE AND PROTECTION
A. Products shall be stored in accordance with the manufacturer’s written instructions
and with seals and labels intact and legible. Sensitive products shall be stored in
weather-tight climate-controlled enclosures and temperature and humidity ranges
shall be maintained within tolerances required by manufacturer's
recommendations.
B. For exterior storage of fabricated products, products shall be placed on sloped
supports above ground. Products subject to deterioration shall be covered with
impervious sheet covering and ventilation shall be provided to avoid condensation.
C. Loose granular materials shall be stored on solid flat surfaces in a well-drained area
and shall be prevented from mixing with foreign matter.
D. 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.
E. Storage shall be arranged in a manner to provide access for maintenance of stored
items and for inspection.
1.6 MAINTENANCE OF PRODUCTS IN STORAGE
A. Stored products shall be periodically inspected on a scheduled basis. The
Contractor shall maintain a log of inspections and shall make the log available on
request.
B. The Contractor shall comply with the manufacturer’s product storage requirements
and recommendations.
C. The Contractor shall maintain manufacturer-required environmental conditions
continuously.
D. The Contractor shall ensure that surfaces of products exposed to the elements are
not adversely affected and that weathering of finishes does not occur.
E. For mechanical and electrical equipment, the Contractor shall provide a copy of the
manufacturer's service instructions with each item and the exterior of the package
PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS
BROWARDCOUNTY
PAGE01630-2
shall contain notice that instructions are included.
F. Products shall be serviced on a regularly scheduled basis, and a log of services
shall be maintained and submitted as a record document prior to final acceptance
by the County in accordance with the Contract Documents.
1.7 PROPOSED SUBSTITUTIONS OR "OR-EQUAL" ITEM
A. Whenever materials or equipment are indicated in the Contract Documents by
using the name of a proprietary item or the name of a particular manufacturer, the
naming of the item is intended to establish the type, function, and quality required.
If the name is followed by the words "or equal" indicating that a substitution is
permitted, materials or equipment of other manufacturers may be accepted if
sufficient information is submitted by the Contractor to allow the Countyto
determine that the material or equipment proposed is equivalent or equal to that
named, subject to the following requirements:
1. The burden of proof as to the type, function, and quality of any such substitution
product, material or equipment shall be upon the Contractor.
2. The County will be the sole judge as to the type, function, and quality of any
such substitution and the County's decision shall be final.
3. The County may require the Contractorto furnish additional data about the
proposed substitution.
4. The County may require the Contractor to furnish a special performance
guarantee or other surety with respect to any substitution.
5. Acceptance by the Countyof a substitution item proposed by the Contractor shall
not relieve the Contractorof the responsibility for full compliance with the
Contract Documents and for adequacy of the substitution.
6. The Contractor shall pay all costs of implementing accepted substitutions,
including redesign and changes to work necessary to accommodate the
substitution.
B. The procedure for review by the County will include the following:
1. If the Contractor wishes to provide a substitution item, the Contractor shall make
written application to the County on the “Substitution Request Form."
2. Unless otherwise provided by law or authorized in writing by the County, the
"Substitution Request Form(s)" shall be submitted within the 35-day period after
award of the Contract.
3. Wherever a proposed substitution item has not been submitted within said 35-
day period, or wherever the submission of a proposed substitution material or
equipment has been judged to be unacceptable by the County, the Contractor
PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS
BROWARDCOUNTY
PAGE01630-3
shall provide the material or equipment indicated in the Contract Documents.
4. The Contractor shall certify by signing the form that the list of paragraphs on the
form is correct for the proposed substitution.
5. The County will evaluate each proposed substitution within a reasonable period
of time.
6. As applicable, no shop drawing submittals shall be made for a substitution item
nor shall any substitution item be ordered, installed, or utilized without the
COUNTY’s/Engineer's prior written acceptance of the Contractor's "Substitution
Request Form."
7. The Countywill record the time required by the County in evaluating substitutions
proposed by the Contractor and in making changes by the Contractor in the
Contract Documents occasioned thereby.
8. The Contractor's application shall address the following factors which will be
considered by the County in evaluating the proposed substitution:
a. Whether the evaluation and acceptance of the proposed substitution will
prejudice the Contractor's achievement of Substantial Completion on time.
b. Whether acceptance of the substitution for use in the WORK will require a
change in any of the Contract Documents to adapt the design to the
proposed substitution.
c. Whether incorporation or use of the substitution in connection with the
WORK is subject to payment of any license fee or royalty.
d. Whether all variations of the proposed substitution from the items originally
specified are identified.
e. Whether available maintenance, repair, and replacement service are
indicated. The manufacturer shall have a local service agency (within 50
miles of the site) which maintains properly trained personnel and adequate
spare parts and is able to respond and complete repairs within 24 hours.
f. Whether an itemized estimate is included of all costs that will result directly
or indirectly from acceptance of such substitution, including cost of
redesign and claims of other Contractors affected by the resulting change.
g. Whether the proposed substitute item meets or exceeds the experience
and/or equivalency requirements listed in the appropriate technical
specifications.
C. Without any increase in cost to the County, the Contractor shall be responsible for
and pay all costs in connection with proposed substitutions and of inspections and
testing of equipment or materials submitted for review prior to the Contractor's
purchase thereof for incorporation in the WORK, whether or not the County accepts
the proposed substitution or proposed equipment or material
PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS
BROWARDCOUNTY
PAGE01630-4
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
-END OF SECTION
PRODUCTS, MATERIALS, EQUIPMENT AND SUBSTITUTIONS
BROWARDCOUNTY
PAGE01630-5
SECTION 01700 -PROJECT CLOSEOUT
PART 1 -- GENERAL
1.1 FINAL CLEANUP
A.The Contractorshall promptly remove from the vicinity of the completed WORK, all
rubbish, unused materials, concrete forms, construction equipment, and temporary
structures and facilities used during construction. Final acceptance of the WORK
by the Countywill be withheld until the Contractorhas satisfactorily performed the
final cleanup of the work site.
1.2 CLOSEOUT TIMETABLE
A. The Contractor shall establish dates for equipment testing, acceptance periods,
and on-site instructional periods (as required under the Contract Documents). Such
dates shall be established not less than one week prior to beginning any of the
foregoing items, to allow the County and their authorized representatives sufficient
time to schedule attendance at such activities.
1.3 FINAL SUBMITTALS
A. The Contractor, prior to requesting final payment, shall obtain and submit the
following items to the Countyfor transmittal:
1. Written guarantees, where required.
2. Technical Manuals and instructions.
3. Maintenance stock items; spare parts; special tools.
4. Completed record drawings.
5. Certificates of inspection and acceptance by local governing agencies having
jurisdiction.
6. Releases from all parties who are entitled to claims against the subject project,
property, or improvement pursuant to the provisions of law.
7. Final survey with certification of a registered Land Surveyor in the state of
Florida.
8. Final color video or photo log survey of the completed work within a 500-foot
radius of the finished facilities.
PROJECTCLOSEOUT
BROWARDCOUNTY
PAGE01700-1
1.4 MAINTENANCE AND GUARANTEE
A.Replacement of earth fill or backfill, where it has settled below the required
finish elevations, shall be considered as a part of such required repair work, and
any repair or resurfacing constructed by the Contractor which becomes necessary
by reason of such settlement shall likewise be considered as a part of such required
repair work unless the Contractor shall have obtained a statement in writing from
the affected private Owner or public agency releasing the County from further
responsibility in connection with such repair or resurfacing.
B. The Contractorshall make all repairs and replacements promptly upon receipt of
the written order from the County. If the Contractor fails to make such repairs or
replacements promptly, the Owner reserves the right to do the work and the
Contractorand its surety shall be liable to the Ownerfor the cost thereof.
1.5 BOND
A. The Contractor shall provide a bond to guarantee performance of the provisions
contained in Paragraph "Maintenance and Guarantee".
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION (NOT USED)
-END OF SECTION
PROJECTCLOSEOUT
BROWARDCOUNTY
PAGE01700-2
SECTION 02222 - EXCAVATION AND BACKFILL FOR UTILITIES
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A.Excavate, grade and backfill as required for the site underground piping and
electrical systems, as shown on the Drawings and specified herein.
B.Dewatering: The Contractor shall submit to the County its proposed methods of
handling trench water and the locations at which the water will be disposed of.
Methods shall be acceptable to the County before starting the excavation.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Piping.
B. Electrical.
1.03 SUBMITTALS
A.General: Submit information and samples to the County for review as specified
herein in accordance with the Section entitled "Submittals".
1.04 JOB CONDITIONS
A. The County will not assume responsibility for subsoil quality, conditions or variations.
1.05 QUALITY CONTROL
A. An independent testing laboratory will be retained by the County to do appropriate
testing as described in Section entitled "Quality Control". The Contractor shall
schedule its Work so as to permit a reasonable time for testing before placing
succeeding lifts and shall keep the laboratory informed of its progress.
1.06 GROUNDWATER
A. The Contractor shall be responsible for anticipating groundwater conditions and
shall provide positive control measures as required. Such measures shall ensure
stability of excavations, groundwater pressure control, prevention of tanks, pipes,
and other structures from being lifted by hydrostatic pressures, and avoiding the
disturbance of subgrade bearing materials.
1.07 TRENCH SAFETY ACT COMPLIANCE
A. The Contractor by signing and submitting the bid is assuring that it will perform any
trench excavation in accordance with the Florida Trench Safety Act, Section
EXCAVATION AND BACKFILL FOR UTILITIES
BROWARD COUNTY
PAGE 02222-1
553.60 et. seq. The Contractor further identified the separate item(s) of cost of
compliance with the applicable trench safety standards.
B.The Contractor acknowledges that this cost is included in the applicable items of
the Proposal and Contract and in the Grand Total Bid and Contract Price.
C.The Contractoris, andthe County isnot, responsibleto review or assess the
Contractor's safety precautions, programs or costs, or the means, methods,
techniques or technique adequacy, reasonableness of cost, sequences or
procedures of any safety precaution, program or cost, including but not limited to,
compliance with any and all requirements of Florida Statute Section 553.60 et.
seq.cited as the "Trench Safety Act". The Contractoris, and the County isnot,
responsible to determine if any safety or safety related standards apply to the
project, including but not limited to, the "Trench Safety Act".
1.08 PROTECTION OF PROPERTY AND STRUCTURES
A.The Contractorshall, at its own expense, sustain in place and protect form direct
or indirect injury, all pipes, poles, conduits, walls, buildings, and all other
structures, utilities, and property in the vicinity of its Work. Such sustaining shall
be done by the Contractor. The Contractorshall take all risks attending the
presence or proximity of pipes, poles, conduits, walls, buildings, and all other
structures, utilities, and its Work. It shall be responsible for all damage, and
assume all expenses, for direct or indirect injury and damage, caused by its Work,
to any such pipe, structures, etc., or to any person or property, by reason of injury
to them, whether or not such structures, etc., are shown on the Drawings.
B. Barriers shall be placed at each end of all excavations and at such places as may
be necessary along excavations to warn all pedestrian and vehicular traffic of such
excavations. Barricades with flashing lights shall also be placed along excavation
from sunset each day to sunrise of the next day until such excavation is entirely
refilled, compacted, and paved. All excavations shall be barricaded where
required to meet OSHA, local and Federal Code requirements, in such a manner
to prevent persons from falling or walking into any excavation within the site fenced
property limits.
PART 2 -- PRODUCTS
2.01 BEDDING
A.Bedding material shall be clean well graded sand.
PART 3 -- EXECUTION
3.01 EXCAVATION
A.The Contractorshall perform all excavation of every description and of whatever
EXCAVATION AND BACKFILL FOR UTILITIES
BROWARD COUNTY
PAGE 02222-2
substance encountered, to the dimensions, grades and depths shown on the
Drawings, or as required.
B. Excavated unsuitable material shall be removed from the site and disposed of by
the Contractor. Materials removed from the trenches shall be stored and in such
a manner that will not interfere unduly with any on-site operations, traffic on public
roadways and sidewalks and shall not be placed on private property.
3.02 REMOVAL OF WATER
A.General:It is a basic requirement of these Specifications that excavations shall
be free from water before pipe or structures are installed.
B. The Contractor shall provide pumps, and other appurtenant equipment necessary
to remove and maintain water at such a level as to permit construction in a dry
condition. The Contractor shall continue dewatering operations until backfilling
has progressed to a sufficient depth over the pipe to prevent flotation or movement
of the pipe in the trench or so that it is above the water table. If at any point during
the dewatering operation it is determined that fine material is being removed from
the excavation sidewalls, the dewatering operation shall be stopped if acceptable
to the County. If any of the subgrade or underlying material is disturbed by
movement of groundwater, surface water, or any other reason, it shall be replaced
at the CONTRACTOR's expense with crushed stone or gravel.
C.Disposal: Water from the trenches and excavation shall be disposed of in such a
manner as will not cause injury to public health, to public or private property, to
the Work completed or in progress, to the surface of the streets, cause any
interference with the use of the same by the public, or cause pollution of any
waterway or stream. The Contractorshall submit its proposed methods of handling
trench water and locations at which the water will be disposed of to the County for
review and shall receive acceptance before starting the excavation. Disposal to
any surface water body will require silt screens to prevent any degradation in the
water body. The Contractor shall have responsibility for acquiring all necessary
permits for disposal.
3.03 PIPE BEDDING
A. Trenches shall be backfilled with acceptable pipe bedding material, up to the level
of the centerline of the proposed pipe barrel. This backfill shall be tamped and
compacted to provide a proper bedding for the pipe and shall then be shaped to
receive the pipe.
3.04 BACKFILL
A. Trenches shall be backfilled and compacted to a level minimum 12 inches above
the top of the pipe with sand. Only hand operated mechanical compacting
equipment shall be used within six inches of the installed pipe.
EXCAVATION AND BACKFILL FOR UTILITIES
BROWARD COUNTY
PAGE 02222-3
B. After the initial portion of backfill has been placed as specified above, and after all
excess water has completely drained from the trench, backfilling of the remainder
of the trench may proceed. The remainder of the backfill shall be selected material
obtained from the excavation and shall be placed in horizontal layers, the depth of
which shall not exceed the ability of the compaction equipment employed. Each
layer shall be moistened, tamped, puddled, rolled or compacted to the densities
specified.
3.05 COMPACTION AND DENSITIES
A. Compaction of backfill shall be 98 percent of the maximum density where the
trench is located under structures or paved areas, and 95 percent of the maximum
density elsewhere. More thorough compaction may be required when Work is
performed in other regulatory agencies jurisdictions, such as the FDOT. Methods
of control and testing of backfill construction are:
1. Maximum density of the material in trenches shall be determined by ASTM
D1557.
2. Field density of the backfill material in place shall be determined by ASTM D1556
or D 2922.
B. Testing: Laboratory and field density tests, which in the opinion of the County are
necessary to establish compliance with the compaction requirements of these
Specifications, shall be ordered by the County. The Contractor shall coordinate
and cooperate with the testing laboratory. The testing program will be implemented
by the County establishing depths and locations of tests. Modifications
to the program will be made as job conditions change.
C.Trench backfillwhich does not comply with the specified densities, as indicated by
such tests, shall be reworked and recompacted until the required compaction is
secured, at no additional cost to the County. The costs for retesting such Work
shall be paid for by the Contractor.
3.06 FINE GRADING
A. After trenches backfilled, the disturbed areas of the site shall be fine graded. Any
undesirable materials and rocks larger than the 3-inch size shall be removed from
the surface. The completed surface shall be to the preconstruction elevation
unless otherwise indicated by the County. Minor adjustments to line and grade
may be required as the work progresses in order to satisfy field conditions.
- END OF SECTION
EXCAVATION AND BACKFILL FOR UTILITIES
BROWARD COUNTY
PAGE 02222-4
SECTION 02500 - SURFACE RESTORATION
PART 1 -- GENERAL
1.01THE REQUIREMENT
A. Items specified in this Section include repairs to landscaped and grassed areas
that may be damaged or disturbed by Contractor activities.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Asphaltic concrete pavement.
1.03 SUBMITTALS
A. The Contractor shall submit submittals for review in accordance with the Section
entitled “Submittals”.
1.04 DEFINITIONS
A. The phrase “DOT Specifications” shall refer to the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction. The
DOT Specifications are referred to herein and are hereby made a part of this
Contract to the extent of such references, and shall be as binding upon the
Contract as though reproduced herein in their entirety.
1.05 PROTECTION OF EXISTING IMPROVEMENTS
A. The Contractor shall be responsible for the protection of all pavements and other
improvements within the work area. All damage to such improvements, as a result
of the Contractor’s operations, beyond the limits of the work of pavement
replacement shall be repaired by the Contractor at his expense.
1.06 GUARANTEE
A. The Contractor shall guarantee all trees, ground cover or shrubs planted or
replanted under this Contract for a period of one year beyond acceptance of the
project. In the event that any new tree, plant or shrub dies within the guarantee
period, the Contractor shall be responsible for replacement in kind. In the event
that a transplanted (reused) tree dies within the guarantee period, the Contractor
shall be responsible for replacement in kind, except that the maximum height of
any new tree shall be eight feet as measured from the ground surface, once
planted, to the top of the tree.
PART 2 -- PRODUCTS
2.01 REPLACEMENT TREES, GROUND COVER AND SHRUBS
A. Replacement trees, ground cover and shrubs shall be of the same type and size
SURFACE RESTORATION
BROWARDCOUNTY
PAGE02500-1
and sound, healthy and vigorous, well branched and densely foliated when in leaf.
They shall have healthy, well developed root systems and shall be free of disease
and insect pests, eggs or larvae.
2.02 MULCH
A. Mulch shall be windproof shredded eucalyptus, mulch shall be clean, fresh, free of
branches and other foreign matter. Mulch shall be used around all shrubs, ground
covers and tree trunks, and placed to a minimum depth of two inches extending
from the tree trunk outward two feet.
PART 3 --EXECUTION
3.01GRADING AND SODDING
A.The Contractorshall regrade the work areas disturbed by his construction activities
to the existing grade prior to commencement of construction.
B. Sod shall be placed on all grassed areas disturbed by construction activities,
unless otherwise indicated on the Drawings. Sodding shall be in accordance with
Sections 575 and 981 of the DOT Specifications.
C.Maintenance: Sufficient watering shall be done by the Contractor to maintain
adequate moisture for optimum development of the sodded areas. Sodded areas
shall receive no less than 1.5 inches of water per week.
D.Repairs to Lawn Areas Disturbed by Contractor’s Operations: Lawn areas
damaged by CONTRACTOR's operations shall be repaired at once by proper sod
bed preparation, fertilization and resodding, in accordance with these
specifications. Regardless of the condition of the lawn area (weed content etc.)
prior to the CONTRACTOR working in the area, all repairs shall be made with sod.
3.02 TREES, GROUND COVER AND SHRUBS
A. Excavation and Plant Holes: Plant hole excavations shall be roughly cylindrical in
shape, with the side approximately vertical. Plants shall be centered in the hole.
Bottoms of the holes shall be loosened at least six inches deeper than the required
depth of excavation.
B. Holes for balled and burlapped plants shall be large enough to allow at least eight
inches of backfill around the earth ball. For root balls over 18 inches in diameter,
this dimension shall be increased to 12 inches. Where excess material has been
excavated from the plant hole, the excavated material shall be disposed of as and
where directed by the County.
C.Setting of Plants: When lowered into the hole, the plant shall rest on a prepared
hole bottom such that the roots are level with, or slightly above, the level of their
previous growth and so oriented such as to present the best appearance. The
SURFACE RESTORATION
BROWARDCOUNTY
PAGE02500-2
Contractor, when setting plants in holes, shall make allowances for any anticipated
settling of plants.
D.Palms of the sabal species may be set deeper than the depth of their original
growth, provided that the specified clear trunk height is attained.
E. The backfill shall be made with planting mixture and shall be firmly rodded and
watered- in, so that no air pockets remain. The quantity of water applied
immediately upon planting shall be sufficient to thoroughly moisten all of the
backfilled earth. Plants shall be kept in a moistened condition for the duration of
the Contract.
F.
Staking and Guying: Plants shall be staked in accordance with the following
provisions:
1. Small Trees: For trees and shrubs of less than one-inch caliper, the size of
stakes and the method of tying shall be such as to rigidly support the staked
plant against damage caused by wind action or other effects. Trees larger than
one inch and smaller than one and one-half inch caliper shall be staked with a
two-inch stake, set at least 24 inches in the ground and extending to the crown
of the plant. The plant shall be firmly fastened to the stake with two strands of
14-gauge soft wire, enclosed in rubber hose, or other approved covering. The
wire shall then be nailed or stapled to the stake to prevent slippage.
2. Medium Trees: All trees, other than palm trees, larger than one and one-half
inch caliper and smaller than two- and one-half-inch caliper shall be staked with
two or more, two-inch by two-inch stakes, eight feet long, set two feet in the
ground. The tree shall be midway between the stakes and held firmly in place
by two strands of 12-gauge wire, applied as specified above for single stakes.
The wires shall be tightened and kept tight by twisting.
3. Large Trees: All trees, other than palm trees, larger than two- and one-half-
inchcaliper, shall be braced with three or more two-inch by four-inch wood
braces, toenailed to cleats which are securely banded at two points to the palm,
at a point at least six feet above the ground. The trunk shall be padded with
five layers of burlap under the cleats. Braces shall be approximately
equidistantly spaced and secured underground with two-inch by four-inch by
24-inch stake pads. In firm rock soils, Number 4 steel reinforcing rods or one-
half inch pipe is acceptable.
4. Palm Trees: Palm trees shall be braced with three or more two-inch by four-
inch wood braces, toenailed to cleats which are securely banded at two points
to the palm, at a point at least six feet above the ground. The trunk shall be
padded with five layers of burlap under the cleats. Braces shall be
approximately equidistantly spaced and secured underground with two-inch by
four-inch by 24-inch stake pads. In firm rock soils, Number 4 steel reinforcing
rods or one-half inch pipe is acceptable.
SURFACE RESTORATION
BROWARDCOUNTY
PAGE02500-3
G.Pruning: All broken or damaged roots shall be cut off smoothly, and the tops of all
trees shall be pruned in a manner complying with standard horticultural practice.
At the time pruning is completed, all remaining wood shall be alive. All cut surfaces
of one inch or more in diameter, above the ground, shall be treated with an
approved commercial tree paint.
H.Maintenance: Maintenance shall begin immediately after each plant is planted and
shall continue until all work under this Contract has been completed and accepted
by the County. Plants shall be watered, mulched, weeded, pruned, sprayed,
fertilized, cultivated and otherwise maintained and protected. Settled plants shall
be reset to proper grade position, planting saucer restored, and dead material
removed. Guys shall be tightened and repaired.
I. Defective work shall be corrected as soon as possible after it becomes apparent.
Upon completion of planting, the Contractorshall remove excess soil and debris,
and repair any damage to structures, etc., resulting from planting operations.
- END OF SECTION
SURFACE RESTORATION
BROWARDCOUNTY
PAGE02500-4
SECTION 02630 –WELL DRILLING
PART 1 – GENERAL
1.1 THE REQUIREMENT
A. The Contractor shall furnish sound proofing barriers, provide mufflers on
equipment, and take whatever other steps necessary during drilling, pumping,
testing, and all other work incidental thereto to ensure that noise levels and
acoustic vibrations conform to any applicable noise ordinances and do not create
adverse conditionsin the surrounding area.
B. The Contractor shall take necessary measures to limit access to drilling sites to
minimize hazards to the public.
C. All drilling work shall be performed by a certified water well driller, licensed by the
State of Florida.
D. All federal, state and local permits to access the site and perform the work must
be obtained by the Contractor prior to mobilization to the site.
1.2 PERMITTING AND COMPLIANCE WITH GOVERNMENTAL REGULATIONS
A. The Contractor shall be familiar with and have a full understanding of all applicable
local ordinances, state and federal laws and regulations, and interpretations of
these laws, ordinances and regulations by a governmental body or agency,
including but not limited to, the Florida Department of Environmental Protection
(FDEP), the U.S Environmental Protection Agency (USEPA), the SFWMD, Broward
County Health Unit, Broward County Environmental Protection and Growth
Management and the local municipality where the work will be performed which in
any manner affect the work specified herein.
B. The Contractor shall at all times comply with said ordinances, laws and regulations,
and protect and indemnify the County and their officers and agents against any
claim or liability arising from or based on the violation of such laws, ordinances, or
regulations. All permits, licenses, and inspection fees necessary for protection and
completion of the work shall be secured and paid for by the Contractor unless
otherwise specified.
C. The Contractor shall acquire and or comply with all federal, state and local permits
and permissions necessary to enter onto the site and perform the work. The
Contractor shall obtain any other local, state, or federal drilling permits or
occupational licenses and provide notifications to local municipalities prior to the
start of well construction activities.
WELL DRILLING
BROWARDCOUNTY
PAGE 02630-1
D. The Contractorshall also conform to any local ordinances pertaining to noise levels
and working hours, etc. to avoid any unnecessary delays. It is not anticipated, but
should a delay in the project occur due to permit acquisition, the Contractorwill not
receive additional compensation.
1.3 WORK INCLUDED:
A. This section covers the work, material, and equipment necessary for drilling the well
bore, complete.
B. The Contractorshall verify all local conditions affecting the work by personal
investigation and neither the information on local geology, nor that derived from
maps or plans nor from the County or County’s agents or employees shall act to
relieve the Contractor of any responsibility hereunder or from fulfilling any and all of
the terms and requirements of the Contract Documents.
C. At the completion of drilling, the Contractorshall remove fluid handling system and
appurtenances which are not part of each completed well and return each site to
existing or better condition as acceptable to the County.
1.4 REMEDIAL WORK
A. If remedial work is necessary to make a well acceptable and come within the
governing regulations and/or Contract Document requirements because of
accident, loss of tools, defective material, or for any other cause under the
responsibility of the Contractor, the Contractor shall propose a method of correcting
the problem, in writing. Suggested methods shall be reviewed and accepted by the
County before work proceeds. Such work shall be performed at no additional cost
to the County and it shall not extend the length of the Contract. The Contractoris
notified that all requirements of the Contract Documents shall be met.
1.5 GUARANTEE
A. The Contractor guarantees that the work and service to be performed under the
Contract and all workmanship, materials, and equipment performed, furnished,
used, or installed in the work shall be free from defects and flaws, and shall be
performed and furnished in strict accordance with the Contract Documents; that the
strength of all parts of all manufactured equipment shall be adequate and as
specified; and that performance test requirements of the Contract Documents shall
be fulfilled. The Contractor shall repair, correct, or replace all damage to the work
resulting from failures covered by the guarantee. The guarantee shall remain in
effect for one (1) year from the date of final acceptance by the County.
WELL DRILLING
BROWARDCOUNTY
PAGE 02630-2
1.6 CONTRACTOR SUBMITTALS
A. Calibration Data: Calibration records for each measuring instrument used in the
construction of the well shall be submitted to the County for review prior to the
installation or use of the instruments. Calibration of instruments shall have been
performed within 60 days prior to use in testing. The calibration records shall
contain the following information:
1. Make, Model and Manufacturer
2. Equipment Serial Number
3. Date of Calibration
4. Range of Calibration
5. Entity performing or certifying calibration
B. Cuttings and Drilling Mud Disposal: Drill cuttings and drilling mud resulting from
any of the operations shall be disposed of by the Contractor by hauling to an FDEP
approved disposal site. It shall be the Contractor’s responsibility to obtain FDEP
approval for the proposed disposal site, and to submit to the County notice of FDEP
approval prior to commencing work.
C. Daily Logs: The Contractor will maintain a record of daily construction activities
and will provide a copy of the Daily Log to the County at a minimum of once per
week. The log shall be on IADC (International Association of Drilling Contractors)
Forms or equal as approved by the County.
D. Drill Pipe Tally: The Contractor shall submit to the County an accounting of the
lengths and diameters of all drill pipe, tubing, tremie pipe, drill bits, subs, or other
downhole equipment to be used during drilling activities.
E. Equipment and Materials List: The testing and rehabilitation of wells requires a
variety of procedures, each using different materials and equipment.
1. The Contractor shall submit a list of the equipment proposed for use at the site,
which shall include manufacturer's load capacities, horsepower, and year of
manufacture and year of purchase by the present County for review by the
County at least one (1) week prior to use in the performance of the work.
2. The Contractor shall submit a list of all drilling materials and additives proposed
for use at the site which shall include product name, supplier, manufacturer,
material safety data sheets (MSDS), expiration dates, and strengths for review
by the County at least one (1) week prior to use in the performance of the work.
F. Drilling Fluid Discharge: The Contractor shall submit to the County for review and
approval a plan for discharge of formation water. The plan shall include tank
dimensions, capacities and inflow/outflow locations and volumes for storage and
discharge of drilling, development and test waters. Description of equipment and
additives that may be used to increase dissolved oxygen, decrease turbidity, and
otherwise adjust water quality to meet regulatory requirement shall also be included
WELL DRILLING
BROWARDCOUNTY
PAGE 02630-3
in the Contractor’s plan.
G.The Contractor shall complete and submit to SFWMD and the County a final Well
Completion Report.
PART 2 – PRODUCTS
2.1 DRILLING FLUIDS
A. The Contractor shall furnish high-yield, fine-grained sodium bentonite
(manufactured by Aroid Industrial Drilling Products or equivalent) during mud rotary
drilling operations. The Contractor shall provide all drilling fluid additives and lost
circulation material, as required.
B. The Contractor shall provide an adequate and safe water supply for mixing
operations and shall supply to the County in writing documentation identifying the
proposed source of water prior to the start of construction, which shall conform to
local Health Unit and other governing agency requirements.
C. The Contractor shall use only drilling fluids and additives specifically recommended
by the manufacturer for use in water well drilling operations. The use of loss
circulation material having thixotropic properties may only be used after being
reviewed and approved by the County.
PART 3- EXECUTION
3.1 GENERAL
A. The Contractor shall furnish the materials, equipment, drilling pads, containment
and labor to drill a well into the Surficial Aquifer System (SAS) using both standard
closed-circulation mud-rotary, and/or reverse-air open-circulation drilling methods,
as necessary. Actual borehole and casing total depths shall be based on drilling
condition, lithologic sampling, geophysical logging, and hydraulic testing results as
determined by the County.
B. Specific tasks not completely described in this Section that are necessary or
normally required as part of the work described, or that are necessary or required
to make the installation satisfactorily or legally operable, shall be performed by the
Contractor as incidental work without extra cost.
3.2 DRILLING EQUIPMENT
A. The Contractor shall provide and operate a rotary type drilling rig with required hook-
load capacity and equipment capable of performing closed circulation mud and
open-circulation reverse-air drilling.
BThe Contractor shall provide and operate equipment with adequate load/weight
capacity and with a hook-load weight capacity of 1.5 times the heaviest load
anticipated to complete the Work.
WELL DRILLING
BROWARDCOUNTY
PAGE 02630-4
C. All equipment shall be in good working condition before drilling operations
commence and shall be operated and maintained in conformance with the
manufacturer’s specification.
D. The Contractor shall be responsible for measuring (using industry standards) drilling
parameters and drilling fluid properties during the progression of work. These
parameters shall include; weight on bit (WOB), drill string weight, rate of penetration
(ROP), mud density (mud in – mud out), mud flow rates (flow in – flow out), mud
resistivity, and mud pump pressure. Equipment shall be calibrated and certified by
the manufacturer or appropriate testing facility before the start of drilling, and shall
be operational throughout drilling. Improper operation or lack of measured and
recorded data is sufficient cause to suspend drilling, at County’s discretion.
E. The Contractor shall furnish, install and operate a steel rotating control header
(manufactured by Washington Rotating Control Heads Inc, or equivalent) or blow
out preventer (BOP) of suitable size to control drilling and/or formation fluids during
drilling and testing, as required.
3.3 DRILLING FLUID AND FLUID DISPOSAL
A. Aboveground, leak proof drilling fluid storage tanks shall be used during closed
circulation mud rotary drilling operations.
B. During closed circulation mud rotary drilling, no discharge of drilling fluid shall be
allowed at the drill site. Spent drilling fluids used during mud rotary drilling
operations shall be disposed of by hauling the solid and liquid phases to a
predetermined FDEP- approved disposal site provided by the Contractor.
C. During open circulation, reverse air drilling, produced drilling fluids and formation
water will be diverted through a solids removal system and on-site storage tanks.
The storage tanks will allow settling of fine-grained suspended solids (clay
particles), prevent turbid discharges and allow for the control of a slower rate of
discharge.
D. The Contractor shall set up, operate baffled tanks, and install temporary 12-inch
diameter piping system with a temporary silt screen. The Contractor shall be
responsible for meeting and complying with all state or federal issued permit
requirements regarding well discharges.
3.4 TESTING EQUIPMENT AND SAMPLING CONTAINERS
A. The Contractor shall provide equipment to manually measure drilling fluid properties
and a fluid density balance.
B. The Contractor shall provide and employ a self-checking mechanical drift indicator
to measure borehole deflection. The mechanical indicator shall be an M/D Totco
Controlled Vertical Drift Indicator (CVD) available from National Oil Well Varco, or
equal. A 3-degree unit shall be used with the indicator and the survey record
capable of being read to the nearest 0.1 degree.
WELL DRILLING
BROWARDCOUNTY
PAGE 02630-5
C. The Contractor shall provide labeled 3x5-inch clothsample bags manufactured by
Forestry Supplies or equivalent.
D. The Contractor shall provide labeled water sampling containers as acceptable to the
County.
3.5 DRILLING
A. The County shall be given at least 72-hour notice and a schedule of activities prior
to mobilization. All drilling activities shall be performed during normal working hours
(7:30 a.m. to 5:00 p.m.), Monday through Friday or as approved in writing by the
County. Work outside normal working hours shall be coordinated with the County
24-hours before initiation of the work. No additional compensation shall be afforded
to the CONTRACTOR for work performed outside normal working hours. The
CONTRACTOR shall provide adequate lighting before the start of any nighttime
work activities. Lighting levels shall comply with applicable federal, state, and local
regulations.
B. The driller shall be a Water Well Contractor licensed in the State of Florida by a
Water Management District (e.g., SFWMD) as delegated by the Department of
Environmental Protection. The Contractor, in addition to furnishing the services of
a skilled and experienced drilling superintendent, shall also furnish a minimum of
two competent driller’s assistants. The drilling superintendent shall maintain clear
and concise reports of all drilling, well construction, and testing operations.
C. During all pilot-hole drilling employing the mud-rotary method, laminar flow
properties around the drill pipe and drill collars are required to minimize erosion
resulting in borehole enlargement.
D. The Contractor shall ensure that each pilot stage is centered within the previous
casing by centering the bit with a nominal casing diameter hole opener as approved
by the County.
E. The Contractor shall monitor and maintain a solids control program during mud-
rotary drilling. A mud cleaner (e.g., “shale shaker”), and de-silting/de-sanding cones
shall be employed by the Contractor to mechanically remove solids from the drilling
mud and reduce the build-up of a thick mud (over-balanced) or formation damage
due to high mud invasion.
F. Mud weights shall be maintained (anticipated weight between 8.75 to 9.5
pounds/gallon during mud rotary drilling with mud viscosity determined using a
Marsh funnel. Mud weight, pH, and viscosity shall be determined manually a
minimum of 3 times daily and shall be recorded as part of the driller’s daily log.
G. The Contractor shall record on the drillers daily log all lost circulation zones
encountered and estimate volume of fluid loss during re-establishment of
circulation.
H. The Contractor shall prepare the well bore for geophysical logging as outlined in
WELL DRILLING
BROWARDCOUNTY
PAGE 02630-6
Section 02633 – Well Geophysical Logging. Borehole preparation shall include but
not be limited to:
1. Control of raveling of the borehole wall.
2. Continuous circulation of fluid from the base of the borehole, until all drill
cuttings are removed.
3. While moving the drill bit through the drilled section, circulate drilling fluid in the
borehole until the borehole is uniform. Continue this process until the drill pipe
is completely removed from the borehole.
4. The borehole shall be circulated over its entire length a minimum of 2 hours
before conducting geophysical logging operations during mud rotary drilling.
The Contractor is solely responsible for maintaining the integrity of the
borehole during logging.
5. The drill bit assembly shall be run-in and tripped-out of the borehole in a
manner as to reduce swab and surge effects.
I. Reaming of the pilot hole shall be done using a stepped-bit reamer with lead bit the
same diameter as the pilot-hole and progressively larger diameter bits up to the size
required. A full nominal gauge near-bit stabilizer shall be used during reaming
operations.
J. The rotating control header shall be used during drilling operations to ensure the
Contractor’s ability to control potential flowing conditions. The flow of formation
water shall be kept under control at all times. Salt and naturally occurring brines
shall not be used as a drilling fluid additive or weighting material. When no work is
being conducted on the well, the control header or BOP (Blow Out Preventer) shall
be fully engaged.
K. During drilling, reaming, or other down-hole operations within the final casing, the
Contractor shall use rubber protective bumpers or other means to ensure no
damage to the final casing, as needed.
3.6 ALIGNMENT REQUIREMENTS – PLUMBNESS AND ALIGNMENT TESTING
A. Pilot and reamed boreholes shall be drilled round, straight, and plumb throughout.
B. A mechanical drift indicator shall be run in the pilot hole and reamed boreholes at
intervals no greater than 90 feet. The tool shall be centralized in the drill pipe during
the survey.
C. The drift from vertical shall not be more than 0.5 of one degree between any two
consecutive surveys, and not more than one degree over the entire well length.
Drift indicator data (e.g., sure shot discs) and plots shall be maintained by the
Contractor for the duration of this project and shall be supplied to County as part of
the driller's daily logs. The County may inspect the tool, and require that it be
disassembled, recalibrated, or tested at any time during the project, with or without
WELL DRILLING
BROWARDCOUNTY
PAGE 02630-7
cause. The Contractor at his own expense shall correct borehole deviations in
plumbness.
3.7 FORMATION SAMPLES AND TESTING
A. At 10-foot intervals during pilot hole drilling and at changes of formations, the
Contractor shall collect representative cuttings samples in order to provide an
indication and classification of geological formations penetrated. The Contractor
shall take two large representative samples of the cuttings from the interval or new
formation based on drill pipe travel times, and shall label and preserve each sample
in sturdy sample bags as provided by the Contractor. All samples shall be
permanently labeled to indicate well number, date, time, and the exact depth from
which the sample was taken. Samples shall be stored in a manner to prevent
damage or loss. Two (2) sets of geologic samples should be collected by the
Contractor and stored in cloth sample bags as directed by the County.
B. The Contractor shall provide the County safe and unobstructed access to collect
formation samples in addition to those collected by the Contractor. The Contractor
shall accommodate the County in retrieving representative samples, including but
not limited to, moderating drill rates and circulation times as necessary. The County
reserves the right to evaluate the safety of the sample collection site and shall have
the authority to stop drilling operations until the safety concerns are addressed and
met.
3.8 DRILLING AND WELL LOGS
A. The Contractor shall maintain a detailed daily log of the operations during well
construction. The daily log shall provide a brief and accurate description of the
following: geologic materials and depths encountered, depths of lost circulation
zone(s) and methods of regaining circulation, drilling rate, time, depth, description
of any unusual occurrences or problems during drilling, diameters and lengths of
casing installed, complete record of drilling fluids added, mud weights and
viscosities, cementing operations, geophysical logs runs, repair time and any other
work performed at the site. The Contractor shall keep the log up to date with the
progress of drilling.
B. The Contractor shall prepare a final well log which includes; borehole diameters,
depth of the borehole and casing seats, casing diameter and wall thickness,
cemented zones and cement pumping summary, amount of sand removed during
development and any/all information pertinent to well construction and testing
activities.
C. The Contractor shall submit the final well log, original geolograph strip charts, and
mechanical drift indicator discs to the County at the end of drilling activities. Final
payment is contingent upon receipt of all required supporting data.
- END OF SECTION
WELL DRILLING
BROWARDCOUNTY
PAGE 02630-8
SECTION 02631 –WELL CASING
PART 1 -- GENERAL
1.1 THE REQUIREMENT
A. Commercial Standards: All work specified herein shall conform to or exceed the
requirements of the applicable codes and standards relating to the referenced
portions of the following documents only to the extent that the requirements therein
are not in conflict with the provisions of this section. Where such documents have
been adopted as a code or ordinance by the public agency having jurisdiction, such
a code or ordinance shall take precedence.
B. State Standards: SFWMD and FDEP Rules and Regulations for Water Wells in
the Florida Administrative Code (FAC). C. Commercial Standards:
ANSI/ASTM A139 Specification for Electric-Fusion (Arc)-Welded Steel Pipe
(sizes 4-in and over).
ANSI/AWS D1.1 Structural Welding Code – Steel.
ASTM A 53 Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-
Coated Welded and Seamless.
ASTMD1784 Specification for Rigid PVC Compounds and Chlorinated
PVC Compounds.
ASTM D2837 Standard Test Method for Obtaining Hydrostatic Design
Basis for Thermoplastic Pipe Materials.
ASTM D2996 Standard Specification for Filament-Wound
"Fiberglass" (Glass-Fiber-Reinforced Thermosetting-
Resin) Pipe
ASTM F480 Specification for Thermoplastic Well Casing Pipe and
Couplings Made in Standard Dimension Ratios (SDR), SCH
40, and SCH 80.
AWWA A100 Standard for Water Wells.
AWWA C206 Field Welding of Steel Water Pipe.
1.2 CONTRACTOR SUBMITTALS
A. All Contractor submittals shall conform to the applicable requirements of Section
01300 - Contractor Submittals, and the supplementary requirements specified. Each
item listed below shall be submitted to the County with a clear explanation or depiction
of why or how the requirements, as listed, will be fulfilled by the products or services
provided by the Contractor. This list is not considered all-inclusive and may be extended
by the County, or Contractor.
WELL CASING
BROWARDCOUNTY
PAGE 02631-1
B. Subcontractor’sList: The Contractorshall submit a complete list of all proposed
subcontractors to be used in the work. The Contractor may be required to submit
additional information or a resume of qualifications for any of the subcontractors
proposed.
1. Welders: Prior to the start of work, the contractor shall submit a list of the welders
it proposes to use during well construction and the type of welding for which
each has been qualified, along with current certification documents for each
welder listed.
a. All welders and welding operators shall be certified at the Contractor’s sole
expense by a qualified testing laboratory before performing any welding
under this section. Certification tests shall be in accordance with Section IX,
Article III of the ASME Boiler and Pressure Vessel Code. Welders and
operators shall be certified for making groove welds in carbon steel pipe in
position 6G for each welding process to be used.
b. Certification tests may be waived if evidence of prior certification is approved
by the County. The Contractor shall retest any welders at any time the
County considers the quality of the welder’s work substandard. When the
County requests the retest of a previously qualified welder, the labor costs
for the retest will be at the County’s expense if the welder successfully
passes the test. If the welder fails the retest, all costs shall be at the
Contractor’s expense.
2. The Contractor shall provide a list of the welders that have been certified for the
Work that the Contractor intends to use 72 hours prior to the start of welding
activities.
C. Mill Certificates: Casing mill certificates shall be submitted to the County for all
casings at least one week prior to the installation of the casing. Heat numbers on
casing joints shall be readily visible and legible or the casing will not be accepted
by the County.
D. Thermoplastic Pipe Manufacturer Certificates: Thermoplastic pipe
manufacturer certificates outlining the material composition, lengths and other
properties for the pipe delivered for use in the work shall be provided to the County
at least one week prior to the installation of the pipe in the borehole.
E. Fittings: Provide all fittings; drive shoe and centering guides as specified or as
necessary to the complete the well.
F. Installation Plans: The Contractor shall submit for the County’s approval
installation plans for casing installation at least 72 hours prior to commencing work.
The plans shall include tabulation of casing on site and the length of each section,
weight of each joint, cumulative string weight, order of installation of casing
sections, landing depths for each casing section referenced to land surface, and
locations of centralizers and casing tabs.
WELL CASING
BROWARDCOUNTY
PAGE 02631-2
G. Material used in the construction of the well shall be NSF approved for the use in
the construction of potable water wells.
H. Gravel Pack and Well Screen Design: The Contractor shall have a sieve analysis
performed by a Certified Testing Laboratory on cuttings removed from the
production interval of the borehole. The Certified Testing Laboratory shall perform
the appropriate tests and shall submit a sieve analysis, gravel pack design, and
screen slot size determination to the Contractor/County for review and acceptance
at least seven days prior to the anticipated placement of a screen and gravel pack
in the borehole.
PART 2 -- PRODUCTS
2.1 CASING
A. Casing material and fittings provided by the Contractor for installation shall be new and
unused and shall conform to the requirements for water well construction. No used,
rusted, brittle, or damaged casing will be accepted for installation. All material shall be
NSF approved for use in public water supply wells.
B. Storage: The Contractor is responsible for properly storing and protecting casing
materials prior to installation. The County shall bare no responsibility for materials that
are stolen or damaged by acts of vandalism.
C. Steel Casing: Steel casing shall meet the requirements of ASTM A53 Grade B or
ASTM A139. Steel casing shall be factory assembled in not less than 20-foot lengths.
The ends of each joint shall be machine beveled to ensure straightness of each
assembled section. Casing joints shall be welded in accordance with ANSI/AWS D1.1.
Casing joints shall be welded in accordance with ANSI/AWS D1.1.
D. Thermoplastic Pipe: Any thermoplastic pipe used for well casing shall meet the
standards of ASTM F-480 Standard Specification for Thermoplastic Well Casing Pipe
and Couplings. Thermoplastic well casing shall meet the requirements of ASTM
including the latest revision and shall meet or exceed the requirements for impact
resistance classification set forth in Section 6.5 of ASTM F-480. Well casing may be
joined by mechanical joints such as splined couplings, threaded or other types of joints
approved in advanced by the County. All joints must be watertight. Solvent welded
joints are not permitted.
E. Surface Casing: The outer casing shall be 24- to 34-inch outer diameter (OD), 0.375
wall thickness, steel casing.
F. Final Casing: The final casing shall be 12- to 20-inch SDR 26 PVC. The upper-most
section of the final casing shall be new, unused 316L stainless steel. The
CONTRATOR shall supply CertainTeed Certa-Lok PVC well Casing or equivalent.
G. Wire Wound Continues Slot Screen: Continues-slot well screen shall be all-welded
WELL CASING
BROWARDCOUNTY
PAGE 02631-3
construction. Triangular shaped wire shall be helically wound around an array of
equally spaced longitudinal rods and welded at each point of intersection. The inlet slot
openings between adjacent turns of the outer wire shall widen inwardly so as to be
non-clogging. Screen end fittings shall be made of the same material as the screen
body and shall be securely welded to each screen section.
1. The well screen and its fittings shall be fabricated from type 304 stainless steel
and shall meet the requirements of ASTM A312. The bottom-most screen shall
be manufactured with up to a 5-foot stainless steel tight-wound, zero-slot screen
or blank casing and welded bottom plate.
2. The Contractorshall submit the manufacturer’s sieve analysis, screen design
recommendations, proposed well screen Specifications, Drawings, and related
data for approval by the County.
3. Actual depths, spacing and dimensions shall be determined after the driller’s log
and geophysical survey logs have been evaluated by the County. The
Contractor shall provide the County with a recommended screen slot size based
on the results of drilling activities and laboratory results.
4. The manufacturer’s recommended method for connecting the screen to the
casing shall be provided by the Contractor to the County for approval prior to
installation.
H. Centralizers: Casing centralizers shall be fitted on all casing using Halliburton
Company or equal centralizers with straps at 0, 90, 180, and 270 degrees around the
casing at each position and are described further in this section under 3.3 Casing.
PART 3 -- EXECUTION
3.1 GENERAL
A. The work shall be performed by a competent crew with equipment that is adequate to
complete all phases of well construction. The PVC final casing shall be installed by the
Contractor’s personnel experienced with the installation process.
B. The depths and lengths for casings shall be recommended by the Contractor and
approved by the County based on lithologic conditions and other testing information.
C. The hook load of the drilling rig must exceed the maximum casing weight to be
encountered during the construction of the well.
D. Failure to Land Casing: If the casing cannot be landed in the correct position or at a
depth acceptable to the County, the bore hole will be deemed abandoned and the
Contractor shall construct another well immediately adjacent to the original location
and complete this well in accordance with the Contract Documents at no additional
cost to the County.
E. Plumbness and Alignment: The Contractor shall perform plumbness and alignment
WELL CASING
BROWARDCOUNTY
PAGE 02631-4
tests in the final casing prior to acceptance of the well. Should the Contractor not be
able to perform plumbness and alignment tests in the well that are acceptable to the
County, the well will be deemed abandoned and the Contractor shall construct another
well immediately adjacent to the original location and complete this well in accordance
with the Contract Documents at no additional cost to the County.
F. Collapsed or Deformed Casing: If the casing should collapse or deform for any
reason prior to well completion, it shall be withdrawn and replaced at the
CONTRACTOR’s expense.
G. Repeat Work: All work required to be repeated, resulting from the Contractor's
performance, or lack thereof, including all additional materials, labor and equipment
required, shall be furnished at the expense of the Contractor and no claim for additional
compensation shall be made or be allowed therefore, except as specifically provided
herein.
3.2 PREPARATION OF CASING
A. The Contractor shall transport, store and handle well casing in a responsible and
professional manner.
B. The Contractor shall physically measure and label each section of casing to ensure
proper depth control. The Contractor shall measure both ends of each section of
casing to ensure the casing is not out-of-round. At least two measurements, 90
degrees to each other across the ends of each section of casing will be used to
verify casing roundness. Casing with deviations greater than 0.25 inches will be
deemed defective. All pipe measurements shall be included as part of the driller's
daily logs and must be submitted for partial payment related to footage of casing
installed.
C. On steel casing, the pipe ends shall be prepared preferably by machine shaping.
Beveled ends for butt welding shall conform to ANSI B16.25.
D. On Thermoplastic pipe, the pipe ends shall be inspected for defects that would
prevent water-tight connections. Defective pipes as determined by the County shall
be replaced with pipe acceptable to the County.
E. All casing shall be clean and free of paint, oil, rust, scale, slag, sand, or other
material detrimental to welds and cement bonds. Casing that will not yield an
acceptable cement bond as determined by the County shall be remedied at the
Contractor's expense.
F. Casing threads, couplings, and joints shall be inspected for damage. If damaged,
the section of pipe will be disallowed for use.
3.3 CASING
A. Casing Installation: When the reaming operation has been completed and the
borehole geophysically logged, casing will be installed. The lengths and intervals
of each casing type, except for the surface casing, will be determined by the
County.
WELL CASING
BROWARDCOUNTY
PAGE 02631-5
B. Tension: The casing shall be suspended in tension from the surface. The bottom
of the casing shall be at a sufficient distance above the bottom of the reamed hole
to ensure that none of the casing will be supported from the bottom of the hole.
The casings shall be lowered into the borehole open-ended and the weight of the
casing shall be supported by the drilling rig.
C. Centralizers: Centralizers shall be attached to steel casing with steel straps made
of the same material as the casing. All centralizer groups shall be vertically aligned
one above the other in order to permit the passage of tremie pipes alongside the
casing to the bottom of the borehole. Centralizer groups will be placed as follows:
1. One group at the bottom end of the casing.
2. One group across the first welded joint.
3. One group within 30 feet of the surface.
4. One group every 100 feet
D. Centralizers shall be secured to the casing in a manner to prevent vertical or
rotational movement on the pipe during grouting.
E. The Contractor shall align pipe ends to be joined within commercial tolerance limits
on diameters, wall thickness, and out-of-roundness.
F. The Contractor shall demonstrate that the installed casing is free hanging and can
be easily rotated and reciprocated prior to grouting operations.
3.4 STEEL WELDING
A. The standards of the American Welding Society, Structural Welding Code (AWS
D1.1) shall apply for all welded joint casing and accessories. All welds shall conform
to the latest revision of ANSI B31.1.
B. All welded casing joints shall be made by welders certified in the State of Florida.
C.The certified welder shall perform and be responsible for the integrity of all steel
casing welds. The Contractormust provide the County proof of welders’
certifications 72 hours before any welding is performed.
D. Any surface defects that shall affect the weld shall be chipped or ground out. A
power-driven wire brush shall be used to thoroughly clean each layer of weld prior
to each additional weld metal, including the final pass.
E. There shall be a minimum of three (3) weld passes on pipe sizes 6-inches and
greater. Welded joints shall be allowed to cure until the temperature of the weld is
below 250 degrees Fahrenheit before the weld is placed in contact with water. The
Contractor shall provide a means to measure weld temperatures. Weld
temperatures will be examined in the presence of the County.
WELL CASING
BROWARDCOUNTY
PAGE 02631-6
F.Weld reinforcement shall be as specified by the AWS code. Upon completion of
welding, all weld splatter, flux, slag, and burrs left by attachments shall be removed.
Welds shall be repaired to produce a workmanlike appearance, with uniform weld
contours and dimensions.
G. All field joints shall be welded during installation by qualified welders in accordance
with the requirements of AWWA C206
3.5 PLUMBNESS AND ALIGNMENT: The testing shall be performed in accordance with
AWWA A100.
A. The Contractor shall test plumbness of the casing by centering a plummet in the
top of the casing and lowering the plummet into the casing. The length of the
plummet shall be 1.25 times the inside diameter of the final casing and have a
minimum outside diameter 1/2-inch smaller than the inside diameter of the casing.
The plummet shall be lowered in 10-foot increments and the direction and amount
of movement of the cable shall be measured at each stage using a template resting
on top of the casing. The maximum allowable deviation from vertical shall be not
more than 0.5 of one degree within the casing at any depth.
B. Alignment of the well shall be tested by lowering a 40-foot-long section of pipe or a
dummy to a depth of 100 feet below the ground surface. The outside diameter of
the pipe or dummy shall be 0.5 inches less than the inside diameter of the casing
being tested. If a dummy is used it shall consist of a rigid spindle with a minimum
of three cylindrical rings, each ring shall be a minimum of 0.5 inches less than the
casing inside diameter. The rings shall be located one at each end and one in the
center of the dummy. The pipe or dummy shall move freely throughout the tested
length of casing.
- END OF SECTION
WELL CASING
BROWARDCOUNTY
PAGE 02631-7
SECTION 02632 – WELL CEMENTING
1.1 THE REQUIREMENT
A. Commercial Standards: All work specified herein shall conform to or exceed the
requirements of the applicable codes and standards relating to the referenced
portions of the following documents only to the extent that the requirements therein
are not in conflict with the provisions of this section. Where such documents have
been adopted as a code or ordinance by thepublic agency having jurisdiction,such
a code or ordinance shall take precedence.
B. State Standards: SFWMD and FDEP Rules and Regulations for Water Wells in
the Florida Administrative Code (FAC). C. Commercial Standards:
ASTM C150 Specification for Portland Cement
AWWA A100 Standard for Water Wells
C. Provide a calibrated in-line magnetic fluid densometer (or equal) and digital
flowmeter. This equipment shall be able to continuously monitor and record the
bulk density and the volume of cement grout pumped.
D. Provide a mud scale for manual measurements.
1.2 CONTRACTOR SUBMITTALS
A. All Contractor submittals shall conform to the applicable requirements of Section
01300 - Submittals, and the supplementary requirements specified. Each item
listed below shall be submitted to the County with a clear explanation or depiction
of why or how the requirements, as listed, will be fulfilled by the products or services
provided by the Contractor. This list is not considered all-inclusive and may be
extended by the County or Contractor.
B. Subcontractor’s List: The Contractor shall submit a complete list of all proposed
subcontractors to be used in the work. The Contractor may be required to submit
additional information or a resume of qualifications for any of the subcontractors
proposed.
C. Specialty Cementing Contractor: In all cementing operations, the Contractor must
be assisted by a specialty subcontractor familiar with cementing the type of
formations typically utilized for the work or utilize the services of a company such
as Halliburton Services, or equivalent, unless the Contractor can demonstrate
previous experience and expertise in performing such operations on at least three
equal or larger casing cementing projects in the past 5 years.
D. Cement Plan: The Contractor shall submit for the County’s approval plans for
cementing operations at least 72 hours prior to commencing work on those
operations. The plans shall include the top and bottom of each interval to be
WELL CEMENTING AND BACKPLUGGING
BROWARDCOUNTY
PAGE02632-1
cemented, pre-flush and spacer fluid and volume, composition of cement to be used
in each interval and volume to be pumped, method of emplacement of cement,
expected fill-up, expected pressures, heats of hydration expected and any additives
to be used.
E. Material Safety Data Sheet (MSDS): The Contractor shall providethe County with
the MSDS for any proposed cement additives before the start of construction.
Cement additives should be considered as part of the cement unit cost.
F. Mixing Water Supply: The Contractor shall identify, in writing to the County, the
proposed source of water prior to the start of construction.
G. Cement Samples: Samples of cement shall be collected during the cementation
of all casings. Samples shall be labeled with the date, time of collection, well name,
cement mix, and cement stage and shall be submitted after fully set to the County.
1. The Contractor shall collect dry and mixed samples of the cement being used.
Mixed cement samples shall include at least three (3) 2-inch cubes suitable for
tests of compressive strength. Only 2-inch cubes, suitable for tests of
compressive strength, will be acceptable as representative cement samples.
2. Mixed cement samples shall be collected a minimum of three (3) times during
each cement stage: Prior to pumping, at the middle, and at the end of the
stage. The specified slurry density shall match the specified slurry density
indicated on the delivery certificate.
H. Cement Operation Summary: A Cement Operation Summary shall be submitted
to the County by the Contractor. The summary shall contain the date, well name,
cement stage, times for sequential pump volume, densometer, and casing pressure
readings, pre-flush and chase volumes and other information pertinent to
cementing. The cementing operation summary must be submitted to the County by
the Contractor immediately following cement pumping. If cement operation
summary sheets are not submitted before the Contractor leaves the site, the
Contractor shall not be paid for the individual cementing job.
I.Calibration Certificates: The Contractor will submit a certified calibration report
performed in the last 60 days.
1. In-Line Magnetic Fluid Densometer (or equal): Serial Number, Model Number,
Manufacturer, calibration service company name, date and time of calibration.
2. Digital Flowmeter: Serial Number, Model Number, Manufacturer, calibration
service company name, date and time of calibration.
PART 2 -- PRODUCTS
2.1 PORTLAND CEMENT
A. Material used for sealing the casing shall consist of a neat cement grout using Type
WELL CEMENTING AND BACKPLUGGING
BROWARDCOUNTY
PAGE02632-2
II Portland cement conforming to ASTM C 150. Neat cement grout shall contain
no more than 5.2 gallons of water per 94-pound sack of cement.
2.2 BENTONITE AND OTHER ADDITIVES
A. Additives may be mixed with the sealing material to speed setting time or to expand
the material. They shall not exceed the following:
•Not more than 2 percent, by weight, calcium chloride.
•Not more than 6 percent, by weight, bentonite.
•Other additives as approved by the County.
B. Provide all high-yield, fine-grained sodium bentonite (manufactured by Baroid
Industrial Drilling Products or equivalent) as required for cementing in proportions
specified and as approved by the County. The cement grout shall not exceed 6
percent, by weight, bentonite and should be considered as part of the cement unit
cost.
C. Provide other cementing additives specifically formulated for use in water well
cementing as required by the County.
2.3 MIXING WATER
A. Provide an adequate and safe water supply for cementing operations.
2.4 THIXOTROPIC CEMENT
A. Thixotropic cement may be required by the County to bridge lost circulation
horizons as a result of secondary permeability and porosity development, as
required. This potential cost shall be considered part of unit cost for ASTM Type II
cement.
B. Thixotropic cement formulations (e.g., Material Data Safety Sheet) shall be
provided to the County for approval and shall have a minimum yield of 2.59 cubic
feet per sack prior to use.
2.5 SAND – LIMESTONE GRAVEL
A. Provide and install silica sand in the borehole using the tremie method. The
amount and placement of sand shall be determined by the County. Material shall
be 6/20 silica sand or other size as required by the work and approved by the
County. The gravel will be well graded, and free of deleterious material.
B. Provide and install limestone gravel in the borehole using the tremie method. The
amount and placement of the limestone gravel shall be determined by the County.
Material shall be 1/4 to 3/8-inch in diameter, well sorted, and free of deleterious
material.
WELL CEMENTING AND BACKPLUGGING
BROWARDCOUNTY
PAGE02632-3
PART 3 -- EXECUTION
3.1 GENERAL
A.All work required to be repeated, resulting from the Contractor's performance, or
lack thereof, including all additional materials, labor, and equipment required, shall
be furnished and performed at the expense of the Contractor and no claim for
additional compensation shall be made or be allowed, except as specifically
provided herein.
3.2 CEMENTING OF CASING
A. It is solely the Contractor’s responsibility to conduct the cementing operations in
such a manner that the burst and collapse strengths of the casing (with safety factor
of 1.5) are not exceeded, and the casing is not caused to melt, deform, or fail during
grout placement.
B. During and 8 hours following the placement of cement, a pressure of 100 psi shall
be maintained in the casing. The heating and cooling of the cement may require
water to be added or released from the casing to maintain the required internal
casing pressure.
C. Cement will be pumped or placed so that the pressure of the slurry and the pressure
applied inside the casing pipe do not affect the cement bond.
D. Any collapsed casing shall be removed and replaced at the Contractor’s own
expense. Cement shall be pumped or placed so that excessive pressures and heat
build-ups shall not result. Should the Contractor fail to correct any defects, the
County may refuse to accept the well.
E. Cement grouting operations shall be done in the presence of the County.Full
access to all cementing equipment and gauges shall be provided to the County
representative by the Contractor before, during, and after pumping operations.
F. Pressure grouting is the required initial method for each new casing, followed by
tremie grouting in stages, if the initial cement stage does not cause cement to return
at land surface.
G. The first stage of cement pumped into the annulus around the base of the well
casing shall consist of neat cement slurry.
H. Grout shall be placed into the annular space using the pressure grouting technique.
The grout shall be pumped under pressure from the bottom of the casing. In the
event the borehole collapses prior to placement of the grout seal, the Contractor
shall take whatever steps are necessary to re-open the hole and place the seal as
specified.
I. A high-pressure (150 to 300 psi) steel header and 2.875-inch-diameter steel hydril
tubing shall be installed and used during pressure grouting operations. No method
shall be permitted that fails to force grout from the bottom of the casing to the next
WELL CEMENTING AND BACKPLUGGING
BROWARDCOUNTY
PAGE02632-4
specified interval or land surface. The grouting shall be done continuously and in
such a manner to ensure, the annular space of the casing is completely filled.
J. Grout slurry placed by the tremie method shall use collarless 1.25-inch diameter or
greater steel hydril tubing having an inside diameter of 1.0 inch or greater. Cement
shall be pumped through two pipes spaced 180 degrees apart in the annulus or as
approved by the County. Grout pipe shall be withdrawn as the annulus is filled, and
before the cement begins to set. Grout pipes shall be set not more than 5 feet
above the top of the previous cement stage.
K. During the pumping of each cement stage, the Contractor shall be responsible for
determining the density of and collecting three grout samples. Grout samples shall
be taken before pumping, at the midpoint, and near the end of each stage. The
County reserves the right to disallow any cement grout where samples meeting the
required density requirements were not taken.
L. During the pumping of each cement stage, the Contractor shall utilize the
monitoring equipment required in this section. Measurements of cement weight
shall be provided to the Countyat frequent intervals prior to and during cementing
operations using either a densometer or mud scale.
M. During the pumping of each cement stage, the Contractor shall supply a secondary
means of measuring or inferring cement volumes installed. This may include one
or more of the following:
Functional and accurate (calibrated) barrel counter readings with onsite
verification.
Before and after physical weight measurements of the bulk cement hopper at
a certified weight station or copy of shipping manifest.
Accurate volume measurement of displaced fluids from the annulus.
N. A cement bond log may be required to identify if good bonding between the casing,
cement, and formation is obtained. If the bond is unacceptable, remedial work shall
be performed to the satisfaction of the County. In addition, the County may request
additional temperature, gamma, or cement bond logs to evaluate the effectiveness
of any remedial grout work performed. These operations shall be conducted at the
Contractor's own expense.
O. During all stages of cementing, the Contractor shall use a pre-flush or spacer. The
Contractor shall submit the technical specifications of the pre-flush to the County
as part of the cementing plan submittal.
3.3 SETTING TIME
A. A minimum of eight hours-setting time shall be required between successive
cement stages.
WELL CEMENTING AND BACKPLUGGING
BROWARDCOUNTY
PAGE02632-5
B. All cement stages shall be physically tagged by a collarless tremie pipe prior to
pumping the next stage of cement.
C. The County may require a cement temperature/gamma log to be conducted before
installing additional stages of cement based on the comparison of theoretical
cement volumes and anticipated tag depths and actual pumped cement volumes
and tag depths.
D. After the completion of cement grouting activities, the casing shall remain
undisturbed for a minimum of 24 hours.
3.4 BOREHOLE (PILOT OR REAMED) BACKPLUGGING
A. If field conditions warrant, the Contractor shall be responsible for back-plugging the
borehole to a depth specified by County.
B. A cement plan specifying material and placement methods shall be reviewed and
approved by the County before ordering the necessary materials.
C. Back-plugging material may consist of gravel, sand, and/or cement slurry or any
combination of the three as determined by County. Gravel may be used within
selected high permeability zones at the discretion of the County. If sand or gravel
is used, a 20-foot cap of neat cement shall be placed on top of sand or gravel.
Back-plugging material may also consist entirely of Type II neat cement.
D. If the back plugging material consists of cement slurry a minimum of six (6) hours-
setting time shall be required between successive cement stages or other down
hole activities.
3.5 REMEDIAL WORK
A. The Contractor shall be responsible for all remedial work and related expenses in
order to meet regulatory requirements and the Contract Document requirements at
the Contractor’s own expense. This shall include defective materials, accident, loss
of equipment or equipment malfunction, or for any other cause directly attributable
to the Contractor. The County shall be notified immediately in the event of a
problem, and the following shall apply:
1. The Contractor shall propose a method of correcting the problem, in writing to
the County. The County shall review the method of corrective action and
accept the plan in writing before work proceeds.
2. All remedial work shall be conducted in accordance with all applicable local,
state, and federal regulations and these specifications, whichever are more
stringent.
3. Corrective work shall be done at the Contractor’s own expense and shall not
extend the Contract time.
3.6 REHABILITATION CEMENTING
WELL CEMENTING AND BACKPLUGGING
BROWARDCOUNTY
PAGE02632-6
A. Rehabilitation cementing operations will be performed in accordance with federal,
state, and local requirements and these specifications which ever are more
stringent.
B.The Contractor shall submit a Cement Plan to the County prior to initiation of
cementing operations. Several specific cementing operations are detailed below
but are not inclusive of all operations possible.
1. Cement “squeeze” operations will install a cement seal at the base of the casing
while holding pressure on the casing to force cement up the annular space.
The Contractor shall remove the cement plug that forms at the base of the
casing as a result of this method without damage to the casing and before well
development
2. Cement placed behind an existing casing by the tremie method will require the
Contractor to fill open hole section with silica sand using a tremie pipe to
prevent plugging of the open hole with cement (see 3.4 – BOREHOLE (PILOT
OR REAMED) BACKPLUGGING above). The first cement stage will be a lift
of no more than 20 feet of neat cement grout to seal the base of the casing
before the annular space can be cemented to surface. Following cementing,
the silica sand shall be air developed from the open hole.
3. Cement placement around a new riser pipe and screen will consist of
installation of a riser pipe with cement baskets attached at the base of the riser
pipe and cement placement by tremie method inclusive of a hard tag
confirmation of the cement basket set depth. The first cement stage will be a
lift of no more than 20 feet of neat cement grout to seal the cement basket
before the annular space can be cemented to surface.
3.7 WELL ABANDONMENT
A. Existing Well Abandonment: Existing well or borehole abandonment as part of
the WORK will be accomplished by the Contractor in accordance with all governing
regulations or the Contract Documents whichever is more stringent.
1. The Contractor shall propose a method of well abandonment or hole
abandonment in the Abandonment Plan submitted to the County for approval.
2. Following County approval of the Abandonment plan, the Contractor will place
gravel and cement via the tremie method as approved.
3. The cement will be pumped until there are cement returns at the surface. The
cement will be left undisturbed for a minimum of eight (8) hours before the top
of the cement filled casing can be cut off to a minimum depth of 18 inches below
ground surface.
4. The site of the abandoned well will be backfilled, tamped, and graded to match
surrounding land surface elevations.
WELL CEMENTING AND BACKPLUGGING
BROWARDCOUNTY
PAGE02632-7
B. Voluntary Contractor Abandonment: If, the Contractor voluntarily stops work,
and/or fails to complete the well or borehole in accordance with governing
regulations or the Contract Documents, the hole will be declared by the County as
abandoned in writing. The Contractor shall not be paid for all or part of a hole
declared as abandoned.
1. The Contractor shall propose a method of well abandonment or hole
abandonment in the Abandonment Plan submitted to the County for approval.
The County must approval the plan before work can proceed. All work on the
well must be in accordance with all applicable local, state, and federal
regulations.
2. The cost of properly plugging and sealing the well or borehole, in accordance
with applicable local, state, or federal regulations, shall be at the Contractor’s
own expense.
3. If a well or part of the well, does not have mechanical integrity as defined by the
appropriate regulatory authorities, it must be acceptably accounted for in the
abandonment plan and approved by the appropriate regulatory authorities and
the County prior to abandonment.
4. The cost of any required post-abandonment monitoring shall beat the
Contractor’s own expense.
- END OF SECTION
WELL CEMENTING AND BACKPLUGGING
BROWARDCOUNTY
PAGE02632-8
SECTION 02633 –GEOPHYSICAL LOGGING
PART 1 -- GENERAL
1.1 THE REQUIREMENT
A.This section covers the work, material, and equipment necessary to conduct
geophysical logging of the well during construction, rehabilitation, or as part of a
testing program.
B. The Contractor shall maintain control of the borehole and borehole fluids during
geophysical logging activities.
C. The Contractorshall prevent damage to existing casings and screens during
geophysical logging activities inside existing well facilities.
D. When geophysical logging is to be conducted under static and dynamic conditions,
all static logging shall be completed prior to performing the dynamic logs.
E. When geophysical logging includes a static temperature or fluid resistivity log, the
static temperature and resistivity logs should be conducted after the well has been
shut-in and undisturbed for a minimum of 12 hours.
F. The Geophysical Logging subcontractor approved by the County shall provide a
logging tool operator that is knowledgeable in the interpretation of logs, to the
degree that the operator can make decisions regarding the accuracy and validity
of the logs and the sensitivity of the instruments, while using a geophysical logging
system capable of producing logs in digital format.
1. The resolution and precision of each instrument will be adequate for the
interpretation of the formation properties being studied, calibration standards
independent of the logging equipment will be used, and calibration and quality
control information shallbe presented on the logs.
2. Each log shall be recorded using a depth measurement that is accurate to within
0.1 feet using a resolution of approximately 1/50th of the greatest deviation of
the quantity measured over the entire log.
3. Each log shall include a repeat section at a depth approved by theCounty.
4. The Contractor will provide the County a minimum of a 48-hour notice of the time
when geophysical logging surveys (including video survey) will be conducted.
5. Each logging tool shall be calibrated in the presence of the County.
1.2 CONTRACTOR SUBMITTALS
GEOPHYSICAL LOGGING
BROWARDCOUNTY
PAGE02633-1
A. All CONTRACTOR submittals shall conform to the applicable requirements of
Section 01300 - Submittals, and the supplementary requirements specified. Each
item listed below shall be submitted to the County with a clear explanation or
depiction of why or how the requirements, as listed, will be fulfilled by the products
or services provided by the Contractor. This list is not considered all-inclusive and
may be extended by the County or Contractor.
B. Geophysical Logging Firm: All geophysical logs shall be performed by a
company experienced in the performance of such logs. The geophysical logging
firm must be pre- approved by the County.
C. Geophysical Logging: The Contractor shall submit all geophysical logs in Log
ASCII Standard (LAS) and “printable” Portable Document File (*.pdf) format
immediately subsequent to each logging activity.
1. The Contractor shall submit three field hard copies of all geophysical logs to the
County within 24 hours following logging activities.
2. Three sets of Final logs shall also be provided in LAS and “printable *.pdf format
on reproducible Compact Discs (CDs) within ten days of completion of logging.
3. For each geophysical logging suite performed, the County may request the
Contractor to obtain a brief descriptive report from the service company
interpreting the results of the log or logs. These completed reports must be
submitted to the County within 72 hours of the County’s request.
D. Video Survey: A video survey of the entire length of the completed well shall be
logged in color at standard play (SP) on high quality DVD recording discs. The
Contractor shall furnish the County with the original video log plus up to twenty (20)
high quality replicates on DVD as specified by County.
1.3 SCOPE OF WORK
A. Pre- and Post-Rehabilitation Video Survey: Video the entire depth of each well
using a downhole video system, which shall include a rotating color camera with
side- view and radial-view lenses, remote focus adjustment, and onscreen
automatic depth indicator.
1. Each survey shall consist of one pass recorded from the top of well casing to
the total depth of the well. The pass shall be made with the well under static
conditions, in which potable water shall be pumped into the well during the
survey to maintain clarity within the well casing and open hole interval.
2. At the direction of the County, the Contractor may be requested to pause,
repeat, or revisit areas of interest within the well.
B. Pilot Borehole Geophysical Logging: Geophysical surveying of a pilot borehole
will include spontaneous potential, fluid resistivity, XY caliper, and gamma ray logs.
C. Reamed Borehole Geophysical Logging: An XY caliper log shall be completed
on all reamed boreholes and should include on the log a calculation of hole volume.
GEOPHYSICAL LOGGING
BROWARDCOUNTY
PAGE02633-2
D.Static and Dynamic Conditions Geophysical Logging and Video Survey:
Following commencement of pump development, the County reserves the right to
request the following logs:
1. Video Survey: The video survey shall record the depths of zones contributing
sand while pumping the well at a rate of up to 1,000 gpm.
2. Flow Log with temperature: The flow log shall record the depths of zones
contributing formation water while pumping the well at a minimum constant rate
of 1,000 gpm. The geophysical log operator will quantify the volumes of water
contributed with depth.
3. Static logging will be performed following a minimum 12 hour “no pumping”
period.
4. Measurements from the totalizing flow meter and drawdown water level meter
shall be recorded by the Contractor during logging and summarized on the
development logs.
5. The geophysical logs shall contain calibration runs and tool speed as part of the
log.
PART 2 -- PRODUCTS
2.1 GEOPHYSICAL LOGS
A. The following geophysical logs shall be run:
• 4-Arm Caliper Survey (XY Caliper Log): The response shall be recorded in
inches in diameter. The XY Caliper log report must indicate borehole volume
and/or data must be provided in an ASCII file. XY Caliper logs shall be run under
static conditions.
• Natural Gamma Ray: The response shall be recorded in American Petroleum
Institute (API) units. Gamma logs shall be run under static conditions.
• Dual Induction, Laterolog, and Spontaneous Potential (SP): These electric
logs shall be recorded in standard electrical units used in the evaluation of return
times and shall be run under static conditions.
• Fluid Resistivity (static and dynamic): Fluid resistivity logs shall be run under
both static and dynamic (pumped) conditions.
• Fluid Velocity/Flowmeter Survey (static and dynamic): Fluid velocity logs
shall be run under both static and dynamic (pumped) conditions.
• Fluid Temperature (static and dynamic): Temperature logs shall be run under
static conditions before borehole disturbance by other logging activities and
GEOPHYSICAL LOGGING
BROWARDCOUNTY
PAGE02633-3
under dynamic (pumped) conditions.
• Video Log: The video shall be run under dynamic (pumped) conditions to
ensure video clarity.
PART 3 -- EXECUTION
3.1 GEOPHYSICAL LOGGING
A. General: No standby or additional rig time shall be paid to the Contractor during
geophysical logging operations.
B. The County shall be given a 48-hour notice prior to geophysical logging in a
mudded pilot hole. Geophysical logging shall include spontaneous potential,
16/64-inch normal resistivity, caliper, and gamma ray logs.
C. Dynamic Testing: Following commencement of pump development, the County
reserves the right to request the following items:
1. Video Survey: This survey shall record the depths of zones contributing
sand while pumping the well being surveyed. The survey shall display
downhole video images to an accuracy of 0.1 foot while pumping the well at
a rate of up to 1000 gpm.
2. Flow Log: This survey shall record the depths of zones contributing
formation water while pumping the well being logged. It will be used to
quantify volumes of water contributed per detected flow zone. The well shall
be pumped at a minimum of 1,000 gpm and maintained at a constant rate
during flow logging. A totalizing flow meter shall be installed on the
discharge line. All measurements of drawdown during logging shall be
recorded by the Contractor and summary information included on the logs.
The logs shall contain calibration runs as part of the log. Tool speed shall
be recorded as part of the flow meter log.
D. Each log shall be recorded using a depth measurement that is accurate to within
th
0.1 feet using a resolution of approximately 1/50
of the greatest deviation of the
quantity measured over the entire log.
E. Each logging tool shall be calibrated in the presence of the County.
F. The fluid velocity logs shall include a calibration section on the log showing the tool
response at four different velocities with the tool moving up and at four different
velocities with the tool moving down.
G. The Contractoris responsible for conditioning the borehole prior to logging to
remove any drill cuttings and to prevent formation collapse. The Contractor shall,
at his own expense, clean the hole and rerun logs if they fail to survey within 5 feet
of the bottom of the hole.
H. The County shall be given 24 hours’ notice of the time when the survey will be run
to witness the performance of the survey. Geophysical logging shall be performed
GEOPHYSICAL LOGGING
BROWARDCOUNTY
PAGE02633-4
following borehole preparation. The logging intervals shall be the total length of
the borehole unless otherwise directed by County. Each log must be run in a
continuous fashion to be acceptable.
I. The Contractor is responsible for providing adequate access for geophysical
logging during pumping tests. No additional compensation will be granted for
removal and reinstallation of pumps to facilitate logging.
J. The Contractor shall furnish and operate the pumping equipment and
appurtenances necessary to perform the dynamic logs. The production
geophysical logging shall be conducted under static and dynamic (pumping at a
minimum 1000 gpm) conditions.
K. Geophysical logging, consisting of a XY caliper and gamma ray log, shall be
completed on a reamed borehole after the hole has been reamed to a final casing
setting depth. If a caliper survey shows the hole to be less than the specified
diameter at any point, the hole shall be re-reamed and the caliper log shall be
repeated. If corrective measures are required, the Contractor shall provide all
corrective measures and additional surveys at the Contractor’s own expense.
L. If the open borehole collapses prior to or during geophysical logging or is obstructed
in any manner, the Contractor shall be responsible for adequately clearing out the
borehole for successful logging operations to the total depth of the drilled interval.
All specified geophysical logging tools must reach within 5 feet of the total depth of
the interval, as measured by the length of drill pipe, log in a continuous manner,
record the appropriate data, and be successfully retrieved. If these conditions are
not met, the Contractor shall re-run the logs at the Contractor’s own expense. Any
down time related to the Contractor’s geophysical logging (e.g., stuck probe down-
hole, tool problems or bridging) shall be the Contractor’s responsibility and will not
be eligible for reimbursement.
M. The Contractor shall be responsible for all costs associated with retrieval “fishing”
operations due to the Contractor’s stuck or lost geophysical probe(s) down hole
and will not be compensated for extra work or standby time during this period. The
Contractor shall be responsible for partial and/or full replacement costs of any of
the Contractor’s geophysical logging equipment that is damaged or lost downhole
during logging operations.
N. A color video record of the entire well shall be made from land surface to the total
depth of the well in the downhole and up-hole directions. The quality of the picture
must be acceptable to the County for the entire depth and the Contractorwill
ensure the clarity of the water in the well prior to and during the recording of the
video.
- END OF SECTION
GEOPHYSICAL LOGGING
BROWARDCOUNTY
PAGE02633-5
SECTION 02635 –WELL DEVELOPMENT AND SAMPLING
PART 1 -- GENERAL
1.1 REQUIREMENT
A. After the well has been constructed and/or rehabilitated in accordance with the
requirements of the Contract Documents, the Contractor shall notify the County
and shall make the necessary arrangements for conducting well development and
testing.
1. Airlift development shall continue until field water quality has stabilized and sand
content as measure using an Imhoff Cone is negligible.
2. Pump development shall continue until the SDI result does not exceed a value
of 3 and the sand content as measured by the Rossum centrifugal sand tester
result is less than 1 ppm at any time after the 20-minute period after the pump
startup at a pump rate greater than 1,000 gpm without surging.
3. Well development is complete when the pump rate is within 5 percent of the
well design rate, a reasonable specific capacity (pump rate over drawdown) is
maintained, SDI results are less than 3, and sand content after 20 minutes of
continuous pumping is less than 1 ppm.
B. Commercial Standards: All work specified herein shall conform to or exceed the
requirements of the applicable codes and standards relating to the referenced
portions of the following documents only to the extent that the requirements therein
are not in conflict with the provisions of this section. Where such documents have
been adopted as a code or ordinance by the public agency having jurisdiction, such
a code or ordinance shall take precedence.
C. State Standards: SFWMD and FDEP Rules and Regulations for Water Wells in the
FloridaAdministrative Code (FAC)and DEP-SOP procedures under FS-2200
Groundwater Sampling.
D. Water Quality Analyses: All water quality analyses will be performed by a
laboratory certified by the State of Florida for analysis of drinking water with a
current Comprehensive Quality Assurance Plan (ComQAP) on file with FDEP in
accordance with methods and reporting format approved by FDEP.
E. Commercial Standards:
AWWA A100Standard for Water Wells
WELL DEVELOPMENT AND SAMPLING
BROWARDCOUNTY
PAGE02635-1
1.2 EQUIPMENT
A. The Contractor shall furnish all equipment, compressors, piping, pumps, and
appurtenances to develop the well by reverse-air circulation, straight air, and
overpumping, and install a submersible or turbine pump capable of continuously
pumping from 500 to 3,000 gallons per minute against a total head of 40 feet with
the pumping bowl set at a maximum of 60 feet below land surface.
B. The Contractor shall provide all necessary electrical pump wiring, control box, noise
suppressed electrical generation facilities, and an onsite qualified operator for the
pumping facilities for the duration of each pumping test.
C. The Contractor shall configure the pumping system so pumping rates may be
adjusted as directed by the County.
D. The Contractor shall furnish, install and monitor an inline flowmeter with a flow rate
indicator and totalizer calibrated within the last 60 days and capable of measuring
discharge rates of up to 3,000 gallons per minute.
E. The Contractor shall furnish, install and monitor a manometer tube assembly
attached at the well head to monitor artesian water pressure during testing.
F. The Contractor shall furnish and install a valve on the discharge side of the pump,
downstream of the flowmeter to obtain the optimal discharge rate, shut off flow, and
stop gravity drainage.
G. The Contractor shall furnish, install and monitor water level recording devices prior
to pump testing. If recording devices do not record during pump testing, the
Contractor will rerun the test again at the Contractor’s own expense.
H. The Contractor shall provide and install a 1-inch minimum diameter access port to
allow passage of a pressure transducer or a water level probe for measurement of
head in the well during pumping as furnished by the Contractor.
I. The Contractor shall provide access port on discharge line for water quality
sampling, and all necessary water quality monitoring equipment for the
Contractor’s collection and analysis of field water quality samples to include, but
not limited to, a Rossum Sand Tester, Imhoff Cone, SDI test kit, and water quality
analysis meter.
1.2
CONTRACTOR SUBMITTALS
A. All Contractor submittals shall conform to the applicable requirements of Section
01300 - Submittals, and the supplementary requirements specified. Each item listed
below shall be submitted to the County with a clear explanation or depiction of why
or how the requirements, as listed, will be fulfilled by the products or services
provided by the Contractor. This list is not considered all-inclusive and may be
extended by the County or Contractor.
B. Development and Test Records: Development and test records shall be
WELL DEVELOPMENT AND SAMPLING
BROWARDCOUNTY
PAGE02635-2
maintained on an hourly basis. Records shall contain the date, activity times, project
name, well site, depth interval, flow rate, development method, testing stage,
drawdown, production of silt and sand, date, time, and other applicable information.
The Contractor shall provide this data at the end of a testing period or daily to the
County, as appropriate. See Section 02637 –Well Rehabilitation for additional
details.
C. Disposal/Discharge Plan: The Contractor shall prepare and submit to theCounty
for review a disposal/discharge plan for all fluids and materials developed from the
well in accordance with Section 02637 – Well Rehabilitation.
D. Instrumentation Calibrations: Calibration Data: Calibration records for each
measuring instrument used in the construction of the well shall be submitted to the
County for review prior to the installation or use of the instruments. Calibration of
instruments shall have been performed within 60 days prior to use in testing. All
calibration records shall be submitted to the County prior to use. The calibration
records shall contain the following information:
1. Flow Meters: Serial Number, Model Number, Gears, Test Apparatus Size,
Meter Reading, and Flow Rate for at Least Three Steps, Percent Error for Each
Step, Tester's Name and Title.
2. Pressure Gauges: Serial Number, Model Number, Scale range, Meter reading
and inches of mercury for at least three steps covering the entire range of the
gauge, Percent error for each step, Tester's name and title.
3. Pressure Transducers: Serial Number, Model Number Scale range, and
resolution of ± 0.01 psi to record pressures during testing and temperatures to
± 0.01 degrees Celsius. Calibration shall be conducted by the manufacturer
and verified at the well on the day that the transducer is installed.
E. Laboratory Reports: The Contractor shall provide laboratory reports for the
appropriate sample events. Laboratory reports should contain the project name, well
site, depth interval, location and date of the collected sample. The Contractor shall
verify that the field data collected by the Laboratory is comparable to the data
collected by the Contractor as part of the Contractor’s monitoring. See Section
02637– Well Rehabilitation for additional details.
F. Water Quality Reports: The Contractor shall make field results available upon
County’s request and shall submit laboratory water quality results to the County in
a timely fashion and in accordance with Section 02637 – Well Rehabilitation.
PART 2 -- PRODUCTS (NOT USED)
WELL DEVELOPMENT AND SAMPLING
BROWARDCOUNTY
PAGE02635-3
PART 3 -- EXECUTION
3.1 WELL DEVELOPMENT
A. Development by Direct-Air Method (Airlifting): After receiving the County's
authorization to proceed, the Contractor shall commence to develop the well by
pumping with direct-air and shall continue until sand production is negligible in an
Imhoff Cone water sample.
1. Airlifting shall commence at the uppermost portion of the open hole and proceed
downward using an eductor pipe. Airlifting development shall oscillate between
periods of active development and rest periods.
2. The Contractor will be responsible for ensuring that the compressor is of a
sufficient size for airlifting the well from the bottom at rates up to 3,000 gpm.
3. The Contractor shall furnish, install, operate, and remove a pump of sufficient
size and horsepower to continuously pump stored discharge water as required
from the tanks or basin to the discharge point as outlined in the Discharge Plan
approved by the County. The Contractor shall furnish and install discharge
piping of sufficient size and length.
4. The Contractor shall prevent any site flooding or erosion, which might be caused
by the discharge.
5. The Contractor will assemble and maintain needed crossings overthe
discharge piping at no additional cost to the County.
6. The Contractor shall maintain the total length of the drilled hole during
development, andwill be required to clean the borehole from time to time, as
directed by the County.
B. Development by Pumping: After completion of airlifting development as directed
by the County, the Contractor shall install a temporary pump and discharge pipe
complete with required flow and water level measuring devices and commence well
development by surging using the test pump.
1. The initial pumping rate shall be restricted and gradually increased until the
maximum rate is reached as directed by the County. The maximum rate will be
determined by the County after consideration of the well's drawdown and
discharge characteristics. At frequent intervals, the pump shall be stopped and
the water in the pump column shall be allowed to surge back through the pump
bowls.
2. The cycle of pumping and surging shall be repeated until the discharge water is
clear of sand, silt, and mud and until there is no increase in specific capacity
(gallons per minute per foot of drawdown) in the well. The well shall be
thoroughly developed so that it will produce a reasonable maximum capacity
WELL DEVELOPMENT AND SAMPLING
BROWARDCOUNTY
PAGE02635-4
based on the depth and nature of the water-bearing formations, and so that it
will meet sand and silt quality production requirements.
3. A preliminary capacity test of approximately 2 hours in duration will be
conducted at the end of pump development to select the full range of pumping
rates for step rate testing.
3.2 WATER QUALITY SAMPLING
A. The Contractor will be required to subcontract a State of Florida certified laboratory
to collect water samples for Constant Rate and NPDES compliance analysis of
water samples taken as determined by the County. All costs for water sample
collection and analyses shall be paid by the Contractor. Any water samples taken
during the course of this project shall follow the latest version of the DEP-SOP
procedures (FS 2200 Groundwater Sampling). The laboratory shall be certified by
FDEP and have a current approved ComQAP on file with FDEP with methods
approved by FDEP.
1. Airlift Drilling: Water quality sand and silt samples shall be collected at every
change in drill pipe during airlift drilling.
2. Pumping Tests and Development Activities: Sand and silt should be
measured as often as possible during pumping.
3. County Water Samples: The County may request sample collection at any
time during construction/rehabilitation work primarily during pump testing and
development. No cost may be incurred for water samples collected at the
County’s request that are not analyzed by a certified laboratory.
4. Step-Rate Testing Water Samples: The Contractor will collect and analyze in
the field for pH, Temperature, Specific Conductance, and Dissolved Oxygen, at
a minimum of 15-minute intervals.
5. Constant Rate Water Samples (Pre- and Post-Rehabilitation): The
Contractor shall coordinate the Constant Rate Test water quality sample
collection and analyses with a qualified laboratory for dissolved oxygen,
dissolved iron, turbidity, calcium hardness, total hardness, hydrogen sulfide,
sulfate, alkalinity, calcium, magnesium, potassium, ammonia, strontium,
phosphate, silica, boron, bromide, carbonate, bicarbonate, chloride, pH, color
and total coliform bacteria. One sample will be collected by the laboratory
personnel at the end of each Constant Rate Test pumping period prior to pump
shut down.
6. The County may request samples be collected by a FDEP certified laboratory
for analysis of 62-550 Primary and Secondary and unregulated compounds at
the end of constant rate testing.
B. Collection: All samples shall be properly collected, preserved, and analyzed within
WELL DEVELOPMENT AND SAMPLING
BROWARDCOUNTY
PAGE02635-5
the required holding time limits. The method detection limit shall be less than the
drinking water maximum contaminant level for all analyses.
C. Receptacles: Samples for which laboratory analyses are required shall be
collected in designated and approved sample containers provided by a State of
Florida certified laboratory approved by the County for the specific parameters
required by these specification documents.
D. Labeling:The sample containers shall be clearly labeled with the well
identification, the depth interval below land surface from which the sample was
collected, time and date of sample collection, type of test, type of sample.
E. Delivery: Samples shall be collected and stored in the appropriate manner as
instructed by the laboratory, and delivered to the laboratory in accordance with the
laboratory’s instructions.
F. Chain of Custody: Chain of Custody forms shall be completed for all water
samples. Copiesof the Chain of Custody forms shall be submitted to the County
within five days of final delivery of the samples to the laboratory. All persons
handling the samples shall be required to sign the Chain of Custody form.
G. Holding Times: The Contractorshall be aware of applicable water sampling
holding times for the samples for which he is responsible and ensure that the
samples are transmitted to the laboratory within these time periods. For samples
collected by the laboratory, the Contractor shall be responsible for the performance
of the sub-Contractor’s service analyzing the samples within established holding
times.
-END OF SECTION
WELL DEVELOPMENT AND SAMPLING
BROWARDCOUNTY
PAGE02635-6
SECTION 02636 –WELL PUMP TESTING
PART 1 -- GENERAL
1.1 THE REQUIREMENT
A.The Contractorshall be responsible for providing all necessary pumps, prime
movers, pipelines, meters, and gauges necessary for pump testing, and shall
provide access for water-level measurements using an M-scope tape or electronic
probe. The Contractorshall furnish an electrical depth gauge, capable of indicating
depths to water to the nearest one-hundredth foot, with a sounding tube placed to
the maximum depth to water anticipated as well as a clear, flexible plastic
manometer tube capable of measuring all anticipated water levels above land
surface.
B. The Contractor is solely responsible for proper operation of all testing equipment
during pumping and non-pumping periods. Should any component fail during a
testing period, the Contractor shall re-run the tests as needed, without additional
charge, until such time that accurate data are collected as determined by the
County.
C. The Contractor shall be responsible for providing monitoring equipment for all
pumping and non-pumping portions of each test.
D.Step-Rate Testing: Step Rate Testing will be performed following development of
the rehabilitated well. The total estimated length of the step-rate pumping test is 32
hours inclusive of static periods before and after testing. The step pump rates will
be determined at the end of well development by the County.
E.Constant Rate Testing: The total estimated length of constant rate test varies as
defined below:
1. Pre-Rehabilitation Constant Rate Test: The total length of the Pre-
Rehabilitation Constant Rate Test will be six hours inclusive of static and
recovery periods.
2. Post-Rehabilitation Constant Rate Test: The total length of the Post-
Rehabilitation Constant Rate Test will be thirty-two hours inclusive of static and
recovery periods.
F. Sand and Silt Test Results: During the Post-Rehabilitation pump testing when the
well is pumped at the design rate, sand content should not exceed 1 ppm and SDI
Test results shall not exceed 3 within the first 30-minute period after the pump has
been started.
G. Flow Meter: The flowmeter for use in pumping tests shall have a range from 500
gpm to up to 3,000 gpm with major gradations of 100 gpm and minor gradations of
10 gpm. Accuracy shall be ¼ of 1 percent of full scale.
WELLPUMPTESTING
BROWARDCOUNTY
PAGE02636-1
H.Electrical Depth Gauge (M-Scope or equivalent) and Pressure Transducers:
The Contractor shall furnish an electrical depth gauge and pressure transducers
capable of indicating depths to water to the nearest one-hundredth of a foot.
I. Water Quality Meters: Water Quality meters shall be calibrated by the Contractor
weekly during use or as needed based on a comparison of laboratory and field
results.
J. Data: The Contractor shall provide all development and test data to the County
within 24 hours of the data collection.
1.2 EQUIPMENT
A. The Contractor shall furnish all equipment, compressors, piping, pumps, and
appurtenances to develop the well by reverse-air circulation, straight air, and over-
pumping, and install a submersible or turbine pump capable of continuously
pumping from 500 to 3,000 gallons per minute against a total head of 40 feet with
the pumping bowl set at a maximum of 60 feet below land surface.
B. The Contractor shall furnish and install discharge piping for the pumping unit of
sufficient size and length to conduct water to the nearest discharge point, drainage
course or drain.
C. The Contractor shall provide all necessary electrical pump wiring, control box, noise
suppressed electrical generation facilities, and an onsite qualified operator for the
pumping facilities for the duration of each pumping test.
D. The Contractor shall configure the pumping system so pumping rates may be
adjusted as directed by the County.
E. The Contractor shall furnish, install and monitor a together with a calibrated in-line
flow meter with 6-digit, straight-reading totalizer, registering in units of 100 gallons,
together with a rate of flow indicator dial, which shall read in units of gallons per
minute and can measure a flow up to 3,000 gpm.
F. The Contractor shall furnish, install and monitor: A calibrated manometer assembly
shall be used with the in-line flow meter The orifice plate shall be affixed to the end
of a length of not less than 6 feet of 8-inch or 10-inch diameter discharge pipe as
approved by the County. The pipe to which the orifice is mounted shall be held
horizontal above the ground sufficient to allow free flow of water from the pipe.
1. At the wellhead afix a clear flexible hose to serve as a manometer tube. This
hose shall be mounted on a rigid vertical measuring rod, marked in 1/4- inch
increments above the centerline of the discharge pipe to an elevation of at least
60 inches.
G. The Contractor shall furnish and install a valve on the discharge side of the pump,
downstream of the flowmeter to obtain the optimal discharge rate, shut off flow, and
stop gravity drainage.
H. The Contractor shall furnish, install and monitor water level recording devices prior
WELLPUMPTESTING
BROWARDCOUNTY
PAGE02636-2
to pump testing. If recording devices do not record during pump testing, the
Contractor will rerun the test again at the Contractor's own expense.
I. The Contractor shall provide and install a 1-inch minimum diameter access port to
allow passage of a pressure transducer or a water level probe for measurement of
head in the well during pumping as furnished by the Contractor.
J. The Contractor shall provide all necessary water quality monitoring equipment for
the Contractor's collection and analysis of field water quality samples to include,
but not limited to, a Rossum Sand Tester, Imhoff Cone, SDI test kit, and water
quality analysis meter.
1.3 CONTRACTOR SUBMITTALS
A.All Contractor submittals shall conform to the applicable requirements of Section
013300 - Submittals, and the supplementary requirements specified. Each item
listed below shall be submitted to the County with a clear explanation or depiction
of why or how the requirements, as listed, will be fulfilled by the products or services
provided by the Contractor. This list is not considered all-inclusive and may be
extended by the County or Contractor.
B. Disposal/Discharge Plan: The Contractor shall prepare and submit to the County
for review a disposal/discharge plan for all fluids and materials developed from the
well in accordance with Section 02637 - Well Rehabilitation.
C. Water Level Logger Files: The Contractor is responsible for downloading and
providing water level logger electronic files to the County at the completion of each
test (Step-Rate and Constant Rate tests). If an electronic file cannot be provided or
if the data is invalid, the Contractor will rerun the test again at the Contractor's own
expense.
D. Calibration Data: Calibration records for each measuring instrument used in the
construction of the well shall be submitted to the County for review prior to the
installation or use of the instruments. Calibration of instruments shall have been
performed within 60 days prior to use in testing. All calibration records shall be
submitted to the County prior to use. The calibration records shall contain the
following information:
1. Flow Meters: Serial Number, Model Number, Gears, Test Apparatus Size,
Meter Reading, and Flow Rate for at Least Three Steps, Percent Error for Each
Step, Tester's Name and Title.
2. Pressure Gauges: Serial Number, Model Number, Scale range, Meter reading
and inches of mercury for at least three steps covering the entire range of the
gauge, Percent error for each step, Tester's name and title.
3. Pressure Transducers: The pressure transducers shall be calibrated to the
resolution of ± 0.01 psi to record pressures during testing and temperatures to ±
0.01 degrees Celsius. Calibration shall be conducted by the manufacturer and
verified at the well on the day that the transducer is installed.
WELLPUMPTESTING
BROWARDCOUNTY
PAGE02636-3
E.Test Records: Development and test records shall be maintained on an hourly
basis. Records shall contain the date, activity times, project name, well site, depth
interval, flow rate, development method, testing stage, drawdown, production of silt
and sand, date, time and other applicable information. The Contractorshall provide
this data at the end of a testing period or daily to the County, as appropriate. See
Section 02637 – Well Rehabilitation for additional details.
1. Step Rate Pumping test records shall show drawdown versus production at one-
minute intervals and all other collected information for the duration of pumping.
2. Constant Rate Pumping test records shall show drawdown versus production at
five-minute intervals and all other collected information for the duration of
pumping including the time of laboratory sample collection.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION
3.1 GENERAL
A. Field Measurements: The Contractorwill collect and record all water level,
pressure head, flow, totalizer, manometer measurements and will collect and
analyze all water quality, sand and silt measurements during static, pumping and
recovery periods as previously described in this and Sections 02635 and 02637 of
the Contract Documents.
B. Rainfall Amounts: The Contractor will record rainfall amounts that occur during
static, pumping and recovery periods.
C. Aborted Test: If the test is aborted or interrupted for any reason, the test shall be
stopped, the water level allowed to recover until it reaches static water level (up to
a maximum of 4 hours), as approved by the County, and the test restarted. No
payment will be made to the Contractor for interrupted pumping tests.
D. Test Supervision by the Contractor: The supervision of the pumping tests shall
be on a continuous basis by qualified personnel during the test, and for at least one
hour prior to and one hour following pumping.
3.2 STEP PUMPING TESTS
A. Static water level shall be allowed to recover from development for a minimum of
twelve hours.
B. The pump will be turned on and pumping will continue at a Step 1 constant rate that
is 50 percent of the design rate for the well or other pump rate as directed by the
County. Pumping at this rate will continue for a minimum of two hours.
C. Following determination of the drawdown at the end of Step 1, the discharge valve
shall be adjusted to obtain the constant discharge rate for the next step. This
process shall be repeated for the third and fourth steps, with termination of pumping
WELLPUMPTESTING
BROWARDCOUNTY
PAGE02636-4
occurring at the end of the fourth step.
D.The Step 2 pump rate will be adjusted to 75percent ofthe design rate of the well or
other pump rate as directed by the County. Pumping at this rate will continue for a
minimum of two hours.
E. The Step 3 pump rate will be adjusted to 100 percent of the design rate of the well
or other pump rate as directed by the County. Pumping at this rate will continue for
a minimum of two hours.
F. The Step 4 (final step) pump rate will be adjusted to 125 percent of the design rate
of the well or other pump rate as directed by the County. Pumping at this rate will
continue for a minimum of two hours.
G. The pump then will be shut down and left undisturbed for a minimum of twelve hours
or until water levels recover to 99 percent of pre-pumping conditions to complete
the test.
3.3 CONSTANT RATE TEST
A. Two-Hour (Pre-Rehabilitation) Constant Rate Test: The Pre-Rehabilitation
Constant Rate Test will be performed with the County’s pump prior to pump and
column pipe removal by the Contractor. The pumping rate will be the normal
operating pump rate for the County’s pump.
1. A two hours static “no pumping” period will be observed prior to testing.
2. The pump will be turned on and pumping will continue at a constant rate for a
minimum of two hours. A laboratory water quality sample will be collected
before the end of the pumping period.
3. The pump will be shut down and left undisturbed for a minimum of two hours to
complete the test.
B. Eight-Hour (Post-Rehabilitation) Constant Rate Test: The Contractor’s pumping
equipment shall be the same as used for development pumping and the flow rate
will be based on the results of the step rate test as approved by the County.
1. Static water level shall be allowed to recover for approximately twelve hours or
until the water level recovers to 95 percent of the step rate test pre-pumping
conditions.
2. The pump will be turned on and pumping will continue at a constant rate for a
minimum of eight hours. A laboratory water quality sample will be collected
before the end of the pumping period.
3. The pump will be shut down and left undisturbed for a minimum of twelve hours
to complete the test.
WELLPUMPTESTING
BROWARDCOUNTY
PAGE02636-5
-END OF SECTION
WELLPUMPTESTING
BROWARDCOUNTY
PAGE02636-6
SECTION 02637 -WELL REHABILITATION
PART 1 --GENERAL
1.1THE REQUIREMENT
A.General: The Contractorshall test, recommend, rehabilitate, perform final
testing, and disinfect existing production wells selected by the County and
perform all appurtenant work, complete and operable, all-inaccordance with the
requirements of the Contract Documents.
B. Qualifications: The Contractor shall have the following qualifications:
1. Shall have rehabilitated, acidized, chlorinated, cleaned, and performed a
cement squeeze operation.
2. For those rehabilitation or testing operations where the Contractor cannot
demonstrate sufficient performance of the operation, the Contractor shall:
a. Provide to the County the qualifications as outlined above for a
subcontractor who is experienced in the rehabilitation or testing operation
to be performed.
b. Subcontract with a qualified rehabilitation subcontractor acceptable to the
County for the rehabilitation or testing operation to be performed.
3. The Contractor shall furnish at least three references demonstrating local
experience in projects of similar size, skill, and complexity. For each project
cited, include:
a. The name and address of the well County’s organization and project
manager,
b. Well location(s) and name(s),
c. Well casing diameter(s) and depth(s),
d. Well pump capacity(s), and
e. Rehabilitation operation(s) performed on each well.
4. The Work of this section shall be performed by a water well Contractor
licensed by the Department of Environmental Protection.
a. The Contractor’s State license number shall be affixed to all
correspondence and reports.
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-1
b.All key employees (drillers in responsible charge of machinery) shall be
registered by the South Florida Water Management District (SFWMD).
C. Equipment Requirements: The work shall be performed by a competent crew
with equipment that is of adequate size, strength, horsepower, and capacity to
complete all phases of well rehabilitation and construction and shall be of a type
successfully utilized for the construction and rehabilitation of similar or larger
wells within the last two years.
1. If the Contractor's equipment or crew is not capable of satisfactorily performing
the work provided for in these specifications, as determined by the County, the
Contractorshall furnish acceptable equipment and/or crew at the Contractor’s
own expense.
2. All materials shall be delivered in an undamaged condition and stored to
provide protection against damage. All defective or damaged materials shall
be replaced with new materials at the Contractor's expense.
3. The Contractor will store the County’s equipment in a manner to prevent
contamination and damage.
4. In the event that any of the County’s equipmenthandled by the Contractor is
damaged during the Contractor’s performance of the work, the Contractorshall
be required to provide the County in-kind replacement equipment.
D. Operation: The Contractor shall have all necessary materials and equipment
on-site before starting each site procedure.
1. The Contractor shall be responsible for providing power generation equipment
required for completion of the WORK. The Contractor shall not be allowed to
use existing electric facilities and service from the existing wells to perform
testing.
2. Appropriate care should be taken by the Contractor when executing the work.
3. All Contractor equipment and work activities shall conducted in a manner to
prevent damage to the well or surrounding property and facilities.
4. Any damage to the well or surrounding property and facilities of any nature due
to the Contractor’s operations shall be repaired or replaced in a manner and to
the satisfaction of the County.
E. Permits: The Contractor shall obtain and maintain all necessary federal, state,
and local permits for all aspects of the Work to be performed.
1. All work shall comply with and be completed in full conformance with SFWMD
Water Use Management Rules Chapter 40E-3 F.A.C. for water wells, other
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-2
applicable rules and requirements and these specifications, whichever is more
stringent.
2.All work shall comply with and be completed in full conformance with all federal,
state, and local rule and regulations or this specification whichever is more
restrictive including, but not limited to, the following agencies and their
applicable divisions and departments:
a. Broward County Public Health Unit (PHU)
b. Broward County Environmental Protection and Growth Management
Division (EPGM)
c. Florida Department of Environmental Protection (FDEP)
d. South Florida Water Management District (SFWMD)
F. Water Supply: The Contractor shall locate and provide potable water for proper
completion of the WORK.
1. The Contractor shall be responsible for transporting the water from the supply
source (Water Treatment Plant or adjacent hydrant) to the well site.
2. The Contractor will be responsible for securing a flowmeter and backflow
preventer from Broward County Water and Wastewater Services or other
appropriate water utility. It shall be the Contractor’s responsibility to purchase
and convey the necessary water to any location at which it is required on the
project. Water can be purchased from Broward County Water and Wastewater
Services. The Contractor shall obtain approval/permits to use a County’s hydrant
meter for this Program. The Contractor is responsible for meeting all of Water
and Wastewater Services requirements, obtaining all permits and paying for all
water used and meter rental. The Contractor shall follow all Water and
Wastewater Services procedures for connecting to hydrants and shall be
responsible for any damage caused by improper operation of hydrants. After
Contractor applies to Broward County Water and Wastewater Services to obtain
temporary water service, through an application for temporary water hydrant
service (Attachment A-5) the Contractor shall obtain a letter from Water and
Wastewater Services stating that the Contractor is authorized to connect to
hydrants for water usage during this program. It is the Contractor’s responsibility
to contact Broward County or other water utilities to obtain current water, security
deposit and rental rates prior to bid.
G. Noise: The Contractor shall install soundproofing barriers, provide mufflers on
equipment, and take whatever other steps are necessary during operations to
ensure that noise levels conform to the local noise ordinance as required by the
County.
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-3
H.Safety: The Contractoris responsible for site health and safety.
1. All equipment shall be provided with safety devices as required by
governmental authorities having jurisdiction.
2. The Contractor shall take all necessary measures to limit access to drilling sites
to minimize public hazard.
3. The Contractor shall also implement safety measures at the well sites to
minimize hazards to the County’s staff and minimize impact on daily routine
utility operations.
I. Security: The Contractor is responsible for site security to prevent theft or
damage to the Contractor’s and County’s equipment and facilities. The
Contractor is responsible for any loss of equipment or damage to facilities as a
result of inadequate or poorly maintained security measures and the Contractor
shall restore or replace equipment and facilities at the Contractor’s expense.
J. Completed Well Integrity: The Contractor shall be responsible for the working
condition of each well that is taken off-line, tested, rehabilitated, and
subsequently released for service.
1. The Contractor shall be required to return each well to the County in proper
operating condition.
2. Under no conditions, shall the Contractor provide the County for acceptance a
well that has been compromised with respect to physical orientation, surface
contamination, water quality, production capability, or any other factor that has
been degraded as compared to the pre-rehabilitation performance and
condition of the well.
3. In the event that a well is compromised as a result of Contractor recommended
and County approved rehabilitation efforts, the Contractor will submit a plan to
repair or abandon/replace the compromised well for approval by the County.
4. In the event that a well is compromised as a result of the Contractor’s
negligence, then the Contractor will submit a plan to repair or abandon/replace
the compromised well at the Contractor’s expense for approval by the County.
1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Codes: All codes, as referenced herein, are as specified in Section 01090,
"Reference Standards.” Without limiting the generality of other requirements of
these Specifications, all work specified herein shall conform to or exceed the
requirements of the applicable referenced portion of the following documents to
the extent that requirements therein are not in conflict with the provisions of this
Section; provided, that where such documents have been adopted as a code or
ordinance by the public agency having jurisdiction, such code or ordinance shall
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-4
take precedence.
B. State Standards: South Florida Water Management District (SFWMD) and
Florida Department of Environmental Protection (FDEP) rules and regulations
contained in the Florida Administrative Code (FAC).
C. Commercial Standards:
The Commercial Standards listed below are associated with well rehabilitation
techniques and methodologies. Other Commercial Standards may be found in
separate sections of these Contract Documents.
ANSI/AWWA C654 Disinfection of Wells.
AWWA A 100 Standard for Water Wells.
1.3 CONTRACTOR SUBMITTALS
A. All Contractor submittals shall conform to, the applicable requirements of Section
01300 –Submittalsand the supplementary requirements specified herein. Each
item listed below shall be submitted to the County with a clear explanation or
depiction of why or how the requirements, as listed, will be fulfilled by the
products or services provided by the Contractor. This list is not considered all-
inclusive and may be extended by the County or Contractor.
B. Alignment Tests: Four copies of each alignment test result shall be provided
to the County within 72 hours of test completion (Section 02630 –Well Drilling).
C. Cement Plan: Two copies of the cementing plan proposed by the Contractor for
use during the WORK shall be submitted to the County for approval at least 72
hours prior to all cementing operations. Section 02632 – Well Cementing
provides additional requirements.
D. Cement Operation Summary: Two copies of the cement operation summary
will be submitted to the County by the Contractor within one hour of the
completion of each stage of cement placement. Section 02632 – Well Cementing
provides additional requirements.
E. Chemical Treatment Plan: The Contractor will submit two copies to the County
of the plan for the application of a chemical treatment (i.e. Descaler, Acidization
and Chlorination) to the well, well screen, and formation open hole.
F. Cuttings and Fluids Disposal: Drill cuttings and/or drilling mud, debris, or other
fluid and material resulting from any of the Contractor operations shall be
disposed of by the Contractorby hauling to a FDEP approved disposal site. It
shall be the Contractor's responsibility to obtain FDEP approval for the proposed
disposal site, and to submit to the County notice of FDEP approval prior to
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-5
commencing work (Section 02630 –Well Drilling).
G. Daily Log: A daily log of all site activities shall be maintained by the Contractor
on an on-going basis. The daily log shall be kept updated and be available for
inspection at the site at all times. The Daily Log shall include records of all
volumes and amounts of materials used in rehabilitation and testing operations,
such as cement, gravel, chlorine, acid, CO2, potable water and other materials
used. The Contractor shall provide the Countywith twocopies of the daily log
of activities at the end of each work week.
H. Development and Test Records: Two copies of the development and test
records shall be provided to the County upon completion of each well. Additional
requirements are listed in Sections 02635 –Well Development and Sampling
and Section 02636 – Well Pump Testing.
I. Drilling Log: Should new borehole be drilled as part of the WORK, a log of any
formations drilled from surface to total depth indicating any change in formation
shall be prepared by the Contractor. The drilling log shall be up to date and
available for inspection at the site at all times. Two copies of the drilling log shall
be provided to the County at the completion of each rehabilitation effort that
includes drilling activities (Section 02630 –Well Drilling).
J. Equipment and Materials List: The testing and rehabilitation of wells requires
a variety of procedures, each using different materials and equipment.
1. The Contractor shall submit a list of the equipment proposed for use at the site,
which shall include manufacturer's load capacities, horsepower, and year of
manufacture and year of purchase by the present County for review by the
County at least one week prior to use in the performance of the work.
2. The Contractor shall submit a list of materials proposed for use at the site which
shall include product name, supplier, manufacturer, material safety data
sheets (MSDS), expiration dates, and strengths for review by the Countyat
least one week prior to use in the performance of the work.
K. Final As-Built Description: Should new casing or screen, additional cement
or other well modification be installed as part of the WORK, the Contractor shall
prepare a final well As-Built (description and drawing) that indicates the following:
diameter, wall thickness, depths, and lengths of casings and screens; type,
aperture size, and pattern of screen perforations; borehole diameters; gradation
of gravel envelope; quantity of gravel initially installed and quantity of gravel
added during development operations; quantity of material removed during
development operations; and all other pertinent details. The Contractor shall
provide the County with two copies of the final well As-Built description.
L. Fluids Disposal/Discharge Plan: Prior to commencement of WORK,
the Contractor shall submit to the County a plan for disposal and discharge
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-6
of rehabilitation waste products, including neutralization of acidization wastes,
and disposal of wastes from acidization, chlorination, casing cleaning, well screen
removal, drilling, and development (Sections 02630 – Well Drilling, 02635 - Well
Development and Sampling, and 02636 – Well Pump Testing).
M. Acid Supplier Certification: The Contractor shall provide certification from the
acid supplier to verify materials and acid quantities at least three working days
prior to acid delivery to the site.
N. Geological Samples: Should new borehole be installed as part of the WORK,
the Contractor shall collect, label and store, in sturdy containers acceptable to
the County, in a protected place near the drilling site, two sets of samples of all
geological formations encountered during rehabilitation operations. Each sample
shall be clearly labeled to indicate well number, date, time, and the exact depths
from which the sample was taken (Section 02630 – Well Drilling).
O. Geophysical Logs: See Section 02633 – Geophysical Logging for detailed
descriptions of log submittals.
P. Health and Safety Plan: The Contractor shall submit to the County a site Health
and Safety Plan that consists of the Contractor’s emergency phone list,
description of potential site hazards, material safety data sheets for used and
stored chemicals, routes and contact information for local medical facilities and
a hurricane plan detailing site activities necessary to prepare for bad weather.
Q. Instrument Calibrations: The Contractor shall submit to the County, at least
24 hours before the start of testing (Sections 02630 – Well Drilling, 02635 - Well
Development and Sampling, and 02636 – Well Pump Testing):
R. Permits: The Contractor shall submit to the County two sets of all permit
applications with associated support information, proof of permit fee payment,
permit correspondence, and two sets of all final permits issued.
S. Records Required by Law: The Contractor shall maintain all records required
by governmental agencies having jurisdiction, and shall submit such records to
them as may be required. Two copies of all such material shall be furnished to
the County.
T. Rehabilitation Procedure Plan: The Contractor shall submit to the
County two copies of the draft and final Contractor's recommendations for well
rehabilitation process.
U. Rehabilitation Recommendation Report: The Contractor will summarize all
information collected during the Pre-Rehabilitation Constant Rate Pumping Test
and Video Survey and shall include water quality laboratory reports, BART
results, sand and silt content measurements, field water quality, static and
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-7
pumping water levels, and all other information about the physical condition and
performance of the well and pump. The Contractor will include in the report a
recommendation and plan for rehabilitation and return of the well and pumping
facilities to design capacity.
V. Rehabilitation Report: The Contractor will prepare a summary of the
rehabilitation activities and information collected during the air and pump
development, Post-Rehabilitation step Rate and Constant Rate tests including
water quality laboratory reports, sand and silt content measurements, field water
quality, static and pumping water levels, Post-Rehabilitation Video Survey,
alignment testing results, well completion certificate, disinfection, pump, pipeline,
pump column and motor repair or replacement and all other information
concerning the rehabilitation of the well and pump facilities.
W. Sand Sieve Analysis for Screen Design: Should new borehole be drilled as
part of the WORK, the Contractor shall have sieve analyses performed on
representative samples obtained from the potential screened interval as directed
by the County. The Contractor shall provide the County with two copies of the
sieve analysis report for each well. The Contractor shall submit sieve analyses
results to the County for review and acceptance at least seven days prior to
anticipated placement of the screen in the well.
X. SFWMD Well Completion Report, if required: The Contractor shall use the
SFWMD Florida’s Water Permitting Portal, SFWMD ePermitting website to
submit a Water Well Completion Report within 30 days of completion of work
involving construction or modification of a potable water supply well. Two copies
of the submittal shall be provided to the County.
Y. Site Condition Photo Log – Pre-Mobilization: The Contractor will provide one
electronic copy of each existing site condition photo log to the Countybefore
mobilizing to each site.
Z. Site Layout Plan: The Contractor shall submit to the County a site layout for
the Contractor’s and subcontractor’s equipment showing site security, access,
storage, laydown, and work areas and traffic control, as needed.
AA. Subcontractor’s List: The Contractor shall provide to the Countya list of
potential subcontractors. The list should detail the company name, service type,
qualifications, and contact information. The subcontractor’s list, at a minimum,
shall contain a state certified laboratory and geotechnical testing firm.
BB. Water Level (Pressure Transducer) Logger Files: See Sections 02630 – Well
Drilling, 02635 - Well Development and Sampling, and 02636 – Well Pump
Testing for additional logger file details.
CC. Water Quality Sample Results: The Contractor will provide two copies of step
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-8
rate, constant rate and development field and laboratory water quality sample
results to the County. Field sample results will be made available to the County
as the results are recorded. Laboratory testing sample results will be made
available to the Countywithin 14 days of sample collection (Section 02635 - Well
Development and Sampling).
DD. Well Abandonment Plan: If requested by the County, the Contractor will submit
to the County a plan for well abandonment that is in accordance with all
applicable local, state and federal regulations and the Contract Documents
whichever is more stringent.
EE. Well Screen: Should well screens be required as part of the WORK, the
contractor shall submit four copies of the proposed well screen specification shop
drawings including gravel pack design, slot size and length, and related data to
the County for approval prior to ordering from the manufacturer.
FF. Well Screen/Riser Pipe Connection: The Contractor will provide four copies
of the manufacturer's recommended method for connecting Schedule 40 PVC
riser pipe to the stainless steel well screen to the County for approval at least
seven days prior to installation.
GG. Video Surveys: See Section 02633 – Geophysical Logging for video survey
details.
1.4 QUALITY ASSURANCE
A. Sand Production: Sand production during development is to be less than one
ppm at during the post-rehabilitation constant rate pump test, shall be measured
using an Imhoff cone and a Rossum sand tester as recommended in AWWA
Standard A-100.
B. Silt Production: The SDI shall be less than three during the post-rehabilitation
constant rate pump test. Silt content shall be measured by the Contractor
following the procedures outlined in ASTM D4189-95 Standard Test Method for
Silt Density Index (SDI) of Water. The Contractor shall provide all materials,
equipment, and power necessary to perform the tests.
C. Pressure Gauge: A well head pressure gauge shall be used for measuring
discharge head. The gauge shall measure 0 to 150 psi with maximum 0.5 psi
increments and shall be accurate to within 1/4 of 1 percent of full-scale
deflection.
D. Alignment Tests: An alignment test to determine the alignment of the inner well
casing shall be performed by the Contractor after the well has been completed
and before its acceptance by the County.
1.5 CLOSEOUT
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-9
A.Site Remediation: The Contractor shall thoroughly clean the site after
completion of its operations. All excess drilling fluids, gravel, debris, and other
materials utilized during the rehabilitation shall be removed and disposed of by
the Contractor in accordance with the approved disposal plan. Mud sumps and
other work excavations shall be filled, compacted and graded, and the site
returned to a condition that is better or equal to the condition indicated by the
pre-construction photo log.
B. Debris Removal and Site Restoration: The Contractor shall promptly remove
its equipment, temporary facilities, and materials, and leave the site in a
condition acceptable to the County. The Contractorshall repair any damage to
property or facilities caused by its operations prior to final acceptance of the
work.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION
3.1 GENERAL
A. Repeat Work: All work required to be repeated, resulting from the Contractor's
lack of performance in accordance with the specifications, including all additional
materials, labor and equipment required, shall be furnished at the expense of
the Contractor and no claim for additional compensation or time shall be made
or be allowed therefore, except as specifically provided herein.
B. Termination of the Work: If information indicates that the completion of
rehabilitation operations at the production well site is not warranted, the County
reserves the right to terminate all further work at the site. In such an event, the
Contractor will be compensated for work performed and will not be entitled to
any additional compensation.
3.2 PRE-REHABILITATION PROCEDURES
A. Pre-Rehabilitation Constant Rate Test: One pre-rehabilitation constant rate
test at each well prior to removal of the County’s pump. Section 02636 – Well
Pump Testing provides additional requirements.
1. Accumulated Fill Removal: Accumulated fill in the well casing or open hole
interval shall be removed using the reverse rotary process, reverse air process,
bailing or airlift development.
2. Disposal: Discharge from the removal of accumulated fill shall be directed to
a settling tank or other settling area where turbidity will be settled out before
clear, non-turbid groundwater can be discharged in a manner acceptable to the
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-10
Countyall in compliance with local, state and federal requirements.
B. Casing Cleaning:Well casing interiors shall be cleaned to remove encrustation.
The cleaning shall utilize a casing brush, or alternative method approved by the
County. The casing brush shall be constructed so that casing cleaning and
circulation of the scale and rust from the well can take place simultaneously and
the brush can be rotated to ensure effective cleaning of all parts of the casing. It
is the Contractor’s responsibility to pump the well during the brushing at a rate
sufficient to lift the solids produced by the brushing operation out of the well. The
brush shall be of sufficient diameter that it contacts and effectively cleans all sides
of the casing simultaneously.
3.3 REHABILITATION PROCEDURES
A. General: The following operations may be proposed by the Contractor/County
following casing cleaning and video surveying or during the course of WORK.
B. Chemical Treatment: Tubing, hoses, mixing tanks, and chemical pumps used
during the chlorination or acidization of a well shall be chemically inert and shall
be capable of withstanding 300 pounds per square inch of pressure. The
chlorination and acidization equipment shall have the ability to inject chemical
constituents at various depths throughout the length of the well.
1. The Contractor is responsible for ensuring that all personnel involved in the
acidization, and chlorination processes always observe adequate safety
procedures including appropriate use of safety equipment and protective
clothing.
2. The Contractor is responsible for securing the area to prevent public access
and potential property damage prior to performing chemical treatments.
C. Acidization: If the well does not produce a sufficient quantity of water or
produces greater than 5 ppm predominantly calcium carbonate sand, as
determined by the Contractor and accepted by County, acidization of the well
may be required.
1. The Contractor shall be responsible for maintaining groundwater levels and be
capable of shutting in the well at any time throughout the acidization procedure.
2. The acid, in the form of a liquid, shall be introduced into the well directly from
the Contractor’s pumping equipment, though a tremie pipe set in the open hole
portion of the well, at a predetermined depth proposed by the Contractor and
approved by the County.
3. The acidization wellhead assembly shall have a dedicated acid injection line
and a dedicated water injection line.
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-11
4.The wellhead shall be capable of withstanding acidization pressures.
5.The wellhead and associated pipe acid line shall be sealed to prevent leaks or
spillage during the acidization process.
6. The tremie pipe shall be set at the top of the production zone or screen to
introduce acid directly to the production zone. Water shall be pumped into the
well head through another opening to force the acid into the formation.
7. The Contractor shall pump potable water down the well at a rate of
approximately 200gpm for a minimum of 15 minutes prior to acid injection.
8. The Contractor shall continue to pump water down the well during acid injection
and for approximately 30 minutes, or until the wellhead pressure is zero, after
acid injection is complete. At no time should the wellhead pressure exceed
50psi.
9. The Contractorshall maintain the wellhead pressure at zero until the acid in the
formation is spent.
10. A pressure gauge for the purpose of monitoring increases in pressure from the
addition of acid must be used. If significantpressure increases are observed
after addition of the acid, the pressure may be relieved using the pressure
release valve.
11. The Contractor shall provide 28 percent hydrochloric acid. The acid used shall
be approved for use in potable water wells. Up to three times the open-hole
volume of acid and a maximum pH of 3 shall be required in the well at the end
of acidization. The mix strength shall be approved by the County prior to
acidization.
a.Additives such as chelting agents may be added to the acid prior to
pumping, if approved by the County.
b.Acid will be placed in the open hole at a rate of approximately 50 gpm.
c. After the acid is placed in the open hole and approximately 30 minutes of
potable water flow has been accomplished, the well shall be closed and
sealed for approximately twelve (12) hours.
d.The Contractor will provide a containment vessel to hold waste and other
fluids from the acid line. The CONTAINMENT vessel shall be approved by
the County.
e.After the 12-hour waiting period, the Contractor shall purge the well into a
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-12
containment vessel and determine the pH of the water.
f. If the pH of the water purged from the well following the 12-hour period is
below a pH of 6, then the Contractorwill shut the well in for an additional 2
hours.
g. The sequence of purging and checking pH to determine if the acid-formation
reaction is complete will continue until the pH of the purged water is 6 or
above.
D. Chlorination: As proposedby theContractor or County and accepted by
County, the Contractor shall mobilize equipment for chlorination of the well.
1. Pump 800 gallons of 2,000 mg/L sodium hypochlorite solution into the well
through a tremie pipe.
2. Agitate the well to assure thorough mixing of the chlorine solution in the well.
3. Sample the fluid in the well and demonstrate to the County that the chlorine
residual exceeds 500 mg/L. Add more sodium hypochlorite solution, if
necessary, to assure a sufficient concentration of chlorine residual. Agitate the
well and sample again.
4. Agitate the well periodically while displacing one casing volume of chlorine
solution with potable water to force the chlorine solution into the productive
interval of the well.
5. Allow 18 hours of contact time, including time spent agitating the well.
6. The removal of the chlorine residuals shall be judged complete when the water
pumped from the well after chlorination has a chlorine residual below 5 ppm.
Chlorine residuals removed prior to reaching less than 5 ppm shall be
contained and disposed of in a manner consistent with local, state, and federal
regulations.
E. Liquid Acid Descaler: Mix Cotey Chemical Corporation Liquid Acid Descaler or
equivalent product per the manufacturer’s directions.
1. Place liquid acid descaler into the well per the manufacturer’s recommendation.
2. Agitate the liquid acid descaler in the well using a surge block or other isolation
tool.
3. Monitor the pH during the treatment and add descaler if pH rises above 3.0
standard pH units.
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-13
4.The descaler should be allowed to sit in the well with periodic agitation for a
minimum of 24 hours.
F. Drilling: When extension of the production interval or a replacement well is
proposed by the Contractor and approved by the County, drilling equipment shall
be mobilized to a well and activities will follow Section 02630 –Well Drilling and
this specification section.
1. The Contractor will be responsible for maintaining the integrity of the drilled
hole. The Contractor shall take all measures necessary to protect the top
portions of the pilot hole from caving or raveling.
2. Only potable water from a designated source shall be used in drilling fluids
whether employed alone or in combination with drilling additives. Any other
drilling additives to be used shall be submitted to the County for approval.
3. The pilot hole shall have a minimum diameter of 6 inches and shall be drilled
to a depth approved by the County.
4. The Contractor shall collect representative cutting samples every 5 feet and at
changes in the formation. Cuttings collected from the production interval for
screen design shall be sent for sieve analysis.
5. The pilot borehole shall be reamed to a nominal diameter that is compatible to
the existing well casing or matches the replacement well design and to a depth
as approved by the County.
6. The Contractor shall be responsible for maintaining the quality of the drilling
fluid to assure protection of the water bearing formations exposed in the
borehole, to adequately maintain the walls of the hole to prevent caving of the
walls as drilling progresses, and to permit recovery of representative samples
of cuttings.
G. Standard Penetration Test (SPT) Borings: All boring and sampling operations
will be conducted in general accordance with ASTM Specification D1586-84.
Borings will be advanced by a rotary drilling or push process (mud rotary, auger,
dual-tube or direct push technology) to collect continuous split spoon and
discrete water quality formation samples and or direct core samples from
discrete depths for analysis by a geotechnical laboratory for porosity and
permeability.
1. Split Spoon Sampling: The drilling tools will be removed and soil samples
obtained from 100 feet to 175 feet bls at 5-foot centers with a standard 1.4
inch I.D., 2-inch O.D. split spoon sampler. The sampler will be seated 6
inches to penetrate any loose cuttings and then driven an additional foot
with blows of a 140-pound hammer falling 30 inches. Representative
portions of the soil samples, thus obtained, will be placed in moisture proof
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-14
containersand transported to the laboratory for examination and
classification by a geotechnical engineer as directed by the County.
H. Wire-Wound Screen and Riser Pipe Installation: Based on the results of the
preliminary video survey, testing information and the Contractor’s
recommendation and as approved by the County, theContractor shall remove
the existing screen and gravel pack (if present) and install a new screen and
gravel pack.
1. The riser pipe shall be constructed of Schedule 40 PVC pipe. The riser
pipe diameter shall match the selected screen diameter. The length of the
riser pipe shall be approved by the County.
2. The length and depth of well screens and gravel pack shall be approved by
the County aftera study of the driller's log and sieve analyses of the
formation from the borehole samples.
3.Four stainless steel casing guides shall be attached to the PVC riser pipe
at 90 degrees from each other at intervals of approximately 20 feet along
the length of the riser pipe.
4. A 5-foot length of stainless-steel sump shall be attached to the bottom of
the screen.
5. The well screen shall be affixed to the casing in a manner approved by the
screen manufacturer, or by other method submitted by the Contractor and
approved by the County.
I. Geophysical Logging: See Section 02633 - Geophysical Logging
J. Cementing Options: Following County approval of a Cement Plan, cement may
be installed in the annular space between the existing casing and the formation,
between the existing casing and the new riser pipe, or “squeezed around the
base of the existing casing to ensure an annular cement seal. See Section 02632
– Well Cementing for additional requirements.
K. Well Abandonment: Following construction of a replacement well or declaration
from the County that a well is abandoned, and County approval of a Well
Abandonment Plan, the Contractor may be required to abandon an existing well.
Additional details are provided in Section 02632 - Well Cementing.
3.4 POST-REHABILITATION PROCEDURES
A. Well Development: After rehabilitation or replacement well construction is
complete, the Contractor shall notify the County and shall make the necessary
arrangements for conducting the well development. Development at any well
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-15
can be suspended, at the discretion of the County, to allow for consideration of
other rehabilitation options or to minimize impacts during data collection activities
at other wells. Additional requirements for Well Development are detailed in
Section 02635 – Well Development and Sampling.
B. Step Rate and Content Rate Well Production Testing: Step Rate and
Constant Rate Testing for Pre- and Post-Rehabilitation are described in Section
02636 – Well Pump Testing.
C. Sediment Removal: After the test pump has been removed, the
CONTRACTOR shall remove any accumulated sediment from the well.
D. Disinfection: The Contractor shall provide for disinfection of the well
immediately after test pumping of the well has been completed. The Contractor
shall carry out adequate cleaning procedures immediately preceding disinfection
where evidence indicates that normal well construction and development work
have not adequately cleaned the well. All oil, soil, and other materials, which
could harbor and protect bacteria from disinfectants, shall be removed from the
well.
1. Disinfection of the well shall be performed in accordance with the
requirements of ANSI/AWWA C654, except as modified herein.
2. Chlorine or other compounds approved by the State or local regulatory
agencies shall be used as disinfectants.
3. Treat the water in the well casing to provide a chlorine residual of
approximately 50 mg/L. The quantity of chlorine compounds required to
produce a chlorine residual of 50 mg/L may be calculated by multiplying the
appropriate quantity shown in ANSI/AWWA C654, Appendix A, Table A.1 by
the appropriate factor.
4. Circulate the chlorinated water within the well casing and pump column.
5. Pump the well to waste to remove chlorinated water. A reducing agent such
as sodium bisulfite shall be applied to the chlorinated discharge water to
neutralize the chlorine residual remaining in the water, prior to disposal.
6. The Contractor shall make provisions for disposal of chlorinated water in
accordance with applicable local, state and federal regulations.
E. Bacteriological Clearance: The Contractor shall be required to perform all post-
disinfection sampling and analyses necessary to obtain a release for each well
from the Broward County Health Unit.
1. The Contractor shall be responsible for compliance with all applicable
regulatory requirements including 20 consecutive days of bacteriological
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-16
testing.
2.In the event a well does not satisfy the conditions for the bacteriological
testing, the Contractor shall be required to repeat the 20-day test until the
well is cleared for service from the Broward County Health Unit.
3. All labor, sampling, testing, and re-testing services shall be the Contractor’s
responsibility without additional cost to the County.
F. Site Restoration: The Contractorshall restore the site to its original or better
condition.
1. Restore Fencing: The Contractor shall restore all fencing to its original
condition or better. Fence posts shall be vertical and grouted in place. The
fencing mesh shall be attached to the posts using new connectors.
2. Landscaping: Damaged sod shall be replaced by sod of the same variety
and landscaped vegetation replaced with the same variety and size based
on the site pre-rehabilitation photo log.
3.5 DISPOSAL OF REHABILITATION AND TESTING DISCHARGES
A. Disposal of Wastes: The Contractor shall provide all facilities, equipment and
materials required for the removal of wastes discharged from the well and excess
development materials from the well site.
B. Disposal of Development and Test Water: The Contractorshall conform to all
federal, state and local agency waste discharge requirements to discharge water
into any canal, flood control storm drain or sanitary sewer. The Contractorshall
perform all actions necessary to conform to discharge requirements. The
Contractor shall reach agreements with the owners of the properties that will be
crossed by the discharge pipeline and shall design the system to satisfy those
property owners.
-END OF SECTION-
WELLREHABILITATION
BROWARDCOUNTY
PAGE02637-17
SECTION 02638 – WELLHEAD AND WELL PAD
PART 1 -- GENERAL
1.1THE REQUIREMENT
A. All work specified herein shall conform to or exceed the requirements of the
applicable codes and standards relating to the referenced portions of the following
documents only to the extent that the requirements therein are not in conflict with
the provisions of this section. Where such documents have been adopted as a
code or ordinance by the public agency having jurisdiction, such a code or
ordinance shall take precedence.
B. State Standards: SFWMD and FDEP Rules and Regulations for Water Wells in the
Florida Administrative Code (FAC). C. Commercial Standards: ANSI/AWWA C654
Disinfection of Wells
PART 2 -- PRODUCTS
2.1 GENERAL
A. The Contractor shall provide all materials, equipment, and appurtenances
necessary to construct and install a 316 stainless steel, leak proof, well head.
B. The Contractor shall provide all material and equipment to construct a 6-foot by 6-
foot by 6-inch-thick reinforced concrete apron at the base of the well head.
2.2 PORTLAND CEMENT
A. The Contractor shall provide ready-mixed Portland cement conforming to ASTM
C94, Alternate 3. Concrete shall be a dry, bagged premix variety and mixed with
water in accordance with the manufacturer’s specifications or commercially
delivered ready- mix.
2.3 REINFORCING STEEL
A. Provide ASTM A615, Grade 60, No. 4 reinforce bar for concrete reinforcement.
2.4 FORMS
A. Wood forms shall be of a rigidity and height as to produce straight, uniform edges
to finished product. Pad shall have a broom finish.
2.5 EXPANSION JOINT FILLER
A. ASTM D994, Bitumen type - 1/2-inch thick shall be installed between the well casing
WELLHEAD AND WELL PAD
BROWARDCOUNTY
PAGE02638-1
and the concrete pad.
PART 3 -- EXECUTION
3.1 WELLHEAD COMPLETION
A. Valves and gauges shall be installed per the manufacturer’s recommendations.
3.2 WELL DISINFECTION
A. General: The Contractorshall provide for disinfection of the well immediately after
test pumping of the well has been completed. The Contractor shall carry out
adequate cleaning procedures immediately preceding disinfection where evidence
indicates that normal well construction and development work have not adequately
cleaned the well. All oil, soil, and other materials, which could harbor and protect
bacteria from disinfectants, shall be removed from the well.
B. Method: Disinfection of the well and appurtenances as appropriate shall be
performed in accordance with the requirements of ANSI/AWWA C654, except as
modified herein. Chlorine or other compounds approved by the state or local
regulatory agencies shall be used as disinfectants. The method of chlorination to
be used shall consist of (1) treating the water in the well casing to provide a chlorine
residual of approximately 500 mg/L; (2) circulating the chlorinated water within the
well casing and pump column; and (3) pumping the well to waste to remove
chlorinated water. The quantity of chlorine compounds required to produce a
chlorine residual of 500 mg/L may be calculated by multiplying the appropriate
quantity shown in ANSI/AWWA C654, Appendix A, Table A.1 by the appropriate
factor. A reducing agent such as sodium bisulfate shall be applied to the chlorinated
discharge water to thoroughly neutralize the chlorine residual remaining in the
water, prior to disposal. The Contractor shall make provisions for disposal of
chlorinated water in accordance with applicable environmental regulations.
3.3 BACTERIAL EVALUATION
A. The disinfected well shall be tested for the presence of coliform in accordance with
ANSI/AWWA C654.
- END OF SECTION
WELLHEAD AND WELL PAD
BROWARDCOUNTY
PAGE02638-2
SECTION 03305 - CONCRETE AND GROUT
PART 1 -- GENERAL
1.01THE REQUIREMENT
A.The Contractorshall furnish all materials for concrete in accordance with the
provisions of this Section and shall form, mix, place, cure, repair, finish, and do all
other work as required to produce finished concrete, all in accordance with the
requirements of the Contract Documents.
B. The following types of concrete shall be covered in this Section:
1.Structural Concrete: To be used in all cases.
C. The following types of grout are covered in this Section:
1.Non-Shrink Grout: This type of grout shall be used wherever grout or
cementitious grout is called for in the Contract Documents, unless another
type is specifically referenced.
1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Codes: Without limiting the generality of other requirements of these specifications,
all Work specified herein shall conform to or exceed the requirements of the Florida
Building Code and the applicable requirements of the following documents to the
extent that the provisions of such documents are not in conflict with the
requirements of this Section.
ACI 315 Manual of Standard Practice for Detailing Reinforced Concrete
Structures.
ACI 318 Building Code Requirements of Reinforced Concrete
ACI 347 Recommended Practice for Concrete Formwork.
ASTM A 185 Specifications for Steel Welded Wire, Fabric, Plain, for Concrete
Reinforcement.
ASTM A 615 Test Methods for Making and Curing Concrete Test Specimens in
the Field.
ASTM C 31 Specification for Ready-Mixed Concrete.
ASTM C 33 Test Method for Slump of Portland Cement Concrete.
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-1
ASTM C 39Specification for Portland Cement.
ASTM C 94Specification for Air-Entraining Admixtures for Concrete.
ASTM C 143Specification for Liquid Membrane-Forming Compounds for
Concrete.
ASTM C 150 Specification for Chemical Admixtures for Concrete.
ASTM C 260 Test Methods for Compressive Strength of Chemical-Resistant
Mortars and Monolithic Surfacings.
ASTM C 309 Test Method for Early Volume Change of Cementitious Mixtures.
ASTM C 494 Specification for Preformed Expansion Joint Fillers for Paving and
Structural Construction (Non-Extruding and Resilient Bituminous
Types).
ASTM C 579 Manual of Standard Practice.
1.03SUBMITTALS
A. Mix Designs: Prior to beginning the Work, the Contractor shall submit to the
County, for review, proposed concrete mix designs which shall show the
proportions and gradations of all materials proposed for each class and type of
concrete specified herein in accordance with Section entitled "Submittals". All
costs related to testing mix designs shall be borne by the Contractor.
B. Certified Delivery Tickets: Where ready-mix concrete is used, the Contractor shall
provide certified weighmaster delivery tickets at the time of delivery of each load
of concrete. Each certificate shall show the public weighmaster's signature, and
the total quantities, by weight of cement, sand, each class of aggregate,
admixtures, and the amounts of water in the aggregate and added at the batching
plant as well as the amount of water allowed to be added at the site for the specific
design mix. Each certificate shall, in addition, state the mix number, total yield in
cubic yards, and the time of day, to the nearest minute, corresponding to when
the batch was dispatched, when it left the plant, when it arrived at the job, the time
that unloading began, and the time that unloading was finished.
C. Reinforcing Steel: The Contractor shall furnish shop bending diagrams, placing
lists, and Drawings of all reinforcing steel prior to fabrication in accordance with
the requirements of Section entitled "Submittals."
D
Grout: The Contractor shall submit shop drawings for all types of groutsto be used.
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-2
1.04QUALITY ASSURANCE
A. Tests on component materials and for compressive strength and shrinkage of
concrete will be performed as specified herein. Tests for determining slump will
be in accordance with the requirements of ASTM C 143.
B. The cost of all laboratory tests on cement, aggregates, and concrete will be borne
by the Contractor.
C. Concrete for testing shall be supplied by the Contractor at no cost to the County.
The Contractor shall dispose of and clean up all excess material.
D. Field Compression Tests: Compression test specimens shall be taken during
construction from the first placement of each class of concrete specified herein
and at intervals thereafter as selected by the Countyto ensure continued
compliance with these specifications. At least one set of test specimens shall be
made for each 50 yards of concrete placed. Each set of test specimens shall be
a minimum of 4 cylinders.
E. Compression test specimens for concrete shall be made in accordance with ASTM
C31. Specimens shall be 6-inch diameter by 12-inch-high cylinders.
F. Compression tests shall be performed in accordance with ASTM C 39. One test
cylinder will be tested at 7 days and 2 at 28 days. The remaining cylinder will be
held to verify test results, if needed.
PART 2 -- PRODUCTS
2.01 CONCRETE MATERIALS
A.Materials shall be delivered, stored, and handled so as to prevent damage by water
or breakage. Only one brand of cement shall be used. Cement reclaimed from
cleaning bags or leaking containers shall not be used. All cement shall be used in
the sequence of receipt of shipments.
B.All materials furnished for the Work shall comply with the requirements of ACI 301,
as applicable.
C.Storage of materials shall conform to the requirements of ACI 301. D.Materials for
concrete shall conform to the following requirements:
1. Cement shall be standard brand Portland cement conforming to ASTM C 150
Type II.
2.Watershall be potable, clean, and free from objectionable quantities of silty
organic matter, alkali, salts and other impurities.
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-3
3.Aggregates shall be obtained from pits acceptable to the County, shall be
non- reactive, and shall conform to the FBC and ASTM C 33. The maximum
size of coarse aggregate shall be as specified in Paragraph 2.05B.
4.Ready-mix concrete shall conform to the requirements of ASTM C 94.5. Air-
entraining agentmeeting the requirements of ASTM C 260, shall be used.
Sufficient air-entraining agent shall be used to provide a total air content of 3
to 5 percent. The Countyreserves the right, at any time, to sample and test
the air-entraining agent received on the job by the Contractor. The air-
entraining agent shall be added to the batch in a portion of the mixing water.
The solution shall be batched by means of a mechanical batcher capable of
accurate measurement.
5. Admixtures: Water reducing and retarding admixture shall be added and
measured as recommended by the manufacturer. The addition of the
admixture shall be separate from the air-entraining admixture. The addition of
the admixture shall be completed within one minute after addition of water to
the cement has been completed, or prior to the beginning of the last three-
quarters of the required mixing, whichever occurs first. Water reducing and
set retarding admixtures shall be in conformance with ASTM C 494, Type D.
2.02 CURING MATERIALS
A.Materials for curing concrete as specified herein shall be MB 429 as manufactured
by Masterbuilders, Cleveland, Ohio; or equal. The curing compound shall contain
a fugitive dye so that areas of application will be readily distinguishable.
B. Polyethylene sheet for use as a concrete curing blanket shall be white and have a
nominal thickness of six mils.
2.03 NONWATERSTOP JOINT MATERIALS
A. Materials for nonwaterstop joints in concrete shall conform to the following:
1.Preformed joint fillershall be a non-extruding, resilient, bituminous type
conforming to the requirements of ASTM D 1751.
2.Elastomeric joint sealer shall be a single component, pourable grade
polyurethane sealant for horizontal joints. For vertical joints, sealant shall be
a two-component, polytremdyne sealant. Color of sealants will be selected by
County.
3.Mastic joint sealer shall be a material that does not contain evaporating
solvents; that will tenaciously adhere to concrete surfaces; that will remain
permanently resilient and pliable; that will not be affected by continuous
presence of water and will not in any way contaminate potable water; and that
will effectively seal the joints against moisture infiltration even when the joints
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-4
are subject to movement due to expansion and contraction. The sealer shall
be composed of special asphalts or similar materials blended with lubricating
and plasticizing agents to form a tough, durable mastic substance containing
no volatile oils or lubricants and shall be capable of meeting the test
requirements set forth hereinafter, if testing is required by the County.
2.04 REINFORCING STEEL
A. All reinforcing steel for all reinforced concrete construction shall conform to the
following requirements:
1. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade
60 Billet Steel Reinforcement with supplementary requirement S-1, and shall be
manufactured in the United States.
2. Welded wire fabric reinforcement shall conform to the requirements of ASTM A
185. All welded wire fabric reinforcement shall be galvanized.
B. Accessories: Accessories shall include all necessary chairs, slab bolsters,
concrete blocks, tie wires, dips, supports, spacers, and other devices to position
reinforcement during concrete placement.
C. Concrete blocks (dobies) used to support and position reinforcement steel, shall
have the same or higher comprehensive strength as specified for the concrete in
which it is located. Wire ties shall be embedded in concrete block bar supports.
2.05 CONCRETE DESIGN REQUIREMENTS
A. General: Concrete shall be composed of cement, admixtures, aggregates and
water. These materials shall be of the quantities specified. The exact proportions in
which these materials are to be used for different parts of the Work will be
determined during the trial batch. In general, the mix shall be designed to produce
a concrete capable of being deposited so as to obtain maximum density and
minimum shrinkage and, where deposited in forms, to have good consolidation
properties and maximum smoothness of surface. The aggregate gradations shall
be formulated to provide fresh concrete that will not promote rock pockets around
reinforcing steel or embedded items. The proportions shall be changed whenever
necessary or desirable to meet the required results at no additional cost to the
County. All changes shall be subject to review by the County.
B. Water-Cement Ratio and Compressive Strength: The minimum compressive
strength and cement content of concrete shall be not less than specified in the
following tabulation.
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-5
Maximum
Minimum
Maximum Minimum
W/C Ratio
Size Cement
28-Day
(by wt.)
Aggregate per cu yd
Compressive
Type of Work
Strength
(in.)(sacks)
(psi)
Structural Concrete
4,000
All Concrete 1 6 0.45
(Class A)
Note: One sack of cement equals 94 lbs.
C. Adjustments to Mix Design: The mixes used shall be changed whenever such
change is necessary or desirable to secure the required strength, density,
workability, andsurface finish and the contractorshall be entitled to no additional
compensation because of such changes.
2.06 READY-MIXED CONCRETE
A. Ready-mixed concrete shall conform to meeting the requirements as to materials,
batching, mixing, transporting, and placing as specified herein and in accordance
with ASTM C 94.
B. Ready-mixed concrete shall be delivered to the site of the Work, and discharge
shall be completed within one and one half hour after the addition of the cement
to the aggregates or before the drum has been revolved 250 revolutions,
whichever is first. In hot weather, or under conditions contributing to quick
stiffening of the concrete, or when the temperature of the concrete is 85 degrees
F or above, the time between the introduction of the cement to the aggregates and
discharge shall not exceed 60 minutes.
2.07 NONSHRINK GROUT
A. Nonshrink grout shall be a prepackaged, inorganic, nongas liberating, nonmetallic,
cement-based grout requiring only the addition of water. Manufacturer's instructions
shall be printed on each bag or other container in which the materials are packaged.
The specific formulation for each class of nonshrink grout specified herein shall be
that recommended by the manufacturer for the particular application. Nonshrink
grout shall be Thorite as manufactured by Thoro, or equal.
B. Nonshrink grouts shall have a minimum 28-day compressive strength of 5000 psi
and shall meet the requirements of CRD C 621.
C. A bonding admixture shall be added to the nonshrink grout to improve adhesion
and curing. The bonding admixture shall be Acryl 60 as manufactured by Thoro,
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-6
or equal.
2.08 EPOXY BONDING COMPOUND
A.The epoxy bonding compound shall be a high-modulus, high-strength, moisture-
insensitive, epoxy adhesive. The epoxy bonding system shall be a two-
component, 100 percent solids, epoxy-resin. The epoxy bonding compound shall
be used to bond new concrete to sound hardened concrete. The epoxy bonding
compound shall be E-bond 580 or equal.
PART 3 -- EXECUTION
3.01 PROPORTIONING AND MIXING
A. Proportioning: Proportioning of the concrete mix shall conform to the requirements
ofChapter 3 "Proportioning" of ACI 301.
B. Mixing: Mixing of concrete shall conform to the requirements of Chapter 7 of said
ACI 301 Specifications.
C. Slump: Maximum slumps shall be 3 inches, plus or minus 1 inch.
D. Retempering: Retempering of concrete or mortar which has partially hardened will
not be permitted.
3.02 PREPARATION OF SURFACES FOR CONCRETING
A. General: Earth surfaces shall be thoroughly wetted by sprinkling, prior to the
placing of any concrete, and these surfaces shall be kept moist by frequent
sprinkling up to the time of placing concrete thereon. The surface shall be free
from standing water, mud, and debris at the time of placing cement.
B. No concrete shall be placed until the reinforcement steel and formwork have been
erected in a manner acceptable to the County. The Contractor shall notify the
County not less than 2 working days prior to concrete placement, allowing for
review and any corrective measures which are required.
C. Existing concrete surfaces upon or against which concrete is to be placed shall be
given a roughened surface for good bond. Joint surfaces shall be cleaned of all
laitance, loose or defective concrete, and foreign material. Such cleaning shall be
accomplished by sandblasting followed by thorough washing. All pools of water
shall be removed from the surface of construction joints before the new concrete
is placed.
D. All anchor bolts called for on the drawings shall be cast-in-place in the concrete.
Drilled, impact, adhesive or other types of anchors shall not be substituted for
anchor bolts. All anchor bolts shall be type 316 stainless steel conforming to ASTM
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-7
F 593. Anchor bolts for pumps shall be secured with epoxy adhesive.
E. Corrosion Protection: Pipe, conduit, dowels, and other ferrous items required to
be embedded in concrete construction shall be so positioned and supported prior
to placement of concrete that there will be a minimum of two inches clearance
between said items and any part of the concrete reinforcement will not be
permitted. Securing such items in position by wiring or welding them to the
reinforcement will not be permitted.
F. Anchor bolts shall be accurately set and shall be maintained in position by
templates while being embedded in concrete.
G. Cleaning: The surfaces of all metalwork to be in contact with concrete shall be
thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other
foreign substances immediately before the concrete is placed.
3.03 HANDLING, TRANSPORTATION, AND PLACING
A. General: Placing of concrete shall conform to the applicable requirements of
Chapter 8 of ACI 301 and the requirements of this Section.
B. Nonconforming Work or Materials: Concrete which upon or before placing is found
not to conform to the requirements specified herein shall be rejected and
immediately removed from the Work. Concrete which is not placed in accordance
with these Specifications, or which is of inferior quality, shall be removed and
replaced by and at the expense of the Contractor.
C. Unauthorized Placement: No concrete shall be placed except in the presence of
duly authorized representative of the County. The Contractor shall notify the
County in writing at least 24 hours in advance of placement of any concrete.
D. Placement in Slabs: Concrete placed in sloping slabs shall proceed uniformly from
the bottom of the slab to the top, for the full width of the pour. As the Work
progresses, the concrete shall be vibrated and carefully worked around the slab
reinforcement, and the surface of the slab shall be screeded in an up-slope
direction.
3.04 FINISHING CONCRETE SURFACES
A. General: Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing,
or roughness of any kind, and shall present a finished, smooth, continuous hard
surface. Allowable deviations from plumb or level and from the alignment, profiles,
and dimensions shown on the Drawings are defined as tolerances and are
specified herein. These tolerances are to be distinguished from irregularities in
finish as described herein. Aluminum finishing tools shall not be used.
B. Unformed Surfaces: After proper and adequate vibration and tamping, all
unformed top surfaces of slabs, floors, walls, and curbs shall be brought to a
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-8
uniform surface with suitable tools. The classes of finish specified for unformed
concrete surfaces are designated and defined as follows:
1.Slabs: The surface shall be given a light heirbroom finish with brooming
perpendicular to drainage unless otherwise shown. The resulting surface
shall be rough enough to provide a nonskid finish.
3.05 CURING AND DAMP PROOFING
A. All concrete shall be cured for not less than 14 days after placing, in accordance
with the methods specified herein for the different parts of the Work and described
in detail in the following paragraphs.
B. The surface shall be sprayed with a liquid curing compound. It shall be applied in
accordance with the manufacturer's printed instructions at a maximum coverage
rate of 200 square feet per gallon and in such a manner as to cover the surface
with a uniform film which will seal thoroughly.
C. Care shall be exercised to avoid damage to the seal during the curing period.
Should the seal be damaged or broken before the expiration of the curing period,
the break shall be repaired immediately by the application of additional curing
compound over the damaged portion.
D. Wherever curing compound may have been applied by mistake to faces against
which concrete subsequently is to be placed and to which it is to adhere, said
compound shall be entirely removed by wet sandblasting just prior to the placing
of new concrete.
E. Curing compound shall be applied as soon as the concrete has hardened enough
to prevent marring on uniformed surfaces, and within 2 hours after removal of
forms from contact with formed surfaces. Repairs required to be made to formed
surfaces shall be made within the said 2-hour period; provided, however, that any
such repairs which cannot be made within the said 2-hour period shall be delayed
until after the curing compound has been applied. When repairs are to be made
to an area on which curing compound has been applied, the area involved shall
first be wet-sandblasted to remove the curing compound, following which repairs
shall be made as provided herein.
3.06 PROTECTION
A. The Contractor shall protect all concrete against injury until final acceptance by the
County. Fresh concrete shall be protected from damage due to rain. The
Contractor shall provide such protection while the concrete is still plastic and
whenever such precipitation is imminent or occurring.
3.07 TREATMENT OF SURFACE DEFECTS
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-9
A. As soon as forms are removed, all exposed surfaces shall be carefully examined
and any irregularities shall be immediately rubbed or ground in a satisfactory
manner in order to secure a smooth, uniform, and continuous surface. Plastering
or coating of surfaces to be smoothed will not be permitted. No repairs shall be
made until after inspection by the County. In no case will extensive patching of
honeycombed concrete be permitted. Concrete containing minor voids, holes,
honeycombing, or similar depression defects shall have them repaired as specified
herein. Concrete containing extensive voids, holes, honeycombing, or similar
depression defects, shall be completely removed and replaced. All repairs and
replacements herein specified shall be promptly executed by the Contractor at its
own expense.
3.08 CARE AND REPAIR OF CONCRETE
A. The Contractor shall protect all concrete against injury or damage from excessive
heat, lack of moisture, overstress, or any other cause until final acceptance by the
County. Particular care shall be taken to prevent the drying of concrete and to
avoid roughening or otherwise damaging the surface. Any concrete found to be
damaged, or which may have been originally defective, or which becomes
defective at any time prior to the final acceptance of the completed Work, or which
departs from the established line or grade, or which, for any other reason, does
not conform to the requirements of the Contract Documents, shall be satisfactorily
repaired or removed and replaced with the acceptable concrete at the Contractor's
expense.
3.09 FABRICATION OF REINFORCING STEEL
A. Reinforcing steel shall be accurately formed to the dimensions and shapes shown
on the Drawings, and the fabricating details shall be prepared in accordance with
ACI 315 and ACI 318, except as modified by the Drawings.
3.10 PLACING REINFORCING STEEL
A. Reinforcing steel shall be accurately positioned as shown on the Drawings, and
shall be supported and wired together to prevent displacement, using annealed
iron wire ties or suitable clips at intersections. All reinforcing steel shall be
supported by concrete, plastic or metal supports, spacers or metal hangers which
are strong and rigid enough to prevent any displacement of the reinforcing steel.
Where concrete is to be placed on the ground, supporting concrete blocks (or
dobies) shall be used, in sufficient numbers to support the bars without settlement,
but in no case shall such support be continuous. All concrete blocks used to
support reinforcing steel shall be tied to the steel with wire ties which are
embedded in the blocks. For concrete over formwork, the CONTRACTOR
shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers.
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-10
3.11 CLEANING AND PROTECTION OR REINFORCING STEEL
A. Reinforcing steel shall at all times be protected from conditions conducive to
corrosion until concrete is placed around it.
B. The surfaces of all reinforcing steel and other metalwork to be in contact with
concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout,
mortar, and other foreign substances immediately before the concrete is placed.
Where there is a delay in depositing concrete, reinforcing shall be reinspected and,
if necessary recleaned.
3.12 GROUT INSTALLATION
A. All surface preparation, curing, and protection of cement grout shall be as specified
herein. The finish of the grout surface shall match that of the adjacent concrete.
B. The Contractor through the manufacturer of nonshrink grout and epoxy grout shall
provide on-site technical assistance upon request, at no additional cost to the
County.
C. All mixing, surface preparation, handling, placing, consolidation, and other means
of execution for prepackaged grouts shall be done according to the instructions
and recommendations of the manufacturer.
D. Grout shall be placed in such a manner, for the consistency necessary for each
application, so as to assure that the space to be grouted is completely filled.
- END OF SECTION
CONCRETE AND GROUT
BROWARDCOUNTY
PAGE 03305-11
SECTION 09900 - PAINTING
PART 1 -- GENERAL
1.01 SCOPE
A. The Contractorshall furnish all labor, tools, materials, supervision and equipment
necessary to do all the work specified herein and as required for a complete
installation, including surface preparation priming and painting of Contractor
furnished equipment, materials and structures.
1.02 GENERAL INFORMATION AND DESCRIPTION
A. All paint for concrete and metal surfaces shall be especially adapted for use
around water treatment plants and shall be applied in conformance with the
manufacturer's published specifications.
B. All paint for final coats shall be fume resistant, compounded with pigments suitable
for exposure to gases, especially to hydrogen sulfide and to carbon dioxide.
Pigments shall be materials which do not tend to darken, discolor, or fade due to
the action of sewage gases. If a paint manufacturer proposes use of paint which
is not designated "fume resistant" in its literature, it shall furnish full information
concerning the pigments used in this paint.
C. Coatings used in conjunction with potable water supply systems shall have U.S.
Environmental Protection Agency (EPA), National Science Foundation (NSF), and
Food and Drug Administration (FDA) approval for use with potable water and shall
not impart a taste or odor to the water.
D. The term "paint", as used herein, includes emulsions, enamels, paints, stains,
varnishes, sealers, cement filler, cement-latex filler and other coatings, whether
used as prime, intermediate, or finish coats.
E. All buildings, facilities, structures, and appurtenances, as indicated on the
Drawings and as specified herein, shall be painted with not less than one shop
coat and field coat(s), or one prime coat and finish coat(s) of the appropriate paint.
Items to be painted include, but are not limited to exterior and interior concrete,
structural steel, miscellaneous metals, operators, pipe-fittings, valves, mechanical
equipment, motors, conduit, and all other work which is obviously required to be
painted unless otherwise specified.
F. Baked-on enamel finishes and items with standard shop finishes such as graphic
panels, electrical equipment, instrumentation, etc., shall not be field painted unless
the finish is damaged during shipment or installation. Aluminum, stainless steel,
fiberglass and bronze work shall not be painted unless color coding and marking
is required or otherwise specified. A list of surfaces not to be coated is included
PAINTING
BROWARDCOUNTY
PAGE 09900-1
in Article 1.09.
G.The Contractor shall obtain all permits, licenses and inspections and shall comply
with all laws, codes, ordinances, rules and regulations promulgated by authorities
having jurisdiction which may bear on the work. This compliance will include
Federal Public Law 91-596 more commonly known as the "Occupational Safety
and Health Act of 1970".
1.03 MANUFACTURERS
A.All painting materials shall be as manufactured by Ameron, Carboline, Tnemec,
Sherwin Williams, or equal.
1.04 SUBMITTALS AND SERVICES
A. The Contractor shall submit paint manufacturer's data sheets and samples of each
finish and color to the Countyfor review, before any work is started in accordance
with the section entitled “Submittals”.
B. Submitted samples of each finish and color shall be prepared so that areas of
each sample indicate the appearance of the various coats. For example, where
a three-coat system is specified, the sample shall be divided into three areas
indicating one coat only, two coats and all three coats. The County will provide
written authorization constituting a standard, as to color and finish only, for each
coating system.
C. The CONTRACTOR shall prepare a complete schedule of surfaces to be coated
and shall identify the surface preparation and paint system he proposes to use.
The paint schedule shall be in conformance with Article 3.07. The schedule shall
contain the name of the paint manufacturer, and the name, address and telephone
number of the manufacturer's representative that will inspect the work. The
schedule shall be submitted to the Countyfor review as soon as possible following
the Notice to Proceed so that the schedule may be used to identify colors and to
specify shop painting systems on order for fabricated equipment.
1.05 SERVICES OF MANUFACTURERS REPRESENTATIVE
A. The Contractor shall purchase paint from an acceptable manufacturer. The
manufacturer shall assign a representative to inspect the application of his product
both in the shop and field. Prior to and after coating application, the manufacturer's
representative shall submit reports to the County identifying the products used
and verifying that said products were proper for the exposure and service intended
and were properly applied, respectively.
B. Services shall also include, but not be limited to, inspecting prior coatings of paint,
determination of best means of surface preparation, inspection of completed work,
and final inspection of painted work to be performed six months after the job is
PAINTING
BROWARDCOUNTY
PAGE 09900-2
completed.
1.06 MANUFACTURERS' INSTRUCTIONS
A. The manufacturers' published instructions for use as a guide in specifying and
applying the manufacturers' proposed paint shall be submitted to the County.
Paint shallnot be delivered to the job before acceptance of the manufacturers'
instructions is given by the County.
B. A manufacturer’s paint will not be considered for use unless that manufacturer's
published instructions meet the following requirements:
C. The instructions must have been written and published by the manufacturer for the
purpose and with the intent of giving complete instruction for the use and
application of the proposed paint in the locality and for the conditions for which the
paint is specified or shown to be applied under this Contract.
D. All limitations, precautions, and requirements that may adversely affect the paint;
that may cause unsatisfactory results after the painting application; or that may
cause the paint not to serve the purpose for which it was intended, that is, to
protect the covered material from corrosion, shallbe clearly and completely stated
in the instructions. These limitations and requirements shall, if they exist, include,
but not be limited to the following list:
1. Methods of application
2. Number of coats
3. Thickness of each coat
4. Total thickness
5. Drying time of each coat, including primer
6. Primer required to be used
7. Primers not permitted
8. Use of a primer
9. Thinner and use of thinner
10. Temperature and relative humidity limitations during application and
after application
11. Time allowed between coats
12. Protection from sun
PAINTING
BROWARDCOUNTY
PAGE 09900-3
13. Physical properties of paint including solids content and ingredient analysis
14. Surface preparation
15. Touch up requirements and limitations
1.07 QUALITY ASSURANCE
A. The Contractor shall give the County a minimum of three days advance notice of
the start of any field surface preparation work of coating application work.
B. All such work shall be performed only in the presence of the County, unless the
County has specifically allowed the performance of such work in his/her absence.
C. Inspection by the County, or the waiver of inspection of any particular portion of
the work, shall not relieve the Contractor of his/her responsibility to perform the
work in accordance with these Specifications.
D. Where protective coatings are to be performed by a subcontractor, said
subcontractor must provide five references which show that the painting
subcontractor has previous successful experience with the specified or
comparable coating systems. Include the name, address, and the telephone
number for the County of each installation for which the painting subcontractor
provided the protective coating.
1.08 SAFETY AND HEALTH REQUIREMENTS
A. In accordance with requirements of OSHA Safety and Health Standards for
Construction (29CFR1926) and the applicable requirements of regulatory
agencies having jurisdiction, as well as manufacturer's printed instructions,
appropriate technical bulletins, manuals, and material safety data sheets, the
Contractor shall provide and require use of personnel protective and safety
equipment for persons working in or about the project site.
B. Respirators shall be worn by persons engaged or assisting in spray painting. The
Contractor shall provide ventilating equipment and all necessary safety equipment
for the protection of the workmen and the work.
C. All paint shall comply with all requirements of the Air Pollution Regulatory Acts
concerning the application and formulation of paints and coatings for an area in
which the paints are applied. Specifically, paints shall be reformulated as required
to meet the local, State and Federal requirements.
PAINTING
BROWARDCOUNTY
PAGE 09900-4
1.09 SURFACES NOT TO BE COATED
A. The following list of items shall not be coated unless otherwise noted.
1. Encased piping or conduit.
2. Stainless steel work.
3. Galvanized steel.
4. Aluminum handrails, grating and checkered plate.
5. Flexible couplings, lubricated bearing surfaces, and insulation.
6. Packing glands and other adjustable parts of mechanical equipment.
7. Finish hardware.
8. Steel encased in concrete or masonry.
9. Plastic switch plates and receptacle plates.
10. Signs, nameplates, serial numbers, and operating instruction labels.
11. Any code-requiring labels, such as Underwriters' Laboratories and Factory
Mutual, or any equipment identification, performance rating, name or
nomenclature plates.
12. Any moving parts of operating units, mechanical and electrical parts, such as
valve and damper operators, linkages, sinkages, sensing devices, motor and
fan shafts, unless otherwise indicated.
1.10 QUALITY WORKMANSHIP
A. The Contractor shall be responsible for the cleanliness of his painting operations
and shall use covers and masking tape to protect the work whenever such
covering is necessary, or if so, requested by the County. Any unwanted paint
shall be carefully removed without damage to any finished paint or surface. If
damage does occur, the entire surface, adjacent to and including the damaged
area, shall be repainted without visible lapmarks and without additional cost to the
County.
B. Painting found defective shall be scraped or sandblasted off and repainted as the
County may direct. Before final acceptance of the work, damaged surfaces of
paint shall be cleaned and repainted as directed by the County.
C. Any pipe scheduled to be painted and having received a coating of a tar or asphalt
compound shall be painted with two coats or "Inertol Tar Stop", "Tnemec Tar Bar"
or equal before successive coats are applied in accordance with the paint
PAINTING
BROWARDCOUNTY
PAGE 09900-5
schedule.
PART 2 -- PRODUCTS
2.01 COATINGS
A. Table 09900-1 depicts the coatings referenced in Article 3.07, "Paint
Schedule".
Table 09900-1
Product Listing
Reference Number Description
Manufacturers Reference
TNEMEC
Series 66-1211 Hi-
66 Polyamide Epoxy
Build Epoxoline Primer
Series 73 -Color
73 Aliphatic Acrylic Polyurethane
Endura-Shield
PART 3 -- EXECUTION
3.01 SHIPPING, HANDLING AND STORAGE
A. All painting materials shall be brought to the job site in the original sealed labeled
containers of the paint manufacturer and shall be subject to inspection by the
County. Packages shall not be opened until they are inspected by the County and
required for use. Where thinning is necessary, only the product of the
manufacturer furnishing the paint shall be used. All such thinning shall be done
strictly in accordance with the manufacturer's instructions, and with the full
knowledge of the County.
B. Materials and their storage shall be in full compliance with the requirements of
pertinent codes and fire regulations. All painting materials shall be stored in a
clean, dry, well- ventilated place protected from sparks, flame, direct rays of the
sun or from excessive heat. Receptacles shall be placed outside buildings for
paint gates and containers. Paint waste shall not be disposed of in plumbing
fixtures, process drains or other plant systems or process units.
3.02 INSPECTION OF SURFACES
A. Before application of the prime coat and each succeeding coat, all surfaces to be
PAINTING
BROWARDCOUNTY
PAGE 09900-6
painted shall be subject to inspection by the County. Any defects or deficiencies
shall be corrected by the Contractor before application of any subsequent coating.
B. Samples of surface preparation and of painting systems shall be furnished by the
Contractor to be used as a standard throughout the job, unless omitted by the
County.
C. When any appreciable time has elapsed between coatings, previously coated
areas shall be carefully inspected by the County, and where, in his/her opinion,
surfaces are damaged or contaminated, they shall be cleaned and recoated at the
Contractor's expense. Recoating times of manufacturer's printed instructions shall
be adhered to.
D. Coating thickness shall be determined by the use of a properly calibrated
"Nordson- Mikrotest" (or equal) dry mil thickness gauge.
3.03 EQUIPMENT
A. Effective oil and water separators shall be used in all compressed air linesserving
spray painting and sandblasting operations to remove oil or moisture from the air
before it is used. Separators shall be placed as far as practicable from the
compressor.
B. All equipment for application of the paint and the completion of the work shall be
furnished by the Contractor in first-class condition and shall comply with
recommendations of the paint manufacturer.
3.04 PREPARATION OF MATERIALS
A. Mechanical mixers, capable of thoroughly mixing the pigment and vehicle
together, shall mix the paint prior to use where required by manufacturer's
instructions; thorough hand mixing will be allowed for small amounts up to five
gallons.
B. Pressure pots shall be equipped with mechanical mixers to keep the pigment in
suspension, when required by manufacturer's instructions. Otherwise, intermittent
hand mixing shall be done to assure that no separation occurs. All mixing shall
be done in accordance with SSPC Vol. 1, Chapter 4, "Practical Aspects, Use and
Application of Paints" and/or with manufacturer's recommendations.
C. Catalysts or thinners shall be as recommended by the manufacturer and shall be
added or discarded strictly in accordance with the manufacturer's instruction.
3.05 SURFACE PREPARATION
A. General: Paint surface preparation shall be as specified in the following or
recommended by the paint manufacturer's published application instructions,
whichever imposes the most stringent requirements.
PAINTING
BROWARDCOUNTY
PAGE 09900-7
B. Surfaces to be painted shall be clean and dry, and free of dust, rust, scale and all
foreign matter. Surface preparation techniques proposed by Contractor shall be
acceptable to the County prior to commencement of surface preparation.
C. Except as otherwise provided, all preparation of metal surfaces shall be in
accordance with SSPC Specifications SP-1 through SP-13. Where SSPC are
referred to in these Contract Documents, the corresponding Pictorial Surface
Preparation Standard shall be used to define the minimum final surface conditions
to be supplied. Grease and oil shall be removed, and the surface prepared by
hand tool cleaning, power tool cleaning or blast cleaning in accordance with the
appropriate Specification SP-1 through SP-13.
D. Weld flux, weld spatter and excessive rust scale shall be removed by power tool
cleaning as per SSPC-SP-3.
E. Threaded portions of valve and gate stems, machined surfaces which are intended
for sliding contact, surfaces which are to be assembled against gaskets, surfaces
or shafting on which sprockets are to fit, or which are intended to fit into bearings,
machined surfaces of bronze trim on slide gates and similar surfaces shall be
masked off to protect them from the sandblasting of adjacent surfaces. Cadmium-
plated or galvanized items shall not be sandblasted unless hereinafter specified,
except that cadmium-plated, zinc-plated, or sherardized fasteners used in
assembly of equipment to be sandblasted shall be sandblasted in the same
manner as the unprotected metal. All installed equipment, mechanical drives, and
adjacent painted equipment shall be protected from sandblasting. Protection shall
prevent any sand or dust from entering the mechanical drive units or equipment
where damage could be caused.
F. Hardware accessories, machined surfaces, plates, lighting fixtures, and similar
items in place prior to cleaning and painting, and not intended to be painted, shall
be protected or removed during painting operations and repositioned upon
completion of painting operations.
G. Any abraded areas of shop or field applied coatings shall be touched up with the
same type of shop or field applied coating, even to the extent of applying an entire
coating, if necessary. Touch-up coatings and surface preparations shall be in
addition to and not considered as the first field coat.
H. Sand from sandblasting shall be thoroughly removed, using a vacuum cleaner if
necessary. No surface, which has been sandblasted, shall be painted until
inspected by the County.
I.Exposed Pipe, Valves and Pumps: Bituminous coated pipe shall not be used in
fully exposed locations. Pipe, valves, and pumps which shall be fully exposed
after project completion shall be primed in accordance with the requirements
herein. Any bituminous coated ferrous pipe which is inadvertently installed in
exposed locations shall be sandblasted to SSPC-SP-5 White Metal before priming
and painting. After installation all exterior, exposed flanged joints shall have the
PAINTING
BROWARDCOUNTY
PAGE 09900-8
gap between adjoining flanges sealed with a single component Thiokol caulking
to prevent rust stains.
J. Ferrous Metal Surfaces: All ferrous metal surfaces not required to be galvanized
shall be cleaned of all oil, grease, dirt, rust and tight and loose mill scale by
blasting in accordance with the following: SSPC-SP-10 Near White Metal Blast
Cleaning with a 2 -3 mil profile. Priming/Painting shall follow sandblasting before
any evidence of corrosion occurs.
K. Field surface preparation of small, isolated areas such as field welds, repair of
scratches, abrasions or other marks to the shop prime or finish shall be cleaned
by power tools in accordance with SSPC-SP-3, or in difficult and otherwise
inaccessible areas by hand cleaning in accordance with SSPC-SP-2 and spot
primed.
L. Primed or Coated Surfaces and Nonferrous Metal Surfaces: All coated surfaces
shall be cleaned prior to application of successive coats. All nonferrous metals
not to be coated shall be cleaned. This cleaning shall be done in accordance with
SSPC-SP-1, Solvent Cleaning.
M. Shop Finished Surfaces: All shop-coated surfaces shall be protected from
damage and corrosion before and after installation by treating damaged areas
immediately upon detection. Abraded or corroded spots on shop-coated surfaced
shall be prepared in accordance with SSPC-SP-2, Hand Tool Cleaning and then
touched up with the same materials as the shop coat. All shop coated surfaces
which are faded, discolored, or which require more than minor touch-up, in the
opinion of the County, shall be repainted. Cut edges of galvanized sheets,
electrical conduit, and metal pipe sleeves, not to be finish painted, shall be cleaned
in accordance with SSPC-SP-1, Solvent Cleaning and primed with zinc dust-zinc
oxide metal primer.
N. Galvanized, Zinc and Copper Alloy Surfaces: All copper or galvanized metal
surfaces shall be given one coat of metal passivator or metal conditioner before
applying the prime coat. The passivator or conditioner shall be compatible with
the complete paint system and shall be as identified on the paint schedule.
3.06 SHOP PAINTING
A. All fabricated steel work and equipment shall receive at the factory at least one
shop coat of prime paint compatible with the paint system required by these
specifications. Surface preparation prior to shop painting shall be as specified.
Finish coats may be applied in the shop if approved by the County. All shop
painted items shall be properly packaged and stored until they are incorporated in
the work. Any painted surfaces that are damaged during handling, transporting,
storage, or installation shall be cleaned, scraped, and patched before field painting
begins so that the work shall be equal to the original painting received at the shop.
Equipment or steel work that is to be assembled on the site shall likewise receive
a minimum of one shop coat of paint at the factory. Surfaces of exposed members
PAINTING
BROWARDCOUNTY
PAGE 09900-9
that will be inaccessible after erection shall be prepared and painted before
erection.
B. The Contractor shall specify the shop paints to be applied when ordering
equipment in order to assure compatibility of shop paints with field paints. The
paints and surface preparation used for shop coating shall be identified on shop
drawings submitted to the County for review. Shop paint shop drawings will not
be reviewed until the final project paint system has been submitted by the
Contractorand reviewed by the County.
C.Shop finish coats may be the standard finish as ordinary applied by the
manufacturer if it can be demonstrated to the Countythat the paint system is equal
to and compatible with the paint system specified.
3.07 PAINT SCHEDULE
A. General: The Contractor shall adhere to this paint schedule, providing those paints
named or approved equal. DFT shall mean the total minimum dry film thickness
per application measured in mils. Products are referenced by numbers listed in
Article
2.01, “Materials,” and listed in Table 09900-1.
B. Metal Surfaces, Exterior (Atmospheric) Exposure: Metal surfaces exposed to the
atmosphere that do not come into contact with corrosive atmospheres including
the following types of surfaces shall be painted as described below:
a. Above ground piping, valves and pipe supports.
b. Miscellaneous steel shapes, angles, etc.
Application No.Description DFT
First coat 66 Polyamide Epoxy3.0 - 5.0
Second coat 66 Polyamide Epoxy3.0 - 5.0
Finish coat73Aliphatic Acrylic Polyurethane2.0 - 4.0
Min. Total 11.0 Mils
3.08 PAINTING
A. Application: All paint shall be applied by experienced painters with top quality,
properly styled brushes, rollers or other applicators reviewed by the County and the
paint manufacturers.
B. Paint shall be applied without runs, sags, thin spots, or unacceptable marks. Paints
shall be applied at the rate specified by the manufacturer to achieve the minimum
dry mil thickness required. Additional coats of paint shall be applied, if necessary,
toobtain thickness specified. Work which shows carelessness, lack of skill, or is
defective in the opinion of the County, shall be corrected at the expense of the
PAINTING
BROWARDCOUNTY
PAGE 09900-10
Contractor.
C. Paint shall be applied with spraying equipment only on those surfaces designated
by the County. If the material has thickened or must be diluted for application by
spray gun, each coat shall be built up to the same film thickness achieved
with undiluted brushed-on material. Where thinning is necessary, only the products
of the particular manufacturer furnishing the paint shall be used; and all such
thinning shall be done in strict accordance with the manufacturer's instructions, as
well as with the full knowledge of the County.
D. Surfaces not accessible to brushes or rollers may be painted by spray by dauber or
sheepskins and paint mitt. If any of these methods is to be used, it shall be done
in strict accordance with the manufacturer's instruction, as well as with the full
knowledge of the County.
E. Drying Time: A minimum of twenty-four hours drying time shall elapse between
application of any two coats of paint on a particular surface unless shorter time
periods are a requirement of the manufacturer or specified herein. Longer drying
times shall be required for abnormal conditions as defined by the manufacturer.
F. Weather Restrictions: No painting whatsoever shall be accomplished in rainy or
excessively damp weather when the relative humidity exceeds 85 percent, or when
the general air temperature cannot be maintained at 50-degree Fahrenheit or above
throughout the entire drying period. No paint shall be applied when it is expected
that the relative humidity will exceed 85 percent or that the air temperature will drop
below 50-degree Fahrenheit with 18 hours after the application of the paint. Dew or
moisture condensation should be anticipated; and if such conditions are prevalent,
painting shall be delayed until midmorning to be certain the surfaces are dry. The
day's painting shall be completed well in advance of the probable time-of-day when
condensation will occur.
G. Inspection Between Coats: Each and every field coat of priming and finishing paint
shall be inspected by the County or his authorized representative before the
succeeding coat is applied. The Contractorshall follow a system of tinting
successive paint coats so that no two coats for a given surface are exactly the same
color. Areas to receive black protective coatings shall in such cases be tick-marked
with white or actually gauged as to thickness when finished. Magnetic dry film
thickness gauges and wet fiber thickness gauges will be utilized for quality control.
1. Special Areas: All surfaces which are to be installed against concrete, masonry,
etc., and will not be accessible for field priming and/or painting shall be back
primed and painted as specified herein, before erection. Anchor bolts shall be
painted before the erection of equipment and then the accessible surfaces
repainted when the equipment is painted.
2. Special attention shall be given to ensure that edges, corners, crevices, welds
and rivets receive a film thickness equivalent to that of the adjacent painted
PAINTING
BROWARDCOUNTY
PAGE 09900-11
surfaces.
3.09 SCHEDULE OF COLORS
A. All colors shall be designated by the County during shop drawing review. The
Contractor shall submit color samples to the Countyas specified in Article 1.04. The
Contractor shall submit suitable samples of all colors (including custom colors as
may be required) and finishes for the surfaces to be painted, or on portable surfaces
when required by the County. The County shall decide upon the choice of colors and
other finishes when alternates exist. No variation shall be made in colors without the
County’sapproval. Color names and/or numbers shall be identified according to the
appropriate color chart issued by the manufacturer of the particular product in
question.
3.10 LETTERING OF PIPING
A. Pipe lettering are specified in Section 09905 “Piping Identification System”.
3.11 CLEANING
A. The Contractor shall protect at all times, in areas where painting is being done,
floors, materials of other crafts, equipment, vehicles, fixtures, and finished
surfaces adjacent to paint work. Cover all electrical wall plates, surface hardware,
nameplates, gauge glasses, etc., before start of painting work.
B. At completion of the work, remove all paint where spilled, splashed, splattered,
sprayed or smeared on all surfaces, including glass, light fixtures, hardware,
equipment, painted and unpainted surfaces.
C. The buildings and all other work areas shall be at all times kept free from
accumulation of waste material and rubbish caused by the work. At the completion
of the painting, all tools, equipment, scaffolding, surplus materials, and all rubbish
around and inside the buildings shall be removed and the work left broom clean
unless otherwise specified.
- END OF SECTION
PAINTING
BROWARDCOUNTY
PAGE 09900-12
SECTION 09905 – PIPING IDENTIFICATION SYSTEM
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish and install all components of the system for
identification of piping and equipment as specified hereinafter. The system shall
include the application of color coding to all new piping and exposed casing. The
term “piping” as used in this Section shall mean piping and exposed well casing.
1.02 SUBMITTALS
A. The Contractor shall submit shop drawings, including manufacturer’s product
literature and samples of lettering and arrows in accordance with Section 01300.
PART 2 – PRODUCTS
2.01 PIPING IDENTIFICATION LETTERING AND ARROWS
A. The Contractor shall apply identification lettering in the form of plain upper-case
block lettering giving the name of the pipe contents and arrows indicating the
direction of flow of liquids to all types and sections of piping.
B. All lettering and arrows shall be of the vinyl, self-adhesive tape type or the plastic
snap- on/strap-on type with self-gripping fasteners. Pipe-marking devices (i.e.,
tape or snap- on/strap-on type) shall be suitable for a 5 to 8 year outdoor life
without discoloration. Pipe marking devices shall be manufactured by Lab Safety
Supply, or equal.
C. Identification lettering and arrows shall be placed as identified by the County, but
shall generally be located every ten feet and shall be properly inclined to the pipe
axis to facilitate easy reading.
D. Lettering, background and arrow colors shall be the manufacturer’s standard
colors unless otherwise indicated by the County.
E. All lettering and arrows shall have an overall height in inches in accordance with
Table 09905-1.
Table 09905-1
PIPE IDENTIFICATION SYSTEM
BROWARDCOUNTY
PAGE 09905-1
Height of Pipe Lettering
Diameter of Pipe or Pipe Covering Height of Lettering
3/4 to 1 1/4 inches 1/2 inch
1 1/2 to 2 inches 3/4 inches
2 1/2 to 4 inches 1 1/4 inches
6 inches and greater3 inches
PART 3 -- EXECUTION
3.01 APPLICATION
A.The manufacturer’s instructions shall be followed in respect to storage, surface
preparation and application.
3.02 PIPING AND EQUIPMENT IDENTIFICATION SCHEDULE
A. Pipe lettering shall be as indicated in Table 09905-2.The Contractor shall provide
the colors for COUNTY selection during shop drawing review.
Table 09905-2
Piping and Equipment Identification Schedule
Service Type Lettering
16-Inch Casing UPPER ZONE
6 5/8-inch Casing LOWER ZONE
Upper Monitor Zone Pump Bypass UMZ BYPASS
Lower Monitor Zone Pump Bypass LMZ BYPASS
Upper Monitor Zone Sample UMZ SAMPLE
Lower Monitor Zone Sample LMZ SAMPLE
- END OF SECTION
PIPE IDENTIFICATION SYSTEM
BROWARDCOUNTY
PAGE 09905-2
SECTION 11100 - PUMPS, GENERAL
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A.The Contractor shall furnish and install all tools, supplies, materials, equipment and
labor necessary for the installation, testing, and placing into operation of all pumps
and pumping appurtenances, complete and operable, all in accordance with the
requirements of the Contract Documents.
B. The provisions of this section shall apply to all pumps and pumping equipment
specified, except where otherwise specified in the Contract Documents.
C. The Contractor, through a single Contractor, shall have unit responsibility for the
furnishing and functional operation of a given type of complete pump systems
including the pumps, drives, drive motors, speed control equipment (where variable
speed drives are required) and accessories. The designated single Contractor,
however, need not manufacture more than one part of the unit (pump, or motor and
drive), but shall coordinate the design, assembly, testing, and erection of the unit(s)
as specified herein.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A.Section 01300 – Submittals
B.Section 01630 – Products, materials, equipment and substitutions
C. Section 09900 – Painting
1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A.Codes:
The Building Code, as referenced herein, shall be the Florida Building Code (FBC),
as specified in section entitled “Reference Standards”.
ANSI/NFPA 70 National Electric Code
B. Commercial Standards:
ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings, Class 25,
125, 250 and 800.
ANSI B16.5 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy
andOther Special Alloys.
ANSI/ASME B3I.3Process Piping.
ANSI/ASME B73.1M Specifications for Horizontal End Suction Centrifugal
Pumps for Chemical Process.
ANSI/ASME B73.2M Specifications for Vertical In-Line Centrifugal Pumps for
Chemical Process.
ANSI/AWWA E101 Deep Well Vertical Turbine Pumps - Line Shaft and
Submersible
Types.
ANSI/IEEE 112 Test Procedure for Polyphase Induction Motors and
Generators.
ANSI/IEEE 115 Test Procedure for Synchronous Machines. ASTM A 48
Specification for Gray Iron Castings.
ASTM A 470 Specification for Vacuum-Treated Carbon and Alloy
Forgings for Turbine Rotors and Shafts.
ASTM A 536 Specification for Ductile Iron Castings.
ASTM E 448 Recommended Practice for Scleroscope Hardness
Testing of Metallic Materials.
ASTM B 62 Specification for Composition Bronze or Ounce Metal
Castings.
ASTM B 584 Specification for Copper Alloy Sand Coatings for
General Applications
Hydraulic Institute Standards for Centrifugal, Rotary, and Reciprocating Pumps.
1.04 CONTRACTOR SUBMITTALS
A. Shop Drawings:Shop drawings of all pumps shall be submitted to the County in
accordance with section entitled “Submittals”. Shop drawings shall contain the
following information:
1. Pump name, identification number and specification number.
2. Performance curve and pump data.
3. Pump hydraulic characteristic curves, efficiencies, required NPSH, and
horsepower curves at pump rotative speeds corresponding to the conditions
specified. For variable speed driven pumps, curves shall be submitted at
minimum, intermediate and maximum operating speed as well as for
operation with the variable speed drive bypassed (across the line). The
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-2
SUPPLIER shall require the manufacturer to indicate points on the H/Q
curves, and the limits recommended for stable operation between which the
pumps may be operated without surge, cavitation, overheating, recirculation
and vibration. The stable operating range shall be as wide as possible based
on actual hydraulic and mechanical tests. Motors and drives shall be
furnished so that they are non-overloaded throughout the entire stable
operating range of the pump to runout. The use of service factors in this
determination will not be allowed.
4. General cutaway sections, list of materials, seal arrangement, dimension of
shaft projections, shaft and keyway dimensions, shaft diameter, dimension
between bearings, general dimensions of pump, suction head bolt orientation,
design or baseplate, and anchor bolt locations and forces.
5. Electrical data including control and wiring diagrams.
6. Pump, drive, and motor data in accordance with section entitled "Electric
Motors."
7. Calculations for B-10 bearing life, shaft size, coupling size and anchor bolt
size.
8. Uncrated weight of the pump, weight of heaviest part of pump.
9. Foundry certificates and results of Brinnell hardness testing showing
compliance to ASTM A 532. Each individual casting shall be Brinnell tested
in a minimum of two places, in an area of representative casting thickness to
ASTM Method E-10. Results shall be certified by a registered professional
Engineer. Test results shall verify the satisfaction of the required Brinnell
hardness of the finished product as specified in respective subsections.
10. Where pump and motor speeds are to be regulated by variable speed drives,
the Contractor shall coordinate, furnish and exchange all necessary
requirements with the respective equipment manufacturers to ensure
compatibility and shall submit pump, motor and variable speed drive shop
drawings together as a complete system.
B. Certification: The Contractor shall obtain written certification from the pump
manufacturer, stating that the equipment will efficiently and thoroughly perform the
required functions in accordance with these Specifications and as indicated on the
Drawings, CONTRACTORshall have unit responsibility for coordination of all
equipment, including motors, variable speed drives, controls, and services required
for proper installation and operation of the completely assembled and installed
pumps. The Contractor shall submit all such certificates to the County.
C. Contractor shall submit certificate of proper installation from the pump vendor
manufacturer.
O & M Manuals: Prior to start-up the Contractor shall furnish complete operations
and maintenance manuals in accordance with section entitled “Submittals”.
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-3
Spare Parts: The Contractor shall obtain from the pump manufacturer a set of the
specified herein spare parts of all items of each pump, motor, and drive, subject to
wear, such as seals, packing, gaskets, nuts, bolts, washers, wear rings, etc., as well
as a set of spare bearings. It shall furnish all these parts suitably packaged and
labeled with the part number, manufacturer’s description, and the associated
equipment number described above for tools. Required spare parts shall be as
specified in individual section of the specification. If not listed there, then spare parts
shall conform to the standards of the proposed pump supplier.
Maintenance: Printed instructions relating to proper maintenance, including
lubrication, and parts lists indicating the various parts by name, number, and diagram
where necessary, shall be furnished in duplicate with each unit or set of identical
units in each pumping station. A recommended spare parts list shall be included.
Field Procedures: Instructions for field procedures for erection, adjustments,
inspection, and testing shall be provided with the shop drawings.
1.05 QUALITY ASSURANCE
A. Performance Curves: All centrifugal pumps shall have a continuously rising curve. In
no case shall the required horsepower at any point on the performance curve exceed
the rated horsepower of the motor or drive. Safety factors will not be considered in
determining compliance with this requirement.
Equipment Testing: The Contractor shall be responsible for the coordination of the
following tests of each pump, drive, and motor. Pump tests shall utilize the actual
motors, drives, and pump-motor bases to be furnished with the pumping equipment.
The use of the pump manufacturers standard test motors and test drives is not
acceptable.
1. General: Tests shall be performed in accordance with the Standards of the
Hydraulic Institute, Inc. Tests shall be performed on the actual assembled unit
from shut-off head condition to 25 percent above the required design capacity.
Prototype model tests will not be acceptable. Pump shop tests shall be made by
the manufacturer and certified curves shall be submitted prior to witnessed tests.
The shop tests shall consist of standard IEEE tests of motors, operation of the
pumps and motors installed on the actual pump and motor bases to be furnished
for proper balance of equipment and all other requirements as specified under
this section. Pumps motors and drives shall be factory witness-tested, as defined
herein. All electronic transducers, meters, gauges, and test instruments shall be
calibrated within 30 days prior to the scheduled test and certified calibration data
shall be provided. Differential pressure type flow meters, such as venturis are
preferred and shall have been calibrated, and their accuracy certified within the
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-4
past 12 months. In case of failure of any unit to meet the test requirements, the
manufacturer shall make such alterations as are necessary, and the tests shall
be repeated without additional cost to the County until the equipment test is
passed.
2. Field Tests: All pumping units shall be field tested after installation, in
accordance with the Contract Documents, to demonstrate satisfactory operation,
without causing excessive noise, vibration, cavitation, and overheating of the
bearings. The field testing shall be performed in the presence of an experienced
field representative of the manufacturer of each major item of equipment, who
shall supervise the following tasks and shall certify in writing that the equipment
and controls have been properly installed, aligned, lubricated, adjusted, and
readied for operation:
a. Start-up, check, and operate the equipment over the entire speed range.
The vibration shall be within the amplitude limits recommended in the
Hydraulic Institute Standards and it shall be recorded at a minimum of
four pumping conditions defined by the County.
b. Pump performance shall be documented by obtaining concurrent
readings, showing motor voltage, amperage, pump suction head, and
pump discharge head and flow, for at least four pumping conditions at
each pump rpm. Each power lead to the motor shall be checked for
proper current balance.
c. Bearing temperatures shall be determined by a contact-type
thermometer. A running time of at least 20 minutes shall be maintained
for this test unless liquid volume available is insufficient for a complete
test.
d. Electrical and instrumentation testing shall conform to applicable
sections of these Specifications.
e. The field testing shall be witnessed by the County or its representative.
The Contractor shall submit to the County a written notification of all
pump field tests a minimum of one week prior to testing. In the event
any of the pumping equipment fails to meet the above test requirements,
it shall be modified and retested in accordance with the requirements of
these Specifications. The Contractor shall then certify in writing that the
equipment has been satisfactorily tested, and that all final adjustments
thereto have been made. Certification shall include date of final
acceptance test, as well as a listing of all persons present during tests,
and resulting test data. The costs of all Work performed in this Paragraph
by factory-trained representatives shall be borne by the Contractor.
1. Acceptance: In the event of failure of any pump to meet any of the above
requirements or efficiencies, the Contractor shall make all necessary
modifications, repairs, or replacements to conform to the requirements of the
Contract Documents and the pump shall be retested at no additional
compensation, until found satisfactory.
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-5
1.06 MANUFACTURER'S SERVICE REPRESENTATIVE
A. Unless otherwise referenced in the individual equipment specification section, the
Contractorshall provide the services of the manufacturer's representative for a
period as stated in the following schedule:
Installation Trip Operation TripGuaranteed Period Trip
(days)(days)
Days*
11 1
*During operation trip the Contractor, through the manufacturer,
shall instruct County's personnel on the operation of the pumps.
B. Any additional time required to achieve successful installation and operation shall
be at the expense of the Contractor.
1.07 CLEANUP
A. After completion of the installation and testing, the Contractor shall remove all
debris from the site, clean all the pumping equipment and controls, and hand over
its work in perfect operating condition.
1.08 GUARANTEES, WARRANTIES
A. After completion, the Contractor shall furnish to the County the manufacturer's
written guarantees, that the pumping equipment will operate with the published
efficiencies, heads, and flow ranges and meet these Specifications. The Contractor
shall also furnish the manufacturer's warranties as published in its literature and as
specified.
PART 2 -- PRODUCTS
2.01 GENERAL
A.Wherever it is specified that a single Contractor shall be responsible for the
compatible and successful operation of the various components of any pumping
equipment, it shall be understood to mean that the Contractor shall furnish and
install only such pumping equipment as the designated single Contractor will certify
is suitable for use with its equipment and with the further understanding that this in
no way constitutes a waiver of any specified requirements.
B. All manufactured items provided under this Section shall be new, of current
manufacture, and shall be the products of reputable manufacturers specializing in
the manufacture of such products: Such manufacturers shall have had previous
experience in such manufacture and the Contractor shall, upon request of the
County, furnish the names of not less than 5 successful installations of the
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-6
manufacturer's equipment of comparable nature to that offered under this contract.
C. All combinations of manufactured equipment which are provided under these
Specifications shall be entirely compatible, and the Contractor shall be responsible
for the compatible and successful operation of the various components of the units
conforming to specified requirements. Each unit of pumping equipment shall
incorporate all basic mechanisms, coupling, electric motor or engine drive and unit
mounting. Allnecessary mountings and appurtenances shall be included.
D. Where two or more units of the same type and/or size of pumping equipment are
required, such units shall all be produced by the same manufacturer.
2.02 MATERIALS
A. All materials employed in the pumping equipment shall be suitable for the intended
application; material not specifically called for shall be high-grade, standard
commercial quality, free from all defects and imperfection that might affect the
serviceability of the product for the purpose for which it is intended, and shall
conform to the following requirements unless otherwise specified in individual
pumping equipment Specifications:
1. For all seal arrangements, a buffer fluid must be circulated a minimum 20 psi
above suction pressure, or as required by manufacturer, in order to maintain
reliable seal performance.
2. Preferred seals for all services other than chemicals and corrosives should be
equipped with non-clogging, single coil springs and non-sliding, internal,
secondary elastomers. Metal parts are to be of 300 series, stainless steel.
B. Drive Couplings and Shafting:Flexible couplings for direct driven pumps shall be
as manufactured by Falk, Dodge, Woods Corp., or equal and shall be furnished with
guards in accordance with OSHA Rules and Regulations. Spacer couplings shall be
provided where necessary to allow removal of the pump rotating element without
disturbing the driver.
1. Where so indicated on the Drawings or specified, pumps shall be driven with
drive shafting consisting of one or more shaft connected with universal joints,
steady bearings as required, splined slip joints, and coupling flanges. The drive
shafts shall be types WL, WV-A, WV-B, or WV-C as manufactured by H.S.
Watson Company, equivalent models by Parrish Power Products, or equal.
2. Drive shaft assemblies shall be sized for AFBMA B-10 bearing lifetimes of not
less than 60,000 hours unless otherwise specified hereinafter in the individual
pump Specifications. In addition, shafting length and stiffness shall be such that
critical speed conform to the following requirements:
a. For constant speed pumps, operating speed shall not be more than 75
percent of critical speed, nor within the range of 44 percent to 56 percent of
critical speed for horizontal shafts.
b. For variable speed pumps, full speed shall not be more than 44 percent of
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-7
critical speed for horizontal shafts or 75 percent of critical speed for vertical
shafts. This may require a heavier shaft than is required to achieve the above
stated lifetime requirements.
3. All shafting shall be dynamicallybalanced in accordance with the
recommendations of the shafting manufacturer.
4. Drive shaft dimensions and, where applicable, the location of steady bearing
supports areshown approximately to scale on the drawings. Exact dimensions
and support arrangements will depend on the motor and pump which the
Contractor proposed to install. The Contractor shall submit complete shop
drawings and
Specifications to the County for review of the drive shaft
arrangement proposed.
5. The drive shaft
manufacturer shall furnish to the Contractor complete installation
instructions for the equipment furnished. The Contractorshall install the drive
shaft assemblies per the manufacturer's instructions. The shafts shall be
installed with a minimum of one degree offset and a maximum of five degrees
offset at each universal joint.
6. The Contractor shall furnish and install a heavy-duty shaft guard for all drive
accordance
shafting which is less than seven feet above floor or platform level in
with the provisions of Paragraph 1910.210 of OSHA Rules and Regulations.
Provision shall be made in the guard as necessary for lubrication and inspection
access of the joints and bearings without the necessity of removing the entire
guard assembly.
7. All drives and shafting shall comply with the requirements of Section titled
"Products, materials, equipment, and substitutions" of the Specification.
F. The bearing life for all pump, motor and drive bearings shall be B-10 60,000 hour
PART 3 -- EXECUTION
3.01INSTALLATION
A. General: Pumping equipment shall be installed in accordance with the
manufacturer's recommendations, acceptable procedures submitted with the shop
drawings and as indicated on the Drawings, unless otherwise accepted by the
County. Contractorshall also adhere to the requirements of sections entitled
“Products, materials, equipment and substitutions”.
B. Alignment: Equipment shall be field tested to verify proper alignment, operation
as specified, and freedom from binding, scraping, vibration, shaft runout, or other
defects. Pump drive shafts shall be measured just prior to assembly to ensure
correct alignment without forcing. Equipment shall be secure in position and neat
in appearance.
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-8
C.Lubricants:The installation work shall include furnishing the necessary oil and
grease for initial operation.
D.Connections: All motors shall be connected to the conduit system by means of a
short section (18-inch minimum) of weatherproof flexible conduit, unless otherwise
indicated. For connections for No. 6 AWG and smaller wire size, the Contractor
shall furnish flexible conduit with an acceptable grounding conductor inside the
flexible section. For connections of No. 4 AWG or larger wire size, the Contractor
shall install a grounding conduction in the conduit and terminate at the motor control
center with an acceptable grounding clamp.
3.02 PROTECTIVE COATING
A. All exposed materials, except corrosion-resistant metals which have not been shop
painted, shall be field coated as specified in section entitled “Painting”. Shop
painted items which suffered damage to the shop coating shall be touched up as
specified in section entitled “Painting”.
B. Gears, bearing surfaces, and other similar surfaces obviously not to be painted
shall be given a heavy shop coat of grease or other suitable rust-resistant coating.
This coating shall be maintained as necessary to prevent corrosion during periods
of storage and erection and shall be satisfactory to the County up to the time of the
final acceptance.
C. All inaccessible surfaces of the equipment that normally require painting shall be
finish painted by the manufacturer. The equipment shall be painted with a high-
quality epoxy polamide semi-gloss coating specifically resistant to chemical,
solvent, moisture and caustic environmental conditions.
3.03 EQUIPMENT IDENTIFICATION
A. Contractor shall provide nameplates for all pumps in accordance with section entitled
“Products, materials, equipment and substitutions”.
3.04 CERTIFICATION
A. Provide a written certification from the equipment manufacturer that the equipment
has been properly installed in compliance with the contract documents, the
manufacturer’s recommendations, the review of shop drawings, and that the
equipment is operational as intended.
- END OF SECTION
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-9
SECTION 15001 - PIPING
PART 1 --GENERAL
1.01 SCOPE
A. This section consists of furnishing, installing, testingand placing in operation all
specified piping complete with fittings, wall pipes, exterior wall sleeves, couplings,
adapters, hanger supports, and other appurtenances as shown on the Drawings
and as required for a complete installation.
1.02 GENERAL INFORMATION AND DESCRIPTION
A. The pipe and fittings covered by these specifications shall be furnished by fully
qualified manufacturers experienced in the fabrication, casting and manufacture of
the pipe materials specified herein. The pipe and fittings shall be designed,
fabricated, and installed in accordance with the best practice of the trade and the
standards specified herein.
B. No material furnished under this specification shall be shipped to the job site until
all submittals have been reviewed.
1.03 SUBMITTALS
A. The Contractor shall submit Shop Drawings for temporary and permanent piping
systems in accordance with the procedures and requirements set forth in Section
01300.
B. Each submittal shall be complete in all aspects incorporating all information and
data listed herein and all additional information required to evaluate the proposed
piping material's compliance with the Contract Documents. Partial or incomplete
submissions will be returned to the Contractor without review.
C. Data to be submitted for temporary and permanent piping systems shall include,
but not be limited to:
1. Catalog Data consisting of specifications, illustrations and a parts schedule
that identifies the materials to be used for the various piping components and
accessories. The illustrations shall be in sufficient detail to serve as a guide
for assembly and disassembly.
2. Complete layout and installation drawings with clearly marked dimensions.
Piece numbers which are coordinated with the tabulated pipe layout schedule
shall be clearly marked. Scale and size of the drawings shall conform to the
specifications in the General Conditions and Division 1. Piping layout
drawings shall indicate the following information: pipe supports, location,
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-10
support type, hanger rod size, insert type and the load on the hanger in
pounds.
3. Weight of all component parts.
4. Design calculations where specified.
5. Tabulated pipe layout schedule which shall include the following information
for all pipe and fittings, service, pipe size, working pressure, wall thickness,
and piece number.
D. The Contractor shall obtain from the manufacturer and submit to the County copies
of the certified shop tests in accordance with Section 01300.
E. The Contractor shall obtain from the manufacturer and submit to the County copies
of certified letters of compliance in accordance with Section 01300.
PART 2 -- PRODUCTS
2.01 GENERAL
A.All pipe and fittings shall be marked with the manufacturer's name or trademark,
size, class or pressure rating, and the date of manufacture in accordance with the
standards specified herein.
B. All bolts and nuts shall be hexagonal conforming to ANSI B18.2.
C. No raised face flanges in conformance with ANSI B16.5 class 150 will be
acceptable. All raised faces shall be milled flat.
D. All gaskets shall be full faced type conforming to ANSI B16.21 except for lap joints
and300-pound flanges.
2.02 POLYVINYLCHLORIDE (PVC) PIPE
A. PVC pipe shall conform to ASTM D 1785 and shall be made from a 12454B
compound which is a Type 1, Grade 1 plastic as defined by ASTM D 1784. Rerun
or reclaimed materials will not be acceptable. Pipe to be used for potable water
applications shall comply with the National Sanitation Foundation Standard No. 14
and shall have markings on the pipe to indicate that it has been tested and is in
compliance.
B. Wall Thickness shall be Schedule 80, unless otherwise noted. Where required,
socket type adapters and socket type flange adapters shall be provided.
C. Socket type joints shall be made up in accordance with ASTM D 2855 with a PVC
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-11
solvent cement complying with ASTM D 2564. The cement shall have a minimum
viscosity of 2,000 cps. Socket type pipe fittings for schedule 80 pipe shall conform
to ASTM D 2467.
D. Where flanges are to be used, flanges shall be van stone type with full faced vinyl
gaskets.
E. Fittings shall have the same schedule designation, joint type and be made of the
same PVC compound as the connecting pipe.
2.03 STAINLESS STEEL PIPE
A. All stainless steel pipe shall be as indicated on the Drawings, either Type 316 or Type
317, conforming to ASTM A 312.
2.04 UNIONS
A. For PVC and CPVC piping, unions shall be socket weld type with Viton O-ring.
PART 3 -- INSTALLATION
3.01 GENERAL
A.The Contractor shall furnish all labor, tools, materials, and equipment necessary
for installation and jointing of the pipe. All piping shall be installed in accordance
with the Drawings in a neat manner and shall be set for accurate line and elevation.
All piping shall be thoroughly cleaned before installation, and care shall be taken
to keep the piping clean throughout the installation.
B. Before setting wallsleeves, pipes, castings and pipes to be cast in place, the
Contractor shall check all Drawings, Figures and shop drawings which may have
a direct bearing on the pipe locations. The Contractor shall be responsible for the
proper location of the pipes and appurtenances during the construction of and
renovation of the tanks and structures.
C. Piping shall be attached to pumps, valves, equipment, etc., in accordance with the
respective manufacturers' recommendations.
D. For piping assembled with threaded, solvent cemented, welded or soldered joints,
liberal use of unions shall be made. Unions shall beprovided close to main pieces
of equipment and in branch lines to permit ready dismantling of piping without
disturbing main pipelines or adjacent branch lines. A minimum of one union per
straight run of pipe between fitting and/or valves with multiple lengths of pipe shall
be used.
E. All changes in directions or elevations shall be made with fittings.
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-12
3.02 SHIPPING, HANDLING AND STORAGE
A. Special care in handling shall be exercised during delivery, distribution and storage
of pipe to avoid damage and setting up stresses. Damaged pipe will be rejected
and shall be replaced at the Contractor's expense. Pipe and specials stored prior
to use shall be stored in such a manner as to keep the interior free from dirt and
foreign matter.
B. No pipe shall be dropped from cars or trucks to the ground. All pipe shall be carefully
lowered to the ground by mechanical means. In shipping, pipe and fittings shall be
blocked in such manner as to prevent damage to castings or lining. Any broken or
chipped lining shall be carefully patched. Where it is impossible to repair broken or
damaged lining in pipe because of its size, the pipe shall be rejected as unfit for use.
C. All mechanical joint pipe shall be laid with 1/8-inch space between the spigot and
shoulder of pocket.
3.03 INSTALLATION OF POLYVINYLCHLORIDE (PVC) PIPE
A. PVC pipes shall be installed in accordance with ASTM D 2321.
B. PVC water main pipe shall be installed in accordance with AWWA Manual M23.
3.04 JOINTS
A. Flanged Joints:
1. Shall be made up with full face gaskets with the flange faces bearing uniformly
on the gaskets.
2. Shall have the flanges drawn together uniformly until the joint is
tight.
3. No washers shall be permitted for the bolt and nut assemblies.
4. The length of the bolts shall be uniform and in accordance with the standards
specified herein. The bolt's maximum projection beyond the end of the nut shall
be 0.25-inch nor shall the bolt fall short of the end of the nut.
B. Threaded Joints:
1. All threads shall be clean, machine cut and all pipe shall be reamed before
erection.
2. Taps and dies shall be cleaned, sharpened and in good condition.
3. All threaded joints shall be made tight with Teflon tape.
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-13
4. After having been set up a joint shall not be backed off unless the joint is broken,
the threads cleaned and new tape is applied.
C. Solvent Cemented Joints:
1. Shall be made up in accordance with ASTM D 2855 and the manufacturers'
recommendations.
2. The CONTRACTOR is advised to handle the solvent cements in accordance
with ASTM F 402.
3.05FLUSHING AND TESTING
A. General: The Contractor shall flush and test temporary water lines and monitor well
sample lines.
B. The Contractor shall furnish all necessary labor and equipment required for field
tests specified below including, but not limited to, air compressor, gauges, conduit
caps, temporary pipe and connections. The Contractor shall furnish and install all
means and apparatus necessary for getting the water into the pipeline and flushing
and testing; including pumps, gages, and meters, any necessary plugs and caps,
and any temporary blow off piping required to discharge water, etc., complete with
any necessary reaction blocking to prevent pipe movement during the flushing and
testing.
C.All pipelines shall be flushed and tested in such lengths or sections as agreed upon
among the County, and Contractor. The Contractorshall give the County
reasonable notice of the time when he intends to test portions of the pipelines. The
Countyreserves the right, within reason, to request flushing and testing of any
section or portion of a pipeline.
D. Flushing: At the conclusion of the installation Work, the Contractor shall thoroughly
clean all temporary pipe by flushing with water or other means to remove all dirt,
stones, pieces of wood, etc., which may have entered the pipe during the
construction period. If after this cleaning any obstructions remain, they shall be
corrected by the Contractor, at its own expense, to the satisfaction of the County.
Pipelines shall be flushed at a rate of at least 2.5 feet per second for a duration
suitable to the County, but in no event less than 60 minutes.
E. Pressure Testing: After flushing, pipelines shall be hydrostatically tested. Temporary
water piping shall be tested at 125 psi for two hours and the monitor well sample
lines shall be tested at 50 psi for two hours.
F. The line shall be filled slowly with water and left standing for a period of not less than
24 hours. All air shall be purged from the line before testing. The joints shall be
visually inspected for leakage and then the piping shall be subjected to the specified
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-14
test pressure. The amount of water which must be added shall be accurately
measured. The measured leakage for buried or encased piping shall not exceed 1/2
gallon per inch of diameter per 1,000 feet of pipe. The procedure used for the
hydrostatic test shall be in accordance with AWWA C600. There shall be no visual
indication of leakage for interior or exposed piping while maintaining the specified
test pressure.
G. The Contractor shall furnish, install complete with reaction blocking, the necessary
plugs, caps and extra valves required for this operation.
H. Any leaks or defective pipe disclosed by the hydrostatic test shall be corrected by
the Contractor, at its own expense, and the test repeated until all such piping shows
tight.
3.06 DISINFECTION FOR POTABLE WATER PIPE
A. Prior to placing the potable water systemsin service, theyshall be disinfected in
accordance with AWWA Standard C601 and any additional requirements
prescribed by the public health authorities having jurisdiction. The form of chlorine
for disinfection and the method of chlorine application shall be proposed by the
Contractor and approved by the County before the disinfection process is started.
B. The disinfection procedure shall be repeated until satisfactory bacteriological
sampling has been achieved. The Contractorshall be responsible for all costs
associated with sampling and testing.
END OF SECTION
PUMPS, GENERAL
BROWARD COUNTY
PAGE15001-15
SECTION 15100 - VALVES AND APPURTENANCES
PART 1 -- GENERAL
1.01 SCOPE
A. Furnish and install, all valves complete with accessories, and special equipment as
shown on the Drawings and specified herein.
1.02 GENERAL INFORMATION AND DESCRIPTION
A. The equipment covered by these specifications is intended to be standard
equipment of proven performance as manufacturer by reputable concerns.
Equipment shall be designed, constructed and installed in accordance with the best
practice of the trade, and shall operate satisfactorily when installed as shown on
the Drawings.
1.03 SUBMITTALS
A. Each submittal shall be complete in all aspects incorporating all information and
data listed herein and all additional information required to evaluate the proposed
valve's compliance with the Documents. Partial or incomplete submissions shall
be returned to the Contractor disapproved without review.
B. Data to be submitted shall include but not be limited to:
1. Catalog Data consisting of specifications, illustrations and a parts schedule
that identifies the materials to be used for the various parts and accessories.
The illustrations shall be in sufficient detail to serve as a guide for assembly
and disassembly.
2. Complete assembly, and installation drawings with clearly marked
dimensions. This information shall be in sufficient detail to serve as a guide for
assembly and disassembly and for ordering parts.
3. Weight of all component parts and assembled weight.
4. Design calculations.
5. Listing of all lubricants required for the equipment with a minimum of two
equivalent and compatible natural and/or synthetic lubricants produced by
different manufacturers. The listing shall include the estimated quality of
lubricant required for one year of operation.
6. Sample data sheet of equipment nameplate(s) including information
contained thereon.
VALVES AND APPURTENANCES
BROWARDCOUNTY
PAGE 15100-1
7. Spare parts list.
8. Special tools list.
C. The Contractor shall obtain from the manufacturer and submit to the County copies
of the results of all certified shop tests.
D. The Contractor shall obtain from the manufacturer and submit to the County copies
of certified letters of compliance in accordance with the General Conditions and
Division 1.
1.04 TOOLS, SUPPLIES AND SPARE PARTS
A. The Contractor shall obtain from the equipment manufacturer and submit to the
County the following spare parts lists, in accordance with the procedures and
requirements set forth in the Division 1.
1. A complete list of parts and supplies with current unit prices and source of
supply.
2. A list of parts and supplies that are either normally furnished at no extra cost
with the purchase of the valve as specified herein to be furnished as part of
the Contract. This list shall be submitted as part of the shop drawing
submission.
B. Parts shall be completely identified with a numerical system to facilitate parts
inventory control and stocking. Each part shall be properly identified by a separate
number. Those parts which are identical for more than one size, shall have the
same parts number.
C. The Contractor shall also compile from the shop drawing submittals and furnish a
comprehensive list of all special tools required for the equipment.
PART 2 --PRODUCTS
2.01GENERAL
A. The valves and accessories shall be the quantity, quality, types and sizes as
indicated on the Drawings and specified herein.
B. All valves shall have a minimum design pressure rating of 150 psi and capable of
a test pressure of 300 psi.
C.All valves of one type shall be the product of one manufacturer.
D.All valves shall have applied to them the same coatings as the adjacent piping.
VALVES AND APPURTENANCES
BROWARDCOUNTY
PAGE 15100-2
E. All valves which are dead ends for active pipelines shall be provided with 316 S.S.
threaded caps to prevent leakage.
2.02 STAINLESS STEEL BALL VALVES
A. Ball valves shall be manufactured from 316 stainless steel double union and shall
have reinforced PTFE seats and PTFE seals and packing to suit the intended
chemical service requirements. Ball valves shall be full port type with threaded
union ends as manufactured by Ohio Valve, or equal.
2.03 PVC BALL VALVES
A. Ball valves shall be manufactured from PVC compounds and shall have Viton or
Teflon seals and O-ring seals to suit the intended chemical service requirements.
Valves shall be the full port type with double union ends.
2.04 GAUGE COCKS
A. Gauge cocks shall be screwed, all bronze, tee handle, as manufactured by Crane
Co.Model No. 712 or 744, or equal.
PART 3 -- EXECUTION
3.01 INSTALLATION
A. The procedures regarding unloading,inspection, storage and where applicable
installation, described in the Appendix of AWWA C500 entitled "Installation,
Operation and Maintenance of Gate Valves" shall be used for all valves.
B. All valves shall be manually opened and closed before installation to check their
operation, and the interior of the valves shall be cleaned. Valves shall be placed
in the positions shown on the Drawings. Joints shall be made as indicated under
the piping specifications.
- END OF SECTION
VALVES AND APPURTENANCES
BROWARDCOUNTY
PAGE 15100-3
5źƭƷƩźĭƷ5źƭƷƩźĭƷЊЊĻƌƌŅźĻƌķĻƌƌŅźĻƌķ
b
aЊ
CЋ
/ЊЌ/ğƓğƌ
ЋЊ
Џ
CЊ
Б
А
t
Ў
В
ЍЌ
aЋ
tƩƚƦƚƭĻķ
\[ĻŭĻƓķ
Б
ProductionWell(Biscayne)
TestWell(Floridan)
CЋ
MonitorWell(Biscayne)
aЋ
DistrictDistrict2A2AWellfieldWellfield
11
10
G2273
4
G2272
WTP
9
8
7
6
NorthNorthRegionalRegionalWellfieldWellfield
32
G2922/G2923
33
31
30
29
27
45
46
2
1
G2924/G2925
SOUTHSOUTHREGIONALREGIONALWELLFIELDWELLFIELD
Well17(NRW)
Well24(NRW)Well22(NRW)
G2930
G2934
G2933
Well23(NRW)
Well18(NRW)
Well21(NRW)
G2931
G2932
G2958
G2959
Well19(NRW)
Well20(NRW)
Figure No. 1
Broward County Biscayne Wellfield
Typical Production Well
ATTACHMENT "A-3"
Broward County
WATER AND WASTEWATER OPERATIONS DIVISION
DAILY SERVICE REPORT
Original for WWOD
VENDOR:PURCHASE ORDER #:
WORK ORDER #
LOCATION:
DATE OF SERVICE: ______________________
ADDRESS:
PM: SERVICE:
DESCRIPTION OF JOB:
MODEL #SERIAL #
QTY / LINE #PARTS USED / LINE DESCRIPTION (MANDATORY VENDOR BACKUP NEEDED)PRICE$ TOTAL
SUB-CONTRACTORS USED (MANDATORY VENDOR BACKUP NEEDED)
NAME & CLASSIFICATION (Master, Journey, Apprentice, Laborer)TIME INTIME OUT
RATE$ TOTAL
WORK PERFORMED:
CONTRACTOR SIGNATURE_________________________________WWOD SIGNATURE___________________________________
INFORMATION BELOW TO BE COMPLETED BY AUTHORIZED WWOD PERSONNEL
JOB COMPLETE?YESNO
IF NO, STATUS:
IF YES, SIGN "FINAL ACCEPTANCE"*AUTHORIZED WWOD PERSONNEL SIGNATURE________________________________________
*I HAVE THE AUTHORITY TO ORDER WORK OUTLINED ABOVE WHICH HAS BEEN SATISFACTORLY COMPLETED AND AGREE TO PAY ALL PARTS
AND HOURS AS INDICATED ON THIS SERVICE REPORT.
WHITE-WWOD, YELLOW-Vendor
A A-4"
Broward County
PLACE
Public Works and Transportation Department
TIME AND DATE STAMP
Water and Wastewater Services
HERE
WATER AND WASTEWATER OPERATIONS DIVISION
2555 West Copans Road, Pompano Beach, Florida 33069
REQUEST FORSERVICE
Service informationfor water mains, gravity sewer mains, lift stations and force mains.
Contact Water and Wastewater Operations Division (WWOD)
2555 West CopansRd., Pompano Beach, FL 33069. Phone: (954) 831-0810.
TO BE COMPLETED BY CONTRACTOR REQUESTING SERVICE
Project Number: Project Title:
Contractor Name:
Contractor Mailing Address:ZipCode:
Telephone No.: ( ) Fax No.: ( )
Requested By: Date:
Requested Date: Requested Time: (AM)(PM)
Type of Service Requested: (Attach detailed drawings and location map.)
ExactStreetAddress: City: Zip:
ApproximateLengthofTimeforService:
lfShutdown,ApproximateNumberofCustomersAffected:
DescribeActivityin Detail:(Includecopy ofscheduleindicatingtimeandsequenceofevents, manpower, and
materials used,etc.)
Inspection Authority:Phone No.: ( )
Engineer of Record: Phone No.: ( )
TO BE COMPLETED BY WWOD
Request for Service WWOD contact and phone numberfor contractor’s specific request:
Name:___________________________________________ Number: _______________________
Request for Service Approved asRequested Above
Request forServiceisdeniedasRequestedAbove
Reason Request for Service is denied:
•Alternative Date and Time Service can be provided:·
•Signed:Date:
•• • SEE REVERSE SIDE FORPROCESSING AND ROUTING INSTRUCTIONS •••
InternalForm(Rev.11/2013)
"Attachment A-4"
PROCESSING AND ROUTING INSTRUCTIONS
Contractor:
Obtain form from Water and Wastewater EngineeringDivision(WWED), Inspection Section,or
Operations Division.
Complete every section of form, with special attention given to type of service requested, including
a detaileddescription of activity.
Submit completed form by 9:00 a.m.,and no less than 72hoursin advance of requested date
and time, excluding weekends and holidays.
Hand deliver completed Request for Service to:
WATER AND WASTEWATER OPERATIONS DIVISION
2555 WEST COPANS ROAD, BLDG. 2
nd
2Floor Lobby
POMPANO BEACH, FL 33069
PHONE: (954) 831-0810
Faxed or emailed requests cannot be accepted.
nd
Contractor will receive a time/datecopy of the request when it is delivered to 2floor lobby.
WWED’sChief Inspector will receive a copy of the request after the form is signed, approved, and
completed by WWOD.
Contractor is responsible for notifying WWED Inspection Sectionat 954-831-0901
prior to requested service taking place.
Requests will not be honored unless inspector or engineer
ispresent at time service is provided.
ATTACHEMENT "A"
C
PBSE!PG!DPVOUZ!DPNNJTTJPOFST!
DFT
XBUFS!'!XBTUFXBUFS!TFSWJ
Q/P/!CPY!7 7:4 1 1
QPNQBOP!CFBDI!GM!4417 7.:4 1 1
):65*942.4354GBY):65*!942.1:6:
J!ifsfcz!bqqmz!up!Cspxbse!Dpvouz!Xbufs!boe!Xbtufxbufs!Tfswjdft!up!qspwjef!ufnqpsbsz!xbufs!tfswjdf-!!
uispvhi!b!izesbou!nfufs-!bu!uif!qsfnjtft!mjtufe!gps!b!qfsjpe!pg````````!ebzt/!J!voefstuboe!uibu!J!bn!gvmmz!
sftqpotjcmf!gps!bmm!dibshft!bu!uif!tvckfdu!qspqfsuz/!!J!bhsff!up!qbz!gps!uif!tfswjdf!qspnqumz!bu!uif!sbuft!!
ftubcmjtife!cz!Cspxbse!Dpvouz!XXT!boe!bhsff!up!bcjef!cz!qsftfou!boe!gvuvsf!svmft!boe!sfhvmbujpot!gps!!
xbufs!boe!tfxfs!tfswjdf!ftubcmjtife!cz!uif!Cpbse!pg!Dpvouz!Dpnnjttjpofst/
BQQMJDBUJPO!GPS!UFNQPSBSZ!XBUFS!IZESBOU!TFSWJDF
TFSWJDF!BEESFTT;!``````````````````````````````````````````````````````````````````````````````````!
!TUSFFU!!
``````````````````````````````````````!!!```````````````````````````````````````````!!!!``````````````````!!!!``````````````````````!
!!!CMEH/0BQU0CBZ!$!)DJSDMF!POF*!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!DJUZ!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!TUBUF!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!\[JQ,5!
DPOUSBDUPS;!``````````````````````````````````````````````````````````````````````````````````````!
QSPQFSUZ!PXOFS;!``````````````````````````````````````````````````````````````````````````````````!
NBJMJOH!BEESFTT;!``````````````````````````````!!!`````````````````````````!!!```````````!!!```````````!
TUSFFU!!DJUZ!!!!TUBUF!!!!!\[JQ!,!5!
EBZUJNF!QIPOF!$!)``````*!````````!.!``````````````````!!!!!GBY!$!)``````*!````````!.!`````````````````````!!
GFEFSBM!UBY!$!```````!.!````````````!ESJWFST!MJTDFOTF!$````````````````````````````!!TUBUF!````````!
EFUBJM!UZQF!PG!DPOTUSVDUJPO!)j/f/!pggjdf!cmeh/-!gbtu!gppe-!sfubjm!tupsf*``````````````````````````````````````!
`````````````````````````````````````````````````````````````````````````````````````````````````````!
JG!ZPV!IBWF0IBE!BOPUIFS!BDDPVOU!XJUI!XBUFS!BOE!XBTUFXBUFS!TFSWJDFT-!TUBUF;!
TFSWJDF!BEESFTT;!`````````````````````````````````````````````````````!BDDPVOU!$!`````````````````!
+++UIF!TFDVSJUZ!EFQPTJU!QMBDFE!PO!UIJT!BDDPVOU!XJMM!CF!SFGVOEFE!POMZ!
UP!UIF!BQQMJDBOU!OBNFE!BCPWF/+++
BQQMJDBOUT!TJHOBUVSF;``````````````````````````````````BHFOU!!!!!EBUF;``````````````
QSJOU!OBNF;``````````````````````````````````````KPC!UJUMF;`````````````````````````
XXT!VTF;!
``````````````!!!!!!!!!````````!!!!!!!!!!!```````````````!!!!!!!!!!```````````````!!!!!!!!!`````````````!
!DVTUPNFS$!!!!!VB\[!!QSFNJTF!!!!!!!EFQPTJU!!!DMFSL!
NFUFS!OVNCFS;```````````````CFHJOOJOH!SFBE;```````````````````EBUF;```````````````
JTTVFE!CZ;!```````````````````````````````````````````````````````````````````````````