City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 ·...

69
City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017 Golf Course Pump Station Replacement Page 1 of 68 Section A: Overview City of Jacksonville Beach Property & Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 Invitation to Bid BID Number: 1617-19 BID Title: Golf Course Pump Station Replacement Submittal Deadline Day: Wednesday Date: October 25 th 2017 Time: 2:00 P. M. Location: Purchasing & Procurement Address: 1460-A Shetter Ave., Jacksonville Beach, FL 32250 ANTICIPATED TIME LINE: The anticipated schedule for this Bid is as follows: Bid Issue Date 27- September-17 Bid Advertised 27- September-17 Submission Deadline 25-October-17 Bids Opened 25-October-17 Bids Evaluated 01-November-17 Recommendation to Council 20-November-17 Notice to Proceed 22-November-17

Transcript of City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 ·...

Page 1: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 1 of 68 Section A: Overview

City of Jacksonville Beach Property & Procurement Division

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

Invitation to Bid

BID Number: 1617-19 BID Title: Golf Course Pump Station Replacement

Submittal Deadline Day: Wednesday Date: October 25th 2017 Time: 2:00 P. M.

Location: Purchasing & Procurement

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

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

Bid Issue Date 27- September-17

Bid Advertised 27- September-17 Submission Deadline 25-October-17 Bids Opened 25-October-17 Bids Evaluated 01-November-17 Recommendation to Council 20-November-17 Notice to Proceed 22-November-17

Page 2: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 2 of 68 Section A: Overview

TABLE OF CONTENTS SECTION A: OVERVIEW Page(s) 1. Project Scope 4 2. Contractor Qualifications 5 2. Bid Due Date 5 3. Bid Award 5 4. Bid Submittal Requirements 5-6

SECTION B: GENERAL PROVISIONS 8 -19

SECTION C: TECHNICAL SPECIFICATIONS Division I: General Project Requirements 21 - 25 Division II: Irrigation Material Specifications 26 - 32 Division III: Pump Station 33 - 52

SECTION F: BID TENDER FORMS

Form 1: Bid Tender Form 55 - 58

Form 2: Bid Award Notice 59 Form 3: Required Disclosure 60 Form 4: Drug-Free Workplace Compliance 61 Form 5: Non-Collusion Affidavit 62 Form 6: Company Profile 63 Form 7: Contractor Resume 64 - 66 Form 8: Workforce Profile 67 Form 9: Non-Bankruptcy Affidavit 68 Attachment

Attachment

Page 3: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 3 of 68 Section A: Overview

SECTION A: OVERVIEW

Page 4: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 4 of 68 Section A: Overview

SECTION A: OVERVIEW

1. PROJECT SCOPE:

The City of Jacksonville Beach is seeking qualified Contractors to provide bid responses for the replacement of the pump station at the golf course.

a) The Contractor will be purchasing the pump station direct from the pump station manufacturer. This pump station shall be responsible for supplying water to the golf course, parks and athletic complex, and cemetery.

b) The Contractor will be responsible for purchasing all required “allied” material, which is understood to be, but not limited to, the pump station, all pipe, wire, fittings, splice kits, machinery required for installation, concrete, all devices/equipment for connection, welding, fusing, or joining pipe.

c) The Contractor shall be responsible for the removal of the existing pump station and the installation of the new pump station.

d) The Contractor / pump station manufacturer shall be responsible for all delivery costs to include trucking, crane for offloading, and site work required to place the new pump station on the existing pump building slab.

e) The connection to this new pump station will be by the Contractor.

f) All required permitting is the responsibility of the Contractor

g) The Contractor shall be responsible for the removal of the debris, excess fill, and material scrap.

h) The existing irrigation system shall be maintained as operable throughout the Project and will not be abandoned for any longer than 48 hours in the event of a required shutdown.

i) The Contractor shall take all precautions to protect and preserve the existing golf course turf and cart paths and all repairs shall be made by the Contractor at his own expense and to the satisfaction of the Golf Course Superintendent.

j) The Contractor shall have the existing East Wall removed and ready for existing station removal and placement of the new pump station.

k) The Contractor shall be responsible for the removal and replacement of the East Wall of the Pump House. The replacement wall shall be of the same construction material, paint color, trim, and quality as the existing.

Page 5: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 5 of 68 Section A: Overview

2. CONTRACTOR QUALIFICATIONS:

The bidding Contractor shall have a minimum of 5 years of history as a Company and have installed a minimum of FIFTY (50) skid mount VFD packaged pump stations that each had flows in excess of 750 GPM. This Contractor shall be a licensed electrical contractor in the State of Florida OR in Duval County, Florida. The Contractor shall be able to apply for and successfully be granted all required electrical permits. Time is of the essence, and once the delivery of the pump station is scheduled, the awarded Contractor shall be prepared to commence work on all preparations for the arrival of the new station. Once the new pump station is on site, the Contractor should plan on no more than 5 days to install, start up, and calibrate.

3. BID DUE DATE: 2:00 PM WEDNESDAY October 25th 2017

Subject to the terms and conditions specified in this Invitation to Bid, bids will be received until 2:00 P.M., Wednesday October 25th 2017 then opened publicly by the Property and Procurement Division, 1460-A Shetter Avenue, 1st Floor, Jacksonville Beach, Florida 32250.

4. BID AWARD:

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

5. BID SUBMITTAL REQUIREMENTS:

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

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

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

Page 6: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 6 of 68 Section A: Overview

No verbal interpretations will be made of any documents. Requests for such interpretations shall be made in writing or via email at [email protected] no later than October 18th 2017. Interpretation will be in the form of an addendum and will be published on the bid section of the City’s website. Bid packages can be obtained from the Property and Procurement Division, 1460-A Shetter Avenue, 1st Floor, Jacksonville Beach, Florida 32250, telephone 904-247-6226.

Page 7: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 7 of 68 Section B: General Provisions

SECTION B: GENERAL PROVISIONS

Page 8: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 8 of 68 Section B: General Provisions

SECTION B: GENERAL PROVISIONS 1. INSTRUCTIONS TO BIDDERS:

• Technical Specifications that are explicit to this particular Bid Number 1617-19 are found in SECTION C: TECHNICAL SPECIFICATIONS, which begins on page 21.

• The Minimal Bid Package shall consist of the following:

Bidder’s profile and submittal letter

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

All forms must be completely filled out, appropriately executed and submitted as part of the bid package. These start on page 55.

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

2. TERMS AND CONDITIONS:

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

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

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

C. Effective Contract Term Start Date. The effective contract term start date shall be the date of award by the CITY or date of Notice to Proceed, whichever is later.

D. Contract Termination. Subject to a thirty (30) day written notice, the CITY reserves the right to

terminate the resulting contract for the following causes:

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

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

Page 9: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 9 of 68 Section B: General Provisions

CITY.

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

E. Award.

1) The CITY reserves the right to waive informalities, to reject any and all bids, in whole or in part, and to accept the bid(s) that in its judgment will best serve the interest of the CITY.

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

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

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

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

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

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

3. ADDITIONAL INFORMATION:

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

4. ADDENDA TO THE BID:

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

5. USE OF BID RESPONSE FORMS:

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

Page 10: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 10 of 68 Section B: General Provisions

6. DEVIATIONS FROM REQUESTED PLAN:

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

7. CONFLICT WITH SPECIMEN CONTRACTS:

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

8. ERRORS IN SUBMITTALS:

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

9. LEGAL AND REGULATORY COMPLIANCE:

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

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

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

11. WAIVER/REJECTION OF BIDS:

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

12. AUTHORIZED OFFER:

The person submitting the bid should indicate the extent of authorization by the Company to make

Page 11: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 11 of 68 Section B: General Provisions

a valid offer in the bid summary that may be accepted by the CITY to form a valid and binding contract.

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

13. EVALUATION OF BIDS:

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

14. USE OF BID BY OTHER AGENCIES:

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

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

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

15. PUBLIC ENTITY CRIMES STATEMENT:

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

16. CONFLICT OF INTEREST / CONE OF SILENCE:

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

Page 12: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 12 of 68 Section B: General Provisions

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

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

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

The Cone of Silence prohibits the following activities:

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

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

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

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

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

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

The Cone of Silence may not apply to:

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

Page 13: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 13 of 68 Section B: General Provisions

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

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

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

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

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

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

17. DISCRIMINATION CLAUSE:

An entity or affiliate who has been placed on the discriminatory vendor list may not submit on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, sub-contractor, or consultant under contract with any public entity, and may not transact business with any public entity.

18. SAFETY REQUIREMENTS FOR CONTRACTORS PROVIDING SERVICES TO CITY:

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

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

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

Page 14: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 14 of 68 Section B: General Provisions

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

19. INSURANCE REQUIREMENTS:

19. (A) GENERAL INSURANCE PROVISIONS

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

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

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

Loss Control/Safety: Precaution shall be exercised at all times by the Contractor for the protection of all persons, employees, and property. The Contractor shall comply with all laws, regulations and ordinances related to safety and health, shall make special efforts to detect hazardous conditions, and shall take prompt action where loss control and safety measures should reasonably be expected.

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

INSURED

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

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

Page 15: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 15 of 68 Section B: General Provisions

19. (C) COVERAGE REQUIREMENTS:

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

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

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

Worker's Compensation Coverage is required.

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

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

General Liability Coverage is required for Contractor and all subcontractors.

Commercial General Liability in Occurrence Form.

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

Coverage B shall include personal injury and is required.

Coverage C, medical payments is not required.

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

$1,000,000 Aggregate

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

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

Amount: $1,000,000 aggregate

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

Page 16: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 16 of 68 Section B: General Provisions

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

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

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

Professional Liability is required for Contractor and all sub-contractors

Pollution Liability Required of Contractor and all subcontractors.

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

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

Excess or Umbrella Liability Coverage.

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

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

Claims Made Coverage – No Gap

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

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

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

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

Page 17: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 17 of 68 Section B: General Provisions

renewals.

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

For Commercial General Liability coverage, the Contractor shall at the option of the City, provide an indication of the amount of claims, payments, or reserves chargeable to the aggregate amount of liability coverage. NOTE: Any sub-contractors approved by the City shall be required to provide proof of insurance identical in amounts as required by the contact to perform related services. All coverages shall name the City as “additional insured”. Receipt of certificates or other documents of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the successful bidder(s)’ obligation to fulfill the insurance requirements herein.

20. PERFORMANCE AND PAYMENT BONDS:

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

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

21. BANKRUPTCY:

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

Page 18: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 18 of 68 Section B: General Provisions

22. NONEXCLUSIVE:

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

23. DRUG FREE WORKPLACE COMPLIANCE FORM:

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

24. WARRANTY:

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

25. PROTEST: A recommendation for contract award or rejection of award may be protested by a bidder. The bidder may file a written protest with the City Clerk’s office. The bidder shall file its written protest with the City Clerk, Monday through Friday, between the hours of 8:00 a.m. and 5:00 p.m., excluding legal holidays. Protests shall contain the name, address, and phone number of the petitioner, name of the petitioner’s representative (if any), and the title and bid number of the solicitation. The protest shall specifically describe the subject matter, facts giving rise to the protest, and the action requested from the City. The written protest must be received no later than seventy-two (72) consecutive hours (excluding Saturdays, Sundays, and legal holidays) after the time of award posting. Failure to file a timely formal written protest within the time period specified shall constitute a waiver by the bidder of all rights of protest under this procedure. In the event of a timely protest, the City shall not proceed further with award of the contract and agreement until all administrative remedies are exhausted, or until the City Manager determines the award of the contract is immediately necessary to protect the public health, welfare, or safety.

26. FRAUD AND MISREPRESENTATION:

Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, may be debarred for up to five (5) years. The City, as a further sanction, may terminate or cancel any other contracts with

Page 19: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 19 of 68 Section B: General Provisions

such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney’s fees.

27. OMISSIONS IN SPECIFICATIONS:

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

28. FORCE MAJEURE:

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

a) The non-performing party gives the other party prompt written notice describing the particulars of the force majeure, including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the force majeure.

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

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

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

29. BID AWARD NOTICE FORM:

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

Page 20: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 20 of 68 Section C: Technical Specifications

SECTION C:

TECHNICAL SPECIFICATIONS

Page 21: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 21 of 68 Section C: Technical Specifications

DIVISION I – GENERAL PROJECT REQUIREMENTS

SCOPE OF WORK

The scope of work at the City of Jacksonville Beach Golf Course, Jacksonville Beach, Florida shall be to supply all material, labor, and equipment necessary to complete the installation of the Irrigation System per the plans and specifications provided by The Pignato Group, Inc. The requirements and specifications for the installation of this system shall be as documented and stated in these attached specifications, and any reasonable work required, however not included in the accepted scope of work, shall be considered necessary and should be provided in order to satisfactorily completion of this scope of work. The bidding contractors shall take note of the following items and incorporate them into the bids for the Project: 1. The Contractor will be purchasing the Pump Station direct from the Pump Station manufacturer.

2. The Contractor will be responsible for purchasing all required “allied” material, which is

understood to be, but not limited to, the pump station, all pipe, wire, fittings, splice kits, machinery required for installation, concrete, all devices/equipment for connection, welding, fusing, or joining pipe.

3. The Contractor shall be responsible for the removal of the existing pump station and the installation of the new pump station.

4. The Contractor / Pump Station manufacturer shall be responsible for all delivery costs to include trucking, crane for offloading, and site work required to place the new pump station on the existing pump building slab.

5. The connection to this new pump station will be by the Contractor.

6. All required permitting is the responsibility of the Contractor

7. The Contractor shall be responsible for the removal of the debris, excess fill, and material scrap.

8. The existing irrigation system shall be maintained as operable throughout the Project and will not be abandoned for any longer than 48 hours in the event of a required shutdown.

9. The Contractor shall take all precautions to protect and preserve the existing golf course turf and cart paths and all repairs shall be made by the Contractor at his own expense and to the satisfaction of the Golf Course Superintendent.

10. The Contractor shall have the existing East Wall removed and ready for existing station removal and placement of the new pump station.

Page 22: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 22 of 68 Section C: Technical Specifications

11. The Contractor shall be responsible for the removal and replacement of the East Wall of the Pump House. The replacement wall shall be of the same construction material, paint color, trim, and quality as the existing.

The scope of work detailed by these specifications shall also include all federal, state, and local taxes, shipping cost, permit fees, and all other foreseeable and unforeseeable costs. These specifications, the irrigation design, and the Owner/ Irrigation Contractor Agreement shall be binding and final and no deviation shall be made without prior written authorization by the Owner, or his representative.

DEFINITION OF PARTIES

• Owner: City of Jacksonville Beach Golf Course, Jacksonville Beach, Florida • Owner’s Representative: Jason Phitides, Purchasing Director Parks & Rec Director • Owner’s Site Representative: Gina Williams, GC Supt • Golf Course Architect: Harrison Minchew • Project Engineers: NA • Site Contractor: TBD. • Irrigation Contractor: The Company selected and contracted with by the Owner. • Subcontractor: The individual, or Company that engages in any work and is employed and

contracted by the Irrigation Contractor to engage in such work, and is not directly contracted and employed by the Owner.

• Irrigation Consultant: The Pignato Group, Wellington, Florida. DRAWING AND SITE VERIFICATION

The Design is scaled and schematic in nature. All equipment detailed on the design is being shown in approximate location. Should site conditions require alternate placement, the Contractor shall do so with the intent of best possible location to insure the quality and performance of the final installed system. The Owner, his Representative, or the Irrigation Consultant, shall have final approval before work is to continue on the alternate change that has been proposed by the Contractor to the Owner. Prior to commencing work the Contractor shall check and verify all quantities and measurements, and should any discrepancies occur the Owner shall be notified in writing. Failure to do so will result in the addition and/or relocating of the equipment by the Contractor at his own expense. The Contractor will be responsible for being familiar with site conditions, and will verify the location of all utilities and facilities above and below ground prior to commencing work.

Page 23: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 23 of 68 Section C: Technical Specifications

AUTHORIZED REPRESENTATIVES

The Owner shall designate and appoint with his authority, one (1) person to represent, and act in the Owner’s behalf. This person known as the Owner’s Representative, or the Owner herein, shall work with the Contractor in the best interest of the project, and it’s final satisfactory completion. The Contractor shall designate as his representative, a Job Superintendent that will dutifully adhere to all project requirements. The Superintendent shall represent the Contractor in his absence, and any decisions or actions made by the Superintendent that misrepresents these specifications, or diminishes the intended quality of the Irrigation System shall be the responsibility of the Contractor.

PERMITS, FEES, AND INSPECTIONS

The Contractor should obtain and pay for all permits and licenses required by local governing authority. (City of Jacksonville Beach, Duval County, State of Florida). All local, state, and federal laws, regulations, and codes governing or related to any portion of these specifications, shall become incorporated into these specifications, and be followed as intended, by the Irrigation. Any inspections by local, state, or federal authority that are to be made, shall be made with the Owner, and/or the Irrigation Consultant, and the Contractor and/or his Superintendent present. Any fines, penalties, or permit reapplication fees shall be the responsibility of the Contractor.

WARRANTY

The Contractor will furnish a written warranty against all workmanship, defects, and materials for a period of five (5) year from the date of final acceptance of this project. All pipe and fitting assembly whether HDPE or PVC system is installed shall carry a 5 year workmanship warranty to include replacement parts, equipment, and labor. The Contractor shall furnish at his expense all labor and material to make any repairs under warranty.

PROTECTION OF PROPERTY AND FACILITIES

The Contractor shall exercise due diligence in maintaining and protecting all existing utilities, structures, equipment, and facilities. Any damage done by the Contractor, shall be repaired and the payment of such shall be the responsibility of the Contractor. This is to include but not be limited to cart paths, bridges, existing utilities, and existing golf course features. All utility location shall be the responsibility of the Contractor. At no time shall the Contractor rely on the utility location services of anyone other than a professional location service. All other existing equipment that is to be determined at risk of damage and undesirable of such shall be identified and located by the Owner to the best of their ability and avoided by the Contractor. Any

Page 24: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 24 of 68 Section C: Technical Specifications

damage to this equipment by the Contractor shall be repaired in a timely manner at his own expense. If this equipment is damaged, then the Contractor shall be responsible for the repair in a timely manner. Portions of the golf course that are to be designated as natural habitats, reserves, wetlands, etc. are to be protected by the Contractor, and any damage caused by the Contractor, shall be his responsibility, and any fines, penalties, and the repairs of this damage shall also be his responsibility.

SCHEDULE OF WORK

The Contractor, understanding the work described herein, shall commence work no later than fourteen (14) days from the date of notification by the Owner. All work and FINAL acceptance of the system should take place within the schedule of construction as assigned by City of Jacksonville Beach. The accumulation of these days shall not include Sundays, holidays, or days lost because of bad weather, and any damage that may have resulted from such. Work shall take place Monday-Saturday, between 7:00 A.M. and 6:00 P.M. No Holiday work is permitted. Sunday work will only commence with written approval from the Owner.

SUBCONTRACTORS

The use of subcontract labor, or service is permitted. The Contractor shall supply the Owner with a written list of all subcontractors that are to be used on this project. Any variations from this list shall be requested to the Owner and the Irrigation Consultant in writing. The Owner reserves the right to cancel any subcontract agreements. The Irrigation Contractor shall pay for all subcontracts, except where noted, and the Owner shall reimburse the Contractor once the work has been approved and request for payment made. All Lien Releases relevant to any subcontractor purchases shall be submitted with each payment request. These Lien Releases are to apply to all materials and equipment that were purchased and received up to and included in the previous payment request. All subcontractors will follow all site regulations, specifications stated herein, and any local, state, federal, laws, codes, or regulations as they apply. The Contractor shall be responsible for any damage to the site or it’s facilities, made by his subcontractor, and the repair and payment for such shall also be the responsibility of the Contractor. The subletting of any portion of work shall not release the Contractor from his obligations and responsibilities regarding that portion of work, and the Contractor is to be considered to have performed and completed said portion of work. All insurance requirements stated herein shall apply to the subcontractor.

DELAYS

If it is in the opinion of the Owner, that the Contractor is unskilled, misrepresented himself, has inadequate equipment, or for any reason that the Owner feels the Contractor is not constructing the irrigation system in a diligent effort towards completion then the Owner has the right and shall notify the Contractor in writing to remove from the project all such causes. If the Owner feels that the

Page 25: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 25 of 68 Section C: Technical Specifications

Contractor has not complied satisfactorily with his request, then the Owner has the right to terminate the contract at the Contractor’s expense. If it is in the mutual opinion and understanding that the delays are occurring with no connection or responsibility to that of the Contractor, but as a result of other influences then the time period for which the Owner and the Contractor had agreed upon as the project installation time window, shall be adjusted by the Owner to extend the time needed to complete the project. All days lost to weather shall be documented with a “Weather Delay” form and signed by both the Owner’s Representative and the Contractor. Copies shall be sent via fax to the Irrigation Consultant for record. Issuance of the Weather Delay form will be at the sole discretion of the Owner.

SCHEDULE OF PAYMENT

Prior to the beginning of construction, the Owner and the Contractor shall define and agree upon a schedule of payments for the installation of the irrigation system. The Owner and the Contractor will agree upon the work to be completed for each billing period and the amount that each billing will be prior to its’ submittal for payment to the Owner. Any extras that are to be billed will be billed as they occur and will be billed at the rate upon which has been set in the unit pricing section of the Bid Proposal. Only those extras that are approved by the Owner, via a signed Change Order Form, shall be considered upon receipt of the payment request. Owner shall have signed Change Order Form in his possession prior to “extra” work commencing. If the payment request is to include subcontract reimbursement, then a copy of the subcontractor invoice is to accompany the request for payment along with the Contractor’s written approval that the work has been completed correctly. All Lien Releases relevant to any purchases made by the Contractor or any Subcontractor shall be submitted with each payment request. These Lien Releases are to apply to all materials and equipment that were purchased and received up to and included in the previous payment request. With each payment the Owner shall withhold 10 % Retainage, and will be held until Final Payment; when at that time, it shall paid in full. Retainage shall not be withheld on Irrigation Materials. Prior to final acceptance and payment, the system shall be pressure tested at a static pressure of 120 psi for 12 hours with the Line Maintenance Pumps starting no more than one time per hour. Upon completion of the irrigation project, the Owner shall make FINAL payment to the Contractor within thirty (30) days of final acceptance by the Owner, the Consultant, and the Contractor. Any remaining work that is considered by the Owner to be part of the agreement with the Contractor is grounds for the Owner to hold FINAL payment until such work is completed to the satisfaction of the Owner, or the Consultant.

Page 26: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 26 of 68 Section C: Technical Specifications

DIVISION II – IRRIGATION MATERIAL SPECIFICATIONS MATERIAL CONDITION

The materials to be used shall be as designated in the FINAL project specifications and as shown on the FINAL project drawings. All materials to be used shall be new and equal to the specifications set forth herein. No material used on this project shall be imported, as a leftover from a previous project. All materials shall be shipped and received for the sole purpose of installation on THIS project.

MATERIAL STORAGE

All materials shall be stored in a manner that will best maintain its’ original condition. Store all plastic and PVC material out of the sunlight. Discolored pipe or fittings shall be rejected from installation. All damaged, dented, or scratched materials shall be rejected from installation. The Owner shall provide an area designated for the use of the Irrigation Contractor as his staging and storage area. By providing this area, this in no way waives the Irrigation Contractor from his responsibility to protect and maintain the materials. All losses to materials due to damage, deterioration, theft or neglect shall be the responsibility of the Irrigation Contractor. Any repairs, or service that occurs as a result of improperly cared for materials being installed, shall be the responsibility of the Irrigation Contractor.

MATERIAL SPECIFICATION CHANGES

The Irrigation Contractor shall follow the specifications for materials that are outlined in the Contract Documents. However, should the Irrigation Contractor wish to substitute an equivalent material, a request for substitution must be made to the Irrigation Consultant and to the Owner, in writing. Copies of material specification sheets, or product performance sheets must accompany this written request.

VERIFICATION OF QUANTITIES

The Irrigation Consultant has provided a design that is scaled and schematic in nature. The Irrigation Contractor shall be responsible for calculating and verifying all quantities shown on both the Drqawings and the Bid Form. The Irrigation Contractor is not to rely on any quantities from the Irrigation Consultant, Golf Course Builder, General Contractor, or Project Owner, as the Irrigation Contractor is responsible for installing all components and material to make the irrigation system operational as intended by the Irrigation Consultant and the Manufacturer.

RECEIVING OF MATERIAL

The Irrigation Contractor will be held responsible for the receipt of all irrigation equipment that is to be used in the installation of the irrigation system. A representative from the Irrigation Contractor shall be designated to receive and verify all material and quantities. Should any discrepancy occur, it

Page 27: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 27 of 68 Section C: Technical Specifications

must be noted and brought to the attention of the Owner as soon as possible. The Irrigation Consultant shall inspect materials, and should the Owner or the Irrigation Consultant deem any material unacceptable, then the Contractor shall immediately replace those materials at his expense. The materials shall be removed within 72 hours of notification. Once material has been received and signed for by a representative of the Irrigation Contractor, it shall become the responsibility of the Irrigation Contractor, until installed and approved by the Owner, or the Irrigation Consultant.

MATERIAL DISPOSAL

The Irrigation Contractor shall dispose of all material waste and scrap in an area that is to be assigned and provided by the Owner. The term material shall not be limited to what is known as Irrigation Materials, but shall also include dirt, rock, tree stumps and roots, grass, and any other debris or by-product that results from the installation of any part of the irrigation system. The Irrigation Contractor shall provide the transport of this to the disposal site.

HDPE PIPE/FITTING SPECIFICATIONS 1.0 Pipe (DR 13.5)

1.1 Pipe and tubing shall be manufactured from a PE4710 resin listed with the Plastic Pipe Institute (PPI) as TR-4. The PE 4710 resin material will meet the specifications of ASTM D 3350-09 with a minimum cell classification of PE 445474C. Pipe shall be manufactured to the dimensions and requirements of ASTM F714 or ASTM D3035. The pipe shall contain no recycled compounds except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. All HDPE pipe shall be in straight lengths or coils. Manufacturer should be ISO 9001:2008 certified or have a similar quality assurance and control program.

1.2 Table-1 AquaFuse/HS Physical Properties per ASTM D 3350-09

For Cell Class (445474C) Associated Property

Specification Allowable Values Typical Values

(4) Density (g/cm³) ASTM D 1505

>0.955 >0.960

(4) Melt Index (g/min) ASTM D 1238

<0.150 <0.150

(5) Flexural Modulus (psi) ASTM D 790

110,000 to <160,000

125,000

(4) Tensile Strength at Yield (psi) ASTM D 638

3500 to <4000 3650

(7) Slow Crack Growth Resistance Pent (hours)

ASTM F 1473

500 >2500

Page 28: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 28 of 68 Section C: Technical Specifications

(4) Hydrostatic Design Basis at 73.4˚F (psi)(1)

ASTM D 2837

1600/1000 1600/1000

(C) Black Color UV stabilizer ASTM D 3350

Min 2% Avg. 2.25%

Table Notes: For operating temperatures over 80˚F contact an authorized factory representative to obtain a derated working pressure rating. The approved HDPE system, AquaFuse.

1.3 The Pipe shall be AquaFuse as supplied for CMF Global (hot line) or equal.

2.0 Pipe, Tubing and Fitting Compliance Requirements 2.1 The supplier must be capable of supplying both the pipe and fittings. 2.2 The supplier must have the capability to train the contractor’s employees in butt fusion,

electrofusion, socket fusion, sidewall saddle fusion and compatible fusion of HDPE pipe and fittings.

2.3 The supplier must be capable of providing a “Fusion Technical Hot Line” 740-953-0589 to assist in fusion and fusion equipment questions.

2.4 The supplier must be capable of providing a trained representative on site upon the request of the contractor, owner or consultant to address any problems that are encountered during the installation.

2.5 All pipe 3” and smaller shall come in 300’ rolls 2.6 The supplier must furnish a written 25 year limited Warranty for HDPE pipe fittings and

valves Golf, Turf and Commercial Irrigation applications as provided by CMF Global. 2.7 Recommended supplier: CMF Global, or equal

3.0 Fittings (DR 11 Fittings) 3.1 Butt Fusion Fittings - Fittings shall be PE 4710 with a minimum cell classification of PE

445474C (depending on supplier this may also be PE445575C). Butt Fusion molded Fittings shall have a manufacturing standard of ASTM D3261. Molded & fabricated fittings shall have the same minimum pressure rating as the pipe unless otherwise specified on the plans. Fabricated fittings are to be manufactured to meet the FM (Factory Mutual) performance standards. Fabricated fittings are to be manufactured using a Data Logger. Reference to the Data Logger quality control records should be referenced from an indented stamp in each fusion bead of each fitting. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the quality control records.

3.2 Flanged and Mechanical Joint Adapters - Flanged and Mechanical Joint Adapters shall be PE 4710 resin with a minimum cell classification of PE 445474C. Flange adapters and Mechanical Joint Adapters shall have the same pressure rating as the pipe unless otherwise specified on the plans. 3.2.1 Main Line Isolation Valves shall be CMF/ CLOW AVK LUG TYPE Isolation

Valves. 3.2.2 All gate valves will have stainless steel stem with HDPE stubs.

Page 29: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 29 of 68 Section C: Technical Specifications

3.2.3 All 3”, and 4” pipe for sprinkler connections can be made using Side Wall Welded/Fused Saddles with 1½ acme thread outlet, drilling the hole prior to installing the saddle. The pressure rating shall be equal to or greater than 160 PSI PE 4710 or approved equal.

4.0 Execution

4.1 Pipe and Fittings: Size as indicated on the plans. Install as shown in accordance with manufacturer’s recommendations

4.2 HAULING, UNLOADING and DISTRIBUTING PIPE: During loading, transporation and unloading, every precaution shall be taken to prevent injury to the pipe. No pipe shall be dropped from cars or trucks, or allowed to roll down slides without proper retaining ropes. During transportation pipe shall rest on suitable pads, strips, skids or blocks securely wedged or tied in place. Any pipe damaged shall be replaced.

5.0 Fusion

5.1 Sections of polyethylene pipe should be joined into continuous lengths on the jobsite above ground, whenever possible. The joining method shall be the butt fusion and or socket fusion method and shall be performed in strict accordance with the pipe supplier’s recommendations. The butt fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe supplier, including, but not limited to, temperature requirements of 425 +/- 15 degrees Fahrenheit, alignment, and an interfacial fusion pressure of 75 +/- 15 psi for hydraulic . The fusion equipment used shall be manufactured by McElroy Manufacturing, or equal. The butt fusion joining will produce a joint weld strength equal to or greater than the tensile strength of the pipe itself.

5.2 Electrofusion or socket fusion (500˚F +/-25 may be used where the butt fusion method cannot be used. Electrofusion couplings and fittings shall be PE 4710 with a minimum cell classification of PE 445474C. Electro-fusion couplings or fittings shall have a manufacturing standard of ASTM F1055. Couplings and fittings shall have the same pressure rating as the pipe unless otherwise specified on the plans.

5.3 Mechanical connection to other types of pipe shall be made by one of the following methods: 5.3.1 Flange, using HDPE flange adapter with ductile iron back up ring, and stainless

steel (316) bolt pack. 5.3.2 Mechanical joint, using HDPE Mechanical Joint (MJ) adapter kit. 5.3.3 Bell MJ adapter with kit (4”- 12)

5.4 INSPECTION: Inspect the pipe for defects before installation and fusion. Pipe shall not exhibit scratches or gouges greater than Defective, damaged or unsound pipe will be rejected.

5.5 TESTING if pressure testing is required testing shall be done hydrostatically. For detailed testing information contact The AquaFuse irrigation Hot Line at (740-953-0589).

6.0 Quality Control Testing (On Site Bend Back Test)

6.1 Prior to HDPE pipe being installed in the trench, at the beginning of the job, the contractor shall cut out the first butt fusion of each pipe size. The contractor shall prepare the sample

Page 30: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 30 of 68 Section C: Technical Specifications

for the test in accordance with the “Bend Back Testing” procedure in accordance with ASTM F 2620.

6.2 The samples shall be tested in the presence of the owner’s representative and / or the irrigation consultant, all in accordance with testing procedures outlined. All samples shall be labeled and saved. Testing must be done at 73 degrees F plus or minus 5 degrees. The test temperature and sample size are critical to testing. The purpose of the test is to determine if the weld meets specified standards. A pass means no failures during the bend back test. This means a good weld. A break means a bad weld. Any failure shall require additional testing.

7.0 Contractor Qualifications

7.1 The contractor shall have successfully installed high density polyethylene pipe in golf/turf or commercial irrigation projects. References will be required. These reference(s) must provide a satisfactory response or the experience will not be accepted.

7.2 Prior to the commencement of this project the Contractor will be required to have a qualified fusion technician from CMF Global for a period of three to five days (at the expense of the contractor). Regardless of the Contractors most recent certification on another project by CMF Global or any other training facility, for THIS project the training will be required and on site. The required time for HDPE pipe (fusion and mechanical) training shall be collectively agreed to by the owner, CMF Global and the specifier. Training shall provided by a qualified technician and shall include the following:

7.3 Training administered shall be AquaFUSION by CMF Global 7.3.1 Butt fusion 7.3.2 Socket fusion 7.3.3 Electrofusion 7.3.4 Attachment of mechanical saddles 7.3.5 If electro and/or sidewall fusion is required, this training must also be completed

while the technician is on site. 7.3.6 Sidewall saddle fusion (if required for project) 7.3.7 Compatible fusion

7.4 Contractor Equipment Qualifications 7.4.1 If the contractor owns butt fusion equipment, the equipment must be serviced prior

to use for this project. The machine must be environmentally friendly and in good working order. The hydraulic system must be leak free. All fusion equipment with pressure gauges shall be properly calibrated and the heating tool is to be in proper working condition prior to use.

7.4.2 Rented butt fusion machines must be rented from a company that has a fusion machine service center or centers certified by the butt fusion machine manufacturer. The fusion equipment supplied shall have certification that pressure gauges are properly calibrated and the heating tool is to be in proper working condition prior to use.

Page 31: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 31 of 68 Section C: Technical Specifications

8.0 25 Year Limited Warranty for Golf/Turf and Commercial Irrigation Applications

8.1 AquaFuse Product Warranty 8.1.1 LIMITED WARRANTY: Seller warrants that, for a period of twenty five years

from the date of shipment for a Golf /Turf or Commercial irrigation application, it will replace any section of CMF Global AquaFuse HDPE pipe, fittings and valves product that is defective in materials or workmanship, provided that Buyer, upon discovery of a defect, promptly notifies Seller of the defect and, as instructed by Seller at such time, either returns the product to Seller for inspection or allows Seller to inspect at the place of installation. If Seller determines the product to be defective, Seller will provide new product of the same specification and same quantity as the defective product and Seller will bear the expense of freight to deliver the replacement product to the jobsite for domestic projects, and to the closest USA port for foreign projects. Seller does not warrant the installation of product. Any defects introduced after the shipment of product by Seller, whether due to handling, installation or other cause, are not covered by this warranty. This warranty does not cover labor or other costs of installing products. Buyer’s sole remedy for defective product shall be to receive replacement product as provided in this Limited Warranty.

8.1.2 OTHER THAN THE ABOVE LIMITED WARRANTY, SELLER MAKES NO WARRANTY AND EXPRESSLY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THE WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.SELLER’S LIABILITY ARISING OUT OF OR RELATED TO THIS CONTRACT OR ANY PRODUCT OR SERVICE SUPPLIED BY SELLER (WHETHER SUCH LIABILITY IS ALLEGED AS A BREACH OF CONTRACT, BREACH OF WARRANTY, MISREPRESENTATION, NEGLIGENCE, INDEMNIFICATION, PRODUCT LIABILITY OR OTHERWISE) SHALL IN NO EVENT EXCEED THE ORIGINAL PURCHASE PRICE OF THE DEFECTIVE PRODUCT PLUS APPLICABLE FREIGHT COSTS ACTUALLY PAID BY BUYER. SELLER WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT OR PUNITIVE DAMAGES, LOSS OF PROFITS, LOSS OF BUSINESS OPPORTUNITY OR OTHER LOSS EVEN IF SELLER KNEW OR SHOULD HAVE KNOWN OF THE POSSIBILITY OF SUCH DAMAGES OR LOSSES.

8.2 CONTRACTOR’S WARRANTY

8.2.1 LIMITED WARRANTY: Contractor warrants that, for a period of (5) five years from the date of installation, it will re-fuse or repair a fusion connection that is defective in workmanship, provided that Buyer, upon discovery of a defect, promptly notifies Contractor of the defect and, allows the Contractor to inspect at the place of installation. If it is determined the fused connection to be defective,

Page 32: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 32 of 68 Section C: Technical Specifications

Contractor will re-fuse or repair the connection at the jobsite. Contractor does not warrant the product itself, only the fused connection. This warranty does not cover labor or other costs, only the fused connection. Buyer’s sole remedy for defective connection shall be to receive replacement fusion of the pipe or fitting as provided in this Limited Warranty.

8.2.2 OTHER THAN THE ABOVE LIMITED WARRANTY, CONTRACTOR

MAKES NO WARRANTY AND EXPRESSLY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THE WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.

8.2.3 CONTRACTOR’S LIABILITY ARISING OUT OF OR RELATED TO THIS

CONTRACT OR ANY PRODUCT OR SERVICE SUPPLIED BY CONTRACTOR (WHETHER SUCH LIABILITY IS ALLEGED AS A BREACH OF CONTRACT, BREACH OF WARRANTY, MISREPRESENTATION, NEGLIGENCE, INDEMNIFICATION, PRODUCT LIABILITY OR OTHERWISE) SHALL IN NO EVENT EXCEED THE ORIGINAL PURCHASE PRICE OF THE DEFECTIVE CONNECTION PLUS APPLICABLE FREIGHT COSTS ACTUALLY PAID BY BUYER. CONTRACTOR WILL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT OR PUNITIVE DAMAGES, LOSS OF PROFITS, LOSS OF BUSINESS OPPORTUNITY OR OTHER LOSS EVEN IF CONTRACTOR KNEW OR SHOULD HAVE KNOWN OF THE POSSIBILITY OF SUCH DAMAGES OR LOSSES.

9.0 Contact Information

9.1 HDPE Irrigation Technical Hot Line 740-953-0589. 9.2 Web: www.cmfglobal.com 9.3 619-869-8919

MECHANICAL JOINT FITTINGS All fittings shall be ductile iron, Grade 65-45-12 in accordance with ASTM A-536. Fittings shall have deep bell push-on joints with gaskets meeting ASTM F-477. All ductile iron fittings will be coated with an additional epoxy coating and sealant. This will be a minimum of 1/8” thick and is over and above the normal single coating. All fittings that are used for Point of Connections (POC) shall utilize the Joint Restraint System for each outlet on that fitting. This Joint Restraint System shall be used on all outlets from the fitting, including any reductions that are in addition to the fitting. All fittings shall be manufactured by LEEMCO or HARCO, or equal.

Page 33: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 33 of 68 Section C: Technical Specifications

DIVISION III: PUMP STATION VFD PUMP STATION SPECIFICATIONS The pump station shall be responsible as the sole source of supplying water to the Golf Course Irrigation System at City of Jacksonville Beach Golf Course. The required volume of flow, to be measured at the discharge connection, shall be 2,250 GPM, at a delivery pressure of 120 PSI, 278 feet of head. The station shall have THREE (3) 75 HP horsepower vertical turbine motors, w/ pumps that shall be built to a length of 10’ each, and a Five (5) horsepower submersible line maintenance pump. The power, that is to be supplied by the Owner, shall be 460 VAC, three (3) phase. The pump station shall have as components:

• 1800 RPM Motors on All Pumps Variable Frequency Drive w/Automatic Alternation on Main Pumps Programmable Controller Air/Water Heat Exchanger (No Air Conditioner) Motor Condensation Space Heaters Operator Interface on Panel Door Main Power Disconnect on Panel Door Panel Door Alarm Lights and Control Switches System Pressure Relief Valve Pump Check Valves on All Pumps Individual Main Pump Air In/Out Relief Valve 1/16” Wye Strainer w/automatic self flushing valve Pump Intake and Discharge Isolation Valves System Pressure Relief Valve Isolation Valve Pump Station/Field Isolation Valve Line Maintenance Pump Isolation Valve Air Release Valve on Discharge Manifold 3/16” Diamond Plate Base Discharge Z-Pipe with Swivel base to Connect to 10” Cl 200 PVC Pipe to the Field NEMA 3 Enclosure Fluid Filled Pressure Gauges 2 Operation/Service Manuals Remote Communication to Golf Course Supts Office via WiFi or Cell Service Control and Communication Software for Remote Analysis and Adjustment

The above requirements are to be viewed as minimum, and should these specifications be limiting in nature to the standard specification of the manufacturer for a Vertical Turbine, 3 Pump, VFD Pump Station delivering 2,250 GPM at 120 PSI, then the manufacturer’s standard specification shall supercede these written specifications ONLY in those areas where the manufacturer’s standard specification improves the performance, reliability, and durability of the pump station.

Page 34: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 34 of 68 Section C: Technical Specifications

INSTALLATION The installation of this pump station shall be the responsibility of the bidding Contractor. This shall include the removal of the exterior wood frame EAST wall, the disconnect of all attached electrical services, the removal of the existing pump station---inclusive of the pumps, pump skid, steel piping, tanks, discharge to existing irrigation system, and any other devices connected to this existing system. After all devices have been removed the Contractor shall transport the new station onto the Golf Course, via a path approved by the Golf Course Supt and remove and place on the existing slab. All electrical reconnections shall be done to current codes, and the discharge Z Pipe shall, be placed and bolted into its required position. Connection from the discharge Z Pipe to the Irrigation Mainline shall be the responsibility of the bidding contractor. Part 1 - Manufacturer 1.00 Manufacturer. To provide a single source responsibility for the manufacture of the complete

system including pumps, warranty, service and operation of a prefabricated, skid mounted fully automatic variable speed pumping system (systems). The pumping system shall automatically maintain a constant discharge pressure regardless of varying flow demands within the station rating. Pumping system shall conform to the following specifications in all respects. This specification covers the minimum requirements; however, it should not be construed as all inclusive. It is the successful manufacturer’s responsibility to include all necessary components to provide for a complete, automatic, smooth operating, and reliable pumping system.

The Manufacturer shall provide the following:

• A complete set of general arrangement drawings, including all dimensions. • Electrical power schematics, and control schematics • UL Listed as an Industrial Control Panel. • UL Listed as a Packaged Pumping System.

The pumping system shall be of the type manufactured by MCI PUMPS, Dallas, Tex,

FLOWTRONEX PSI Inc, Dallas, Tex, or WATERTRONICS, Hartland, Wisc or equal. To be approved as an “or equal” the vendor must submit in wiring at least 14 days prior to bid opening all qualifications and submit a reference list that will directly pertain to those qualification. This information will then be reviewed by the City and TPG, and notification will be made immediately to the desired vendor. The station shall be of the model number and capacities as shown in the attached technical data sheet. For consideration of a proposed equal system, the manufacturer shall furnish the following data to the irrigation consultant at least 14 days prior to the date of the bid opening:

• General:

• A complete specification for the pumping system proposed as an equal. • A statement of full conformance to the following specifications signed by an Officer of

the manufacturer. • Drawing showing overall dimensions and all piping layouts.

Page 35: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 35 of 68 Section C: Technical Specifications

• Complete submittal data for all major equipment. • An electrical schematic showing power wiring. • Installation list of 200 golf course variable frequency drive pumping systems of

comparable size and performance that have been in operation for a minimum of 3years. • Location of closest VFD factory trained service centers with contact information. • Manufacturer’s electrical control panels U.L. file number. • Manufacturer’s complete pump station U.L. file number. • A copy of manufacturer's certificate of insurance showing as a minimum, general

liability coverage of $1,000,000, and an excess liability coverage of $10,000,000.

• Pumps: • Provide name of manufacturer • Pump curves • Material specification sheet • Warranty

• Motors: • Provide name of manufacturer • Specification sheet • Warranty

• Electrical Components (starters, disconnect, pressure transducer) • Provide name of manufacturer • Specification sheet • Warranty

• Variable Frequency Drive (VFD) • Provide name of manufacturer • Specification sheet • Warranty

• Programmable Logic Controller • Provide name of manufacturer • Specification sheet • Warranty

Valves • Provide name of manufacturer for each type • Specification sheet for each • Warranty

• Filtration (if applicable) • Manufacturer

Page 36: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 36 of 68 Section C: Technical Specifications

• Screen type including micron size • Specification sheet • Operations manual • Warranty

If, in the opinion of the purchaser and or the irrigation consultant, the data submitted shows the pumping system to be an equal to the system specified, the bidding contractors shall be notified not less than 7 days prior to the bid opening date.

Part 2 - Mechanical 2.00 Scope. Pump station shall be a completely skid mounted vertical turbine VFD pump station

built by a single manufacturer. All equipment including but not limited to pumps, motors, piping, filters, valves, instrumentation and controls (unless otherwise noted in the technical specifications or drawings) shall be mounted on a common structural base to form a complete operating pumping station.

2.10 Station base. The pump station base shall be designed and fabricated to provide proper structural

support for all attached equipment. The base shall supply sufficient rigidity to withstand the stresses of reasonable and competent transportation to site, off loading, installation, and operation.

• Main structural frame members shall be constructed from heavy weight channel and

engineered to provide proper structural support for all attached equipment during operation and while being transported and installed. The pump steel skid shall completely cover the wet well with integral, framed access hatches. Wet well access shall be made of 3/16” deck plate. Covers shall have permanent attachment to skid.

• Internal structural members shall be constructed from structural channel or tubing. Provisions shall be made in the station base for off-loading and handling the station at the site of installation.

• Deck Plate the structural base shall be covered in 3/16” deck plate. • Pump Plate 1" steel plate shall be welded to the structural base to support the pumps and

pump heads. • Welding All 3/16" deck plate and 1" steel plate shall be 100% seal welded to main structural

members.

2.20 Station Piping. All Station piping shall conform to the following detailed specifications. • Construction • All piping shall be constructed from ASTM A53 schedule 40 pipe or heavier as required to

maintain a 3 to 1 pressure safety factor (including 1/16" corrosion allowance). • All piping shall be hydrostatically tested to 150% of maximum shutoff pressure. • The finish coat shall be Polyurethane to a thickness of no less than 6 mils thickness.

2.30 Standard Paint. The properly cleaned steel surface shall be coated with a finish coat to a thickness of no less than 6 mils which is applied in a climate and environmentally controlled area to

Page 37: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 37 of 68 Section C: Technical Specifications

insure proper adhesion and finish quality. Manufacture shall provide a touch up kit for owners use. Paint shall be Amerisheild aliphatic polyurethane or approved equal.

Paint Test Performance Salt spray (ASTMB117) Face corrosion, blistering

5500 hours None

Humidity (ASTMD2247) Face corrosion, blistering

5500 hours None

Gloss retention (ASTMG53) QUV-B bulb Greater than 50% gloss retention at 26weeks 2.40 Hardware. All bolts and nuts used in the assembly of the pumping system shall be zinc plated to

retard Corrosion. Anti-corrosion washers to be used on each side of fastener. Part 3 – Pumps 3.00 Scope. Pump station manufacturer shall strictly adhere to the following pump specifications. All

pumps shall be manufactured and supplied by the pump system manufacturer. 3.10 Vertical Turbine Pumps. The main irrigation pump(s) shall be of the vertical turbine type with

flow and head defined in the attached technical specifications. • The vertical turbine pumps shall be manufactured according to the standards of the

Hydraulic Institute and to ANSI specification No. B58.1. • The bowl assemblies, column pipe, line-shaft, head shaft, and discharge head shall be of a

U.S. manufacture. • The pumping systems manufacturer shall have a network of service centers, which shall have

available spare parts and trained pump technicians to handle service, repair and warranty procedures.

3.20 Pump Discharge Head.The pump discharge head shall strictly adhere to the following pump head

specification. • The discharge head shall be of the fabricated steel type with a minimum 60,000 PSI tensile

strength. • The discharge head shall have a working pressure of not less than 275 PSI and incorporate a

150 ANSI discharge flange. • The discharge head shall incorporate an integral air separation chamber, allowing air to be

discharged through an air release line mounted on top of head. • Complete discharge head shall be hydrostatically tested to a minimum of 410 PSI.

Page 38: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 38 of 68 Section C: Technical Specifications

• A product lubricated high-pressure stuffing box containing at least six rings of packing and two lantern rings shall be provided. Packing shall be compressed around the shaft by an adjustable two-piece gland. Dual bypass tubing shall be included for proper packing lubrication and cooling. The discharge head stuffing box area shall also include a drain, which will be piped back to the wet well. Discharge head to be designed to include leakless configuration. Stuffing box bushing shall be SAE 660 Bronze.

• The head shaft shall be of the two piece type, 416 stainless steel and shall be turned and ground. The pump manufacturer shall include a method for adjusting the impeller running clearance at the top of the head shaft. Adequate space shall exist to couple the head shaft and the line shaft above the stuffing box. Coupling shall be extra heavy duty ASTM 582 Type 416with a minimum service factor of 2 to 1.

3.30 Pump Column Pipe. Column pipe shall be A53, Grade B schedule 40 material, in inter-

changeable sections not more than 5 feet or as necessary to reduce harmonic frequency. Pump line shaft shall be ASTM 582 Type 416. The size of the shaft shall be no less than determined by ANSI specification B58.1, Section 4.2, Table 4. Bearing retainers shall be bronze with rubber bearings.

3.40 Pump Wet End. The pump bowls shall be ASTM A48 Class 30 cast iron free of detrimental

defects. All bowls larger than 8" should be of the flanged type construction. All pump bowls shall have porcelain enamel lined water passageways for high efficiencies. • The impellers shall be ASTM B584 silicon bronze and of the enclosed type design. • Pump shaft shall be ASTM 582 Type 416 turned and ground. • The shaft shall be supported by bronze bearings above and below each impeller. • The suction bell bearing shall be extra long and permanently greased packed and sealed with a

bronze sand collar. • A stainless steel clip on type inlet strainer shall be mounted on the bottom of each pump. • Inlet area shall not be less than 4 times the suction bell inlet area. • Pump bowl assemblies shall be as manufactured by Goulds.

3.50 Pressure Maintenance Pump. A pressure maintenance pump shall be provided to maintain

system pressure during non-irrigation periods. • The pump shall be of the submersible type with stainless steel housing and stainless steel

impeller. • Pump shall be sized to prevent main pump cycling. • Column pipe shall be ASTM A53, Grade B schedule 40 material. • Pressure maintenance pump shall be as manufactured by Goulds, or equal and not exceed 5

HP. Part 4 – Motors 4.00 Scope. All motors shall be of the same manufacturer. Pump station manufacturer shall strictly

adhere to the following specifications.

Page 39: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 39 of 68 Section C: Technical Specifications

4.10 Vertical Hollow Shaft Motors. Motor(s) for irrigation pump(s) shall be of the vertical Hollow shaft high thrust design.

• Motor shall have a WP-I enclosure, 1.15 service factor, and class F insulation. • Motors shall be wound for the starting configuration as called out in the technical data sheet. • Design pump brake horsepower shall not exceed 98% of motor horsepower exclusive of

service factor. Maximum pump run out horsepower shall not be greater than 8% higher than motor rating exclusive of service factor.

• Motor shall be rated for continuous duty and be designed to carry the maximum thrust load of the pump and will have B10 bearing life of no less than 5 years.

• Motors shall be rated and tagged for VFD service, proper ambient temperature and proper altitude per motor manufacturer recommendations.

• Motors shall be as manufactured by TECO/Westinghouse , NIDEC or equal. 4.20 Motor Space Heater. The pump station manufacturer shall provide on each pump motor a

120volt, single phase space heater of ample size to prevent condensation from occurring within the motor during non operating periods. The space heater shall be de-energized when the motor is running.

4.30 Motor Pressure Maintenance Pump. Motor for pressure maintenance pump shall be a stainless

steel submersible type with a 1.15 service factor. Motor shall be as manufactured by Centripro. Starting and stopping of the pressure maintenance motor shall be across the line sized for the motor HP and incoming voltage.

Part 5 – Valves and Gauges 5.00 Scope. Pump station manufacturer shall strictly adhere to the following specifications. 5.10 Pump Check Valve. Silent check valves shall be installed on the discharge of each pump

between the pump discharge head and the pump isolation valve. • The check valve shall be of the silent operating type that begins to close as the forward flow

diminishes and is fully closed at zero velocity preventing flow reversal and resultant water hammer or shock.

• The valve design shall incorporate a center guided spring loaded disc, guided at opposite ends and having a short linear stroke that generates a flow area equal to the pipe size.

• Valves shall be sized to permit full pump capacity to discharge through them without exceeding a pressure drop of 2.5 PSI.

• All component parts shall be field replaceable without the need of special tools. • A replaceable guide bushing shall be provided and held in position by the spring. The spring

shall be designed to withstand 100,000 cycles without failure and provide cracking pressure of 0.5 PSI and to fully open at a flow velocity of 4 ft/sec.

• The valve disc shall be concave to the flow direction providing for disc stabilization, maximum strength, and a minimum flow velocity to open the valve.

• The valve disc and seat shall have a seating surface finish of 32 micro-inch or better to ensure positive seating at all pressures.

Page 40: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 40 of 68 Section C: Technical Specifications

• The leakage rate shall not exceed one-half of the allowable rates for metal seated valves allowed by AWWA Standard C508 or 0.5 oz per hour per inch of valve diameter

• The valve body shall be constructed of ASTM A126 Class B cast iron for class 125 and Class 250 valves.

• The seat and disc shall be ASTM B584 Alloy C83600 cast bronze or ASTM B148 aluminum bronze covered in Buna-N to provide resilient sealing.

• The compression spring shall be ASTM A313 Type 302 stainless steel with ground ends. • Valves 4” and smaller to be pressure rated for 250 PSI, 6” to 10” to be pressure rated to 150

PSI. Valves 12” and larger check valves to be globe style with 150 PSI rating. • Dual disc style check valves are not acceptable.

5.20 Pump Discharge Isolation Valves. Pump isolation valves shall be of the butterfly type with grooved ends to provide for expansion and vibration dampening and a lever operator.

• Valve body shall be constructed of ductile iron with a nylon or epoxy coating. • Valve disc is EPDM coated ductile iron. • Valve shall be rated to 300 PSI. • The pump isolation valve shall be sized as shown in the technical data sheet. • Isolation valve shall be as manufactured by Anvil, or equal • Lug style isolation valves are not acceptable.

5.30 Station Discharge Isolation Valve. Station isolation valve shall be installed on the

discharge of the pump station to completely isolate the pumping system from the irrigation system. • The pump isolation valve shall be sized as shown in the technical data sheet. • The pump isolation valve shall be sized as shown in the technical data sheet. • Valve shall be of the lug style butterfly type. • Valve shall have one piece body cast from ASTM A126 cast iron. • Stem shall be 416 stainless steel. • Disc shall be nickel-plated ductile iron. • Stem bushings shall be Acetyl to prevent stem seizure to body during prolonged periods of

non-use. • Seat shall be Buna-N elastomer, one-piece construction, and shall also form the flange sealing

gaskets. • Valves 6" and smaller shall have a lever operator. Valves 8" and larger shall have a gear

operator with hand wheel. • Valve shall be rated at 200PSI-bubble shutoff. • Station isolation valve shall be as manufactured by Watts, or equal

5.40 Pressure Relief Valve. A pilot operated modulating pressure relief valve shall be included and

sized per the technical data sheet. • Valve body shall be ductile iron with 125-LB inlet and outlet flanges, and shall be rated for

250 PSI.

Page 41: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 41 of 68 Section C: Technical Specifications

• The valve shall be set 10 to 14 PSI above operating pressure and will relieve when inlet pressure exceeds spring setting on pilot. Valve shall be quick opening and slow closing to minimize surging.

• The pressure relief valve shall work hydraulically and shall not be operated or opened from any electrical external source or control. The relief valve shall work solely as a safety for over pressure relief and shall not function as a normal part of the station controls.

• Pressure relief valve or lug valve shall not be used as integral part of normal irrigation pressure control.

• Electric Butterfly valve or any type valve dependent on the PLC or the electrical system is not allowed.

• Discharge of relief valve shall be piped back to wet well • A Wye strainer shall be installed in the inlet side of the valve body to provide clean water to

the CRL pilot. • A wafer style butterfly valve shall be installed on the inlet of the relief valve. Specifications

for this isolation valve will be the same as for the station isolation valve found in the specification.

• Relief valve shall be as manufactured by CLA-VAL no other manufacture shall be acceptable. 5.50 Pressure Gauge. A pressure gauge shall be mounted on the discharge header with a ½” isolation

ball valve. • All gauges shall be glycerin silicon filled to reduce wear due to vibration. • Accuracy shall be within 2%. Gauge diameter shall be 4” - 3 1/2" minimum. • Range shall be at least 50% higher than the highest pressure attainable from the pumps at

shutoff head conditions. • The gauge shall incorporate a stainless steel back & bronze internal. • Pressure gauge shall be as manufactured by Wika.

Part 6 - Electrical 6.00 Scope. To provide safe and reliable power and protection to all motors, control equipment and

electrical devices. All electrical controls shall be U.L. Listed as an Industrial Control Panel and all circuit boards shall have Conformal Coding to coat all circuit boards and up the warranty to 5 years

6.10 Codes. All wiring and controls shall comply with NEMA, N.E.C., and U.L. standards. The pump

station including electrical components and enclosure shall be labeled as a complete U.L. listed assembly with manufacturer's U.L. label applied to the pump station. All equipment and wiring within the enclosure shall be labeled for proper identification. A complete wiring circuit and legend with all terminals, components, and wiring identification shall be provided

6.20 Surge Suppression. Electrical equipment shall be protected by a U.L. Listed Category C and Category

B surge arrestor. The device shall adhere to IEEE C62.41 as a transient voltage surge suppressor. The suppressor shall withstand an impulse of 10,000 volts at 10,000 amps and a ringwave of 6000 volts at 500 amps. The pass voltage to a 480-volt device shall not exceed 1500V-1800V when

Page 42: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 42 of 68 Section C: Technical Specifications

subjected to an 8-millisecond by 20-millisecond waveform and shall meet or exceed the following performance criteria: 3720 joules minimum with a power dissipation of 82,500,000VA at 1800 volts maximum pass voltage to the protected equipment. Response time shall not exceed five nanoseconds. All surge protection shall meet or exceed Class 1 and 2 lightning protection criteria.

6.30 Control Enclosure. Controls shall be housed in a NEMA 4 enclosure with integral latches. The

control enclosure should be constructed of 12 gauge steel and the back plate assembly shall be constructed of 12 gauge steel. Enclosures 60 inches wide and larger shall use a back plate assembly 10 gauge steel or thicker. The enclosure shall be Powder coat painted or as specified in the paint specification listed under Section 2.0 Mechanical. Enclosure cutouts shall be laser cut for proper fit, sealing and coating retention. All indicating lights, reset buttons, speed potentiometer, selector switches and the operator interface device shall be mounted on enclosure door and be rated NEMA 4. All internal components shall be mounted and secured to the removable back plate assembly. A closed type cooling system shall be included to cool the enclosure and reject heat from the VFD and other source. Open type cooling systems allowing outside ambient air to enter the panel are not acceptable. No water line connections shall be permitted inside of the control enclosure. VFD status and internal parameters must be viewable without the opening of the enclosure door. Entire control panel shall provide a minimum of 65KA short circuit current rating. Control enclosure shall be lockable.

6.40 Main Disconnect. A fusible main disconnect shall be provided to completely isolate all controls and

motor starting equipment from incoming power. Main disconnect shall possess a through the door operator, and shall be sized as shown in the technical data sheet including horsepower rating. Disconnect shall be as manufactured by ABB or Allen-Bradley. Disconnect shall not be rated as a service disconnect. Fuses shall be sized to protect equipment in the enclosure sufficiently to permit a minimum 65KA Short Circuit Current Rating (SCCR).

6.50 Control Power. Power for the controls shall be provided by a control power transformer which will

provide low voltage, single phase power for the pumping system control operation. Control power transformer shall not be used for any other external load. The control power transformer shall be protected on the primary side by current limiting fuses of adequate size and voltage rating. All control components will be protected by time delay circuit breakers of adequate size. The control power transformer shall be as manufactured by Acme or Sola.

6.60 Skid Conduit. All conduit installed on the skid shall be flexible conduit with water tight connections

at enclosure and termination device. All conduits shall be fastened to the skid every 24 inches. Part 7 – Station Controls 7.00 Scope. To provide complete instrumentation and controls to automatically start, stop and modulate

pump speed(s) to smoothly, efficiently and reliably pump variable flow rates at a constant discharge pressure. Full alarms and safety features needed to protect the equipment and irrigation piping system. All electrical controls shall be U.L. Listed as an Industrial Control Panel.

Page 43: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 43 of 68 Section C: Technical Specifications

7.10 Motor Starting Equipment. All motor starters for the pumping station shall be mounted on a single

back panel in a single NEMA 4 enclosure as specified in section 3.10. Motor starters shall meet I.E.C. standards and shall be rated for a minimum of 1,250,000 operations. Each main irrigation motor shall have dual contactors, which are both electrically and mechanically interlocked to allow the VFD to operate on any of the motors as called out in the technical data sheet. Motor overload relays shall be I.E.C. rated class 10 ambient compensated. Fuses shall supply short circuit protection to each motor and shall be rated for a minimum 200,000 amp interrupting capacity. Motor starters shall be as manufactured by Allen Bradley. Motor over-loads shall be manual reset only. Auto-reset of motor overloads shall not permitted.

7.20 Variable Frequency Drive. The variable speed drive shall be a digital, pulse width modulation

(PWM) variable frequency drive (VFD) with IGBT transistors. The VFD shall include a 3% input line reactor to protect against voltage transients. The VFD shall have a minimum wire to wire efficiency of 98.5%, and shall be rated up to 550 volt operation in order to eliminate nuisance tripping at marginally high voltage conditions. Incoming power end shall be protected by fast acting semiconductor fuses. Any VFD error messages shall be displayed on an 80 character LCD readout in English or any one of 11 other languages. The following fault protection circuits shall be included: Overcurrent (240%), Overvoltage (130%), Undervoltage (65%), Overtemperature (70 Deg. C), Ground fault, and motor overload. The VFD shall be capable of starting into a rotating load and accelerate or decelerate to setpoint without safety tripping. The VFD shall have an automatic extended power loss ride through circuit which will utilize the inertia of the pump to keep the drive powered. Minimum power loss ride-through shall be one cycle based on full load and no inertia. The VFD shall be optimized for a 3 kHz carrier frequency to reduce motor noise. The VFD shall employ three current limit circuits to provide "tripless" operation. The following operating information shall be displayed on the VFD LCD: KWH, elapsed time, output frequency (Hz), motor speed (RPM), motor current (amps), and voltage. Line reactor will be installed on input of VFD to protect against voltage transients. The VFD LCD display shall continuously scroll through all operating information and shutdown faults while the drive is running and while stopped. The information shall be viewable through a water tight plexiglass window on the control panel door as specified in Section 3.10. VFD shall be as manufactured by ABB, or equal such as Toshiba or Danfoss.

7.31 Instrumentation. Instrumentation and sensory devices shall monitor pressure, flow and other

necessary system criterion. All instrumentation shall be installed in adherence to UL and manufacturer specifications. Analog isolation shall be utilized on all analog signals originating off the skid and whenever necessary.

7.31 Pressure Transducer. Pressure transducer shall provide analog pressure signals for the control logic.

Pressure transducer shall be a solid-state bonded strain gage type with an accuracy of plus/minus 0.20% and constructed of 316L stainless steel. Transducer shall be rated for station discharge pressure as shown on technical data sheet, and shall provide gauge pressure output, rather than an absolute. Pressure transducer constructed of plastic is not acceptable. Threshold transducers are not acceptable. Pressure transducer shall be as manufactured by GEMS.

Page 44: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 44 of 68 Section C: Technical Specifications

7.32 Flow meter. The pump station shall have a flow sensor installed which will provide the pump station flow rate and total flow through the operator interface device (OID) as specified in Section 7.70. The flow sensor shall be a six bladed design which provides a low impedance signal proportional to the flow. The accuracy shall be plus/minus 2% of actual flow rate between flow velocities of 1-30 ft./sec. A flow meter run shall be included with a minimum of 5 pipe diameters straight run upstream and 2.5 pipe diameters downstream for proper meter accuracy. Flow sensor model must have internal noise filtering feature. Flow sensor wire must be encased in ½”liquid tight conduit from sensor to enclosure. Flowmeter inset pipe shall be sized for a liquid velocity not to exceed 24 ft/sec at maximum station flow. Flow sensor shall be as manufactured by Data Industrial.

7.40 Programmable Logic Controller (PLC).

One or more industrial grade programmable logic controllers shall handle all control logic. The PLC(s) shall provide demand controlled sequential pump start-up, shutdown and safety features through pressure sensing, flow sensing and voltage sensing devices. An LED visual status light is provided for each I/O point to indicate on/off status. PLC shall be provided with a built in non-volatile memory storage. Industrial grade programmable logic controllers shall handle all logic for system control, timing, and control of VFD speed.. All PLCs shall have a built in clock calendar and shall communicate via the internal-100megabit Ethernet network. PLC shall posses a minimum of 1.5 megabytes of total memory and shall meet the following use-specific memory requirements: 256k for inputs, 256k for outputs, 512k available for programming and 256k used as data space. PLC shall support minimum of 64 I.O. without bus extension. The PLC must have operating temperature of 0 deg. Celsius to 55 deg. Celsius, 95% Humidity (non-condensing) and meet I.P. 20 standards of protection. PLC to support MODBUS / TCP (UDP),Ethernet / IP. HTTP, BootP, FTP,SNMP, SMTP. PLC shall be a WAGO System 750 or equal.

7.50 Human Machine Interface Device (HMI). The pump station shall include a NEMA 4 640 x 480

262K color touch screen display mounted on the control panel door. This device shall allow the operator to view and selectively modify all registers in the PLC. The unit shall store its messages in non-volatile memory. The human machine interface device shall incorporate password protection for protecting data integrity. The device shall allow display and modification of all relevant timers, set points, lockout times, etc. The device shall communicate with the PLC through the internal Ethernet network. Device operating system shall be Windows CE 6.0 or later. Device shall have a minimum Backlight life of 50,000 hrs. The touch interface lifespan of the device shall be a minimum of 1 million touches at single point. Device shall withstand humidity within 10-95% RH@ 40 deg. Celsius. non- condensing. Operating temperatures of the device shall be 0-45 deg. Celsius.

Device shall withstand vibration of 2 Grms (5-500 Hz). Device shall be Energy Star rated. Device cooling shall be Fan less and all components 100% solid state, with no rotating media, (disk drives etc). Device shall be NEMA 4 / IP 65 compliant.

7.60 Operation and Control. Control software shall be parameter driven, fully documented, and allow

user to easily change ALL operational parameters. Standard control features and equipment which need to be included as a minimum are as follows:

A. Panel face switches and lights: Controls shall be designed so operator can discretely start

and stop all pumps in all modes of operation including manual mode, operator interface

Page 45: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 45 of 68 Section C: Technical Specifications

failure, VFD bypass and PLC bypass modes with enclosure doors closed and disconnect switch fully engaged. Enclosure shall include the following switches/ or indicator lights:

• Individual pump run lights • Individual pump Hand / Off / Automatic switches • System Test / Off / Automatic switch • Mode select switch – allows automatic bypass mode of operation which can be used in the event of

VFD failure • VFD selector switch – in manual mode, the lead pump will run on the VFD and each lag pump will

start across the line • Reset – Acknowledges pump station alarms • Speed potentiometer – in test mode allows user to adjust VFD pump speed • Low discharge pressure override switch – disables low discharge pressure alarm Individual pump run

lights

B. The Station shall posses the following Alarms as a minimum, and may employ addition job specific alarms, safeties, and shutdown faults as needed. All alarms will be indicated by a red general alarm light. Alarm conditions along with procedures for correction will be displayed in English on the human machine interface device (HMI). Three unsuccessful restarts in 60 minute period will give hard shutdown.

• Low discharge pressure • High discharge pressure (Attempts restart)* • Low water level (Attempts restart)* • Phase loss (Attempts restart)* • Low voltage (Attempts restart)* • Phase unbalance (Attempts restart)* • Phase reversal (Attempts restart)* • Individual motor overload/phase loss (indicates which individual motor was shut down) Manual reset

only. Automatic reset is not acceptable. • VFD fault (shutdown VFD pump only and attempts restart)*

C. Fifteen distinct set point pressures (normal, lockouts 1 through 14, and 2 selectable set points driven by field inputs for high elevation zones). The lockout feature gives the user the flexibility to lower the set point pressure automatically at days and times, and "locking out" the operation of one or more of main pumps if local power authority imposes penalties for operating these pumps during such times. It also allows user to set a maximum RPM for the VFD pump during these lockout times so that user can limit amperage draw during penalty periods. The high elevation set points can be tied into a computerized irrigation system, or directly linked to high elevation satellites. When high elevation satellites are operating, control software will automatically and gradually elevate the pressure to the new desired set point. When finished, the high set point will be lowered back to normal. The high elevation set point will only be used if called out on the technical data sheet.

D. Software will be included to automatically and gradually ramp up irrigation system

Page 46: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 46 of 68 Section C: Technical Specifications

pressure to the desired operating pressure (i.e., 1 PSI every 4 seconds) without overshooting design pressure. This feature operates whenever pressure drops below set point pressure. This ramp up time is fully adjustable by the operator. This control feature is based on an increase in pressure over a pre-defined time period. The acceleration control on the VFD is NOT an acceptable means of adjusting pressure ramp up speed.

E. Software will be included for optionally maintaining a lower irrigation system pressure

when not irrigating. Reduced pressure values will be shown in the technical data sheet. Controls will cycle the PM pump at these reduced pressures during non irrigation times and pressure will gradually increase to design pressure when the irrigation periods begin.

F. Neither flow meter nor VFD output frequency shall be used for shutting down last VFD

driven pump. Controls and software shall incorporate a method to eliminate excessive cycling of VFD pump at very low flow conditions, yet not run the pump excessively at no flow conditions.

G. Automatic alternation of VFD driven pumps. This shall be accomplished by incorporating

dual mechanically and electrically interlocked contactors allowing alternation of the VFD between pumps. The controls shall alternate pumps based on individual run time allowing each pump to acquire equal operation.

H. Real time clock calendar allows PLC to internally provide all date ,time and day of week

functions used above. I. Two separately adjustable PID control loops for both low flow and high flow pressure

stability. J. User shall be able to field select either of two modes of VFD operation. Auto switch VFD

option allows VFD to sequentially start each pump. The standard mode of operation starts the first main pump on the VFD and the remaining pumps start across the line as required.

K. Shutoff algorithm for fixed speed pumps to minimize pump cycling while also remaining

responsive to sudden flow reductions. Minimum run timers alone for minimizing fixed speed pump cycling is not acceptable. Discharging through relief valve during pump transitions is not acceptable.

L. Full manual operation capability with panel face mounted speed potentiometer for

manually adjusting VFD speed. M. Light test sequence: Activating the lamp test sequence on the HMI illuminates all lights

for 5 seconds. N. All pump station shutdowns shall be of the controlled type that sequentially retires pumps

at user selectable intervals to reduce water hammer within the irrigation system. Phase fault shut-down shall have accelerated rate to minimize motor damage. All pump system

Page 47: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 47 of 68 Section C: Technical Specifications

shut downs shall be of a controlled type that sequentially retire pumps at intervals appropriate to the specific individual alarms.

O. The pump station software program shall be user friendly enough to enable the set point

pressure from being raised or lowered by the end user at the pump station or through the remote monitoring software package if provided. The pump station software ladder logic shall be written in such a way that no other value would require changing if the set point pressure had to be adjusted. Pressure maintenance pump and main irrigation pump start pressures, the pressure maintenance pump stop pressure, low discharge shutdown and high discharge shutdown shall not be at a specific value but a differential pressure off of set point (i.e. pressure maintenance pump (PMP) to start 5 psi below set point and stop 5 psi above setpoint).

7.61 Sequence of Operation. During non irrigation times, the pressure maintenance pump (PM) will cycle

on and off as required to maintain irrigation system pressure. The start and stop pressures shall be a differential off of set point. The cycling pressures can be user selected and can be set substantially below normal set point pressure, if desired. If the PM pump cannot maintain the desired pressure, then the VFD will start the first pump and will gradually ramp the pressure up to desired irrigation pressure. The start pressure of the VFD pump shall be a differential below the set point. The pump speed will be modulated to hold a constant discharge pressure regardless of flow. As the flow rate increases and the VFD pump can no longer maintain pressure while at maximum speed, the next sequential pump will be started and the VFD driven pump will accordingly reduce its speed and modulate. An algorithm shall be included for accurately reducing the VFD pump speed as the next sequential pump is started so that no pressure surges are generated during the transition (even with across the line starting). If the user prefers to switch the VFD from pump to pump for sequential starting, he can select this option with the HMI. As the flow continues to increase, pumps will sequentially be started until all pumps are running. As the flow begins to decrease, pumps will be sequentially turned off until only a single VFD driven pump is operating. When a no flow condition occurs, PLC must check and verify pump curve position prior to station shutdown.

7.62 PLC Automation Program. The pump station software program shall be user friendly and intuitive

enough to enable the set point pressure from being raised or lowered by the end user at the pump station or through the remote monitoring software package if provided. The pump station software ladder logic shall be written in such a way that no other value would require changing if the set point pressure had to be adjusted. Pressure maintenance pump and main irrigation pump start pressures, the pressure maintenance pump stop pressure, low discharge shutdown and high discharge shutdown shall not be at a specific value but a differential pressure off of set point (i.e. pressure maintenance pump (PMP) to start 5 psi below set point and stop 5 psi above setpoint).

7.63 HMI Automation Program. The following information and control screens shall be provided as a minimum to give the user detailed, accurate, and easily understandable operational information. The Pump Station HMI shall include the capability of remote monitoring via Ethernet network. Device shall provide all interface capabilities available at the pump station through the Ethernet connection via internet browser (Windows Internet Explorer). This information shall also be accessible through the internet if the station has internet access.

Page 48: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 48 of 68 Section C: Technical Specifications

The following screens will enable the user to make real-time changes to the station’s control software.

A, Pressure, Flow and System Status: The current pressure, flow, VFD RPM and a system status overview shall be displayed. Codes or Fault’s ID numbers shall not be adequate.

B. Current Condition of all Alarms: The input state and alarm state, for all active alarms shall be shown.

C. Pump Runtime and Starts: Runtime and number of starts for each pump shall be readily. The starts and runtime must be verified by electrical pump feedback. The HMI will include a grand total and since reset value for each pump.

D. Alarm History: The last nine alarms shall be stored in PLC Memory with detailed information about time, pressure and flow at the time of occurrence. The log will also include diagnostic and recommendations for correction of condition.

E. Total Flow Output: This total shall include a grand total since commission and a total since reset.

Daily flow totals for the last 30 days Weekly flow totals for the last five weeks Monthly flow totals for the last 12 months. Annual flow totals for the last 5 years.

F. Stations Events: The last 255 events shall be stored in PLC memory. This will include all

alarms, individual pump starts and stops, and change in system status.

7.70 Networking and Communication. Station shall utilize Ethernet communications as defined in IEEE 802.3. An industrial grade 8-port Ethernet switch shall be provided for star topology connection between PLC(s), HMI, and wireless communication devices if present. An unintelligent Ethernet hub shall not be acceptable. The router shall also provide a field service point of connection without disconnecting any devices from the Ethernet network. All Ethernet communication cable shall be category 5 multiple twisted part wire terminated by RJ45 connectors. An RJ45 terminal shall be installed in the enclosure to provide network connectivity without opening the enclosure. The pump system manufacture or central irrigation supplier shall provide radio’s for communication to the maintenance facility or internet accessible location. The radios shall be license free 900 MHz supporting TCP. The radios shall adhere to the following specification.

• Input voltage 6-30 Volt DC • Low current draw <140mA full time receive and ,550 mA transmit current • 154 Kbbs over-the-air throughput • Point-to-point range of 60 miles with clear line of site. • Point-to-multipoint range of 60 miles with clear line of site. • Error free communications with 32 bit CRC with automatic retransmission • RF performance from -40°C to +75°C

Transmitter

• Frequency Range - 902-928 MHz (FHSS) • Output power - 5 mW to 1 W

Page 49: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 49 of 68 Section C: Technical Specifications

• Modulation – 2 level GFSK • Occupied bandwidth – 230.4 kHz • Hopping patterns – 15 per Band, 105 total (user selectable) • Hopping channels – 112 • Hopping bands – 7 (user selectable) • Frequency zones – 16 zones, 7-8 Channels per zone • RF Connector – TNC

Receiver

• Sensitivity - -110dBm for BER 1x104 at 153.6 kbs • Selectivity – 20dBat fc ±230 kHz • System gain – 140 dB

Data Transmission

• Error Detection – 32 bit CRC, retransmit on error • Data Encryption – AES 128 bit encryption and proprietary spread spectrum technology • Authentication – Radius • Data Interface – Ethernet • Protocol – Ethernet: IEEE 802.3 TCP/IP, DHCP, ICMP, ARP multicast TFTP • Data Connector – Ethernet 10/100 Base T Auto-crossover and 2x serial DB9

7.80 Power Monitoring and Energy Efficiency

The PLC shall actively monitor line voltage and current per phase. The PLC shall then calculate and record power in kilowatts. All values shall be recorded and displayed in true root-mean-square. Industrial three phase current transformers shall perform amperage monitoring. Single phase current monitoring shall not be acceptable. The current transformer shall supply a 0-5 Amp per phase input into the PLC. Current transformer shall monitor all linear loads. Non-linear and harmonic producing loads from variable frequency drives and other devices shall not be routed through current transformers. Drives shall connect directly to power management PLC, and all necessary electrical data shall be included in the station power calculations.

7.90 Toro Lynx Integration:

The pump station controls shall communicate with Toro Lynx central and allow for the following features. • The pump station will provide constant pressure, flow and alarms to the Lynx central on the

menu bar in the Toro Lynx screen. • The pump station will continuously provide status information to the Toro Lynx system to allow

for fault indication of any pump and provide the ability to recalculate flows based upon available pumping capacities.

• The pump system shall be equipped with APS (automatic power saver) to allow the user to reduce the set point pressure during non irrigating hours. If selected the Lynx system shall instruct the pump system to go into APS mode to a set point pressure set by the end user.

Page 50: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 50 of 68 Section C: Technical Specifications

• Prior to irrigation program cycle the pump station shall automatically start and come up to set point pressure. If the station is equipped with filtration the filters will be pre-flushed prior to the irrigation cycle.

• The pump system shall be equipped with CT’s (current transformers) to provide power usage back to the Toro Lynx central. The user through the Lynx Power Guard system shall be able to limit the amount of power consumed by the pump system during any hour of the day. The Lynx system shall automatically re-calculate the water window based on the power reduction.

• Pump station shall receive, review and respond to demand table supplied by Lynx central control to maximize operational efficiency of all pumps during irrigation.

Part 8 – Set and Start-Up 8.00 General. Others shall be responsible for providing all materials, equipment, and

labor necessary to install all items associated with the pump station. 8.10 Unloading and Setting Supervision. Setting of the pump station is the responsibility

of the manufacturer, unless specifically called out elsewhere in the specification. • Crane to off-load and set the pump station on the concrete slab is to be provided

by others. 8.20 Start Up. When discharge piping, electrical connections, and electrical inspection have been

completed, the pump station manufacturer shall be contacted for start up. • A minimum one-week notice shall be given to manufacturer prior to scheduled start up date. • During start up, the complete pumping system shall be given a running test of normal start and

stop, and fully loaded operating conditions. • During this test, each pump shall demonstrate its ability to operate without undue vibration, or

overheating and shall demonstrate its general fitness for service. • All defects shall be corrected and adjustments made at the expense of the pump station

manufacturer. Test shall be repeated until satisfactory results are obtained. • Start up assistance will be provided but will be limited to one 8-hour day unless otherwise

specified. • After the station startup has been completed, but before leaving the job site, a training session

will be given. The training session will be given to the owner or the owner's representative to familiarize them with the pumping system operation, maintenance and adjustments.

Part 9 – Additional Equipment Part 10 – Warranty (STANDARD FIVE YEAR) 10.00 Warranty. The manufacturer shall provide to the end user the following minimum

capabilities and warranty.

Page 51: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 51 of 68 Section C: Technical Specifications

Length of Warranty • The manufacturer warrants that the water pumping system or component will be free

of defects in workmanship for five-years from date of authorized start-up but not later than 66 months from date of manufacturer's invoice.

Service Network • Manufacturer shall maintain a Factory Trained and Managed Service Network to execute

all warranty claims. • All service entities must maintain as their primary core business the maintenance, service and

repair of pump systems. • Authorized Service Technicians must be Factory Trained and maintain a minimum of 25 hours

per year of on going in-factory training. • The manufacturer shall provide 24/7 technical phone support to the end user during and after

the warranty period. Component Replacement • Provided that all installation and operation responsibilities have been properly performed,

manufacturer will provide a replacement part or component and field installation during the warranty life.

• Repairs done at manufacturer's expense must be pre-authorized. Start-up certificate must be on file with manufacturer to activate warranty.

• Upon request, manufacturer will provide advice for trouble shooting of a defect during the warranty period.

• Reasonable access must be provided to allow for repairs or replacement of any components.

Maintenance. The manufacturer shall use only high quality material. As with any mechanical or electrical device, some preventative maintenance efforts are required to enhance service life. The customer is encouraged to establish a methodical maintenance service program to avoid premature failure. Manufacturer supports a wide network of technical service agents and recommends they be utilized for service. Because of varied conditions beyond the control of manufacturer, this warranty does not cover damage under the following condition or environment unless otherwise specified in writing:

• Default of any agreement with manufacturer. • The misuse, abuse of the pumping equipment outside is intended and specified use. • Failure to conduct routine maintenance. • Handling any liquid other than irrigation water. • Exposure to electrolysis, erosion, or abrasion. • Presence of destructive gaseous or chemical solutions. • Over voltage or unprotected low voltage. • Unprotected electrical phase loss or phase reversal.

The foregoing constitutes manufacturer's sole warranty and has not nor does it make any additional warranty, whether express or implied, with respect to the pumping system or

Page 52: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 52 of 68 Section C: Technical Specifications

component. Manufacturer makes no warranty, whether express or implied, with respect to fitness for a particular purpose or merchantability of the pumping system or component. Manufacturer shall not be liable to purchaser or any other person for any liability, loss, or damage caused or alleged to be caused, directly or indirectly, by the pumping system. In no event shall the manufacturer be responsible for incidental, consequential, or act of God damages nor shall manufacturer's liability for damages to purchaser or any other person ever exceed the original factory purchase price.

PUMP STATION SHIPMENT, PLACEMENT, INSTALLATION The Pump Station Manufacturer shall be responsible for loading, shipping, and unloading the pump station. The Contractor shall be responsible for connecting the new mainline to the new pump station. Upon arrival to the jobsite, the Pump Station shall be unloaded and placed by the Pump Station Manufacturer with assistance of the Contractor. The Pump Station Manufacturer shall have a representative/technician on site during the installation of the station. The Irrigation Contractor shall give 10 days prior notice to the Pump Station Manufacturer so that travel arrangements can be made.

DISCHARGE LINE INSTALLATION

The Irrigation Contractor shall be responsible for the connection to a new discharge Z Pipe shall be made from DR11 Spec 4710 HDPE and connect as shown on the drawings. The Contractor shall install a new HDPE Z Pipe and connect to existing ZPVC mainline as shown on the drawing. Only molded fittings shall be used for the manufacturing of this Z Pipe.

Page 53: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 53 of 68 Section C: Technical Specifications

See ATTACHMENT B for Irrigation Details.

Page 54: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Section D:Bid Tender Forms

SECTION D:

BID TENDER FORMS

Page 55: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 55 of 68 Section D: Bid Tender Forms

FORM 1: BID TENDER FORM

Bidder: DATE:

I/we, have reviewed and examined the Technical Specifications, and all Addendums, and fully understand the scope of work, conditions, and requirements for this project. It is understood that the conditions and offers set forth in this Bid shall remain in effect for a period of sixty (60) days, and acceptance of this Bid by the City binds both parties to its contents during the term that it takes to satisfactorily complete the replacement of the pump station at the Jacksonville Beach Golf Course, Jacksonville Beach, Florida. I/ We, representing, or as Agent for ______________________________________ Company ______________________________________ Address ________________________________________________________ City, State, Zip Code and hereby known as Golf General/Irrigation Contractor, agrees to furnish all equipment, labor, and material as stated in the Technical Specifications for the replacement of the pump station at the Jacksonville Beach Golf Course, Jacksonville Beach, Florida. For this required scope of work the Contract Price for is:

TOTAL BID: $

Bidder agrees to furnish, unless otherwise provided, all implements, machinery, equipment, transportation, tools, supplies, labor and other things necessary for the performance and completion of the work for the amount indicated above. The undersigned Bidder hereby declares that:

1. This bid is made in good faith, without collusion or fraud and is fair and competitive in all respects.

2. The Bidder has carefully and to their full satisfaction examined the attached Scope of Work,

Specifications and General Provisions, technical specifications, and Bid Tender Forms and Bidder has read all addenda issued.

3. Bidder has made a full examination of the sites and is familiar with the site conditions that may

impact its performance.

Page 56: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 56 of 68 Section D: Bid Tender Forms

4. Upon receipt of a Notice of Intent to Award the contract the Bidder shall: 1) provide

Certificate(s) of Insurance as such document(s) will be required prior to execution of a Contract.

5. Bidder understands that the contract time starts on the date of execution of contract by the Mayor.

6. Bidder furthermore agrees that, in case of failure on their part to execute a Contract and provide all required documents within ten (10) calendar days of receipt of the Contract for execution, the City may withdraw the offer and contract with another Bidder and the check, bond, or other security accompanying their bid and the money payable thereon, shall become the property of the City, by forfeit as agreed and liquidated damages.

7. The Bidder states that this bid is the only bid for this project in which Bidder is interested; and

Bidder shall not be a sub-contractor or sub-subcontractor on this project.

8. Bidder shall be responsible for all permitting fees should the scope of work require any permit. 9. The City reserves the right to select and include one or more alternates in the Project and work.

10. Bidder and all affiliates, suppliers, subcontractor or consultants who will perform the work have

not been placed on the Public Entity Crimes convicted vendor list maintained by the State of Florida within the 36 months immediately preceding the date of this Bid.

11. Bidder acknowledges the ADDENDA NO(S). have been RECEIVED and

are ATTACHED HERETO and are signed by a duly authorized officer of Bidder.

12. By signing and submitting this Bid, Bidder represents that all Bid Tender Forms are fully complete and accurate.

13. Bidder acknowledges that the Bid may be rejected if all Bid Tender Forms are not fully complete, not accurate or if forms are not signed by properly authorized signatures where required.

14. By signing below Bidder agrees the price(s) are firm and guaranteed for the first three years of

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

Page 57: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 57 of 68 Section D: Bid Tender Forms

necessary to provide a satisfactory fully completed project under the provisions of the bid, to the CITY’s satisfaction, to include costs for all labor, all equipment, all materials, all rental / leasing / purchasing of equipment and materials, all preparations, all repairs, all safety work, all quality control work, all disposal work, all mobilization and demobilization work, all sub-contractor work, all taxes, all insurance, all bonding if required, all inspection work, all verification work, all warranty work, all permitting at all levels of government, all contractor overhead, all contractor profit, and any / all other project related work and/or cost/expense that is not listed, and all of which shall be the basis for the bidder’s bid for this bid. I hereby certify that I have read and understand the requirements of Bid No. 1617-19 Golf Course Pump Station Replacement and as the bidder, will comply with all requirements, and that I am duly authorized to execute this bid. SUBMITTED BY: Printed Name of Authorized Submitter COMPANY NAME: ADDRESS: CITY, STATE & ZIP: EMAIL ADDRESS: By: Signature of Authorized Submitter Title (typed or neatly printed)

Page 58: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 58 of 68 Section D: Bid Tender Forms

FORM 1: BID TENDER FORM

BID DOCUMENT TURN-IN CHECKLIST

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

INITIAL Check-Off # SECTION TITLE

[ ] 1. FORM 1: BID TENDER FORM (pages 55 thru 58)

[ ] 2. FORM 2: BID AWARD NOTICE FORM – (page 59)

[ ] 3. FORM 3: REQUIRED DISCLOSURE FORM (page 60)

[ ] 4. FORM 4: DRUG-FREE WORKPLACE COMPLIANCE FORM (page 61)

[ ] 5. FORM 5: NONCOLLUSION AFFIDAVIT (page 62)

[ ] 6. FORM 6:Company Profile (page 63)

[ ] 7. FORM 7: Contractor Resume (page 64 - 66)

[ ] 8. FORM 8: Workforce Profile (page 67)

[ ] 9. FORM 9: Non-Bankruptcy Affidavit (page 68)

[ ] 10. W-9

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

ADDENDA RECEIPT VERIFICATION

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

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

Page 59: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 59 of 68 Section D: Bid Tender Forms

FORM 2: BID AWARD NOTICE

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

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

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

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

************************************************************************ Bids were received and evaluated, and the following recommendation will be presented to the City Manager for award of BID No. 1617-19 per the attached Bid Tabulation form(s). A written notice of intent to file a protest must be filed with the Purchasing Administrator within three (3) days after receipt by the bidder of the Bid Award Notice from the Purchasing Administrator in accordance with the procedures set forth in Section XII K., City of Jacksonville Beach Purchasing Manual. If awarded BID or combination of BID Items, please do not proceed with any work prior to receiving an official City of Jacksonville Beach Purchase Order and/or Notice-to-Proceed letter. Thank you for your bid. Sincerely, CITY OF JACKSONVILLE BEACH /s/Luis Flores Property & Procurement Division

Page 60: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 60 of 68 Section D: Bid Tender Forms

FORM 3

REQUIRED DISCLOSURE

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

in the last three (3) years in this State or any other state or the United States against (1) bidder, (2) any business

entity related to or affiliated with bidder, or (3) any present or former owner of bidder or of any such related or

affiliated entity. This disclosure shall not apply to any person or entity which is only a stockholder, which person

or entity owns twenty (20) percent or less of the outstanding shares of a bidder whose stock is publicly owned

and traded:

Signed: Title: Contractor:

Page 61: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 61 of 68 Section D: Bid Tender Forms

FORM 4

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

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

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

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

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

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

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

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

program if such is available in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this

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

Page 62: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 62 of 68 Section D: Bid Tender Forms

FORM 5 : NON-COLLUSION AFFIDAVIT

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

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

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

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

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

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

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

Page 63: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 63 of 68 Section D: Bid Tender Forms

FORM 6 : COMPANY PROFILE

To be submitted in duplicate and to accompany bids submitted to complete the "Golf Course Pump Station Replacement” , Jacksonville Beach Golf Club, Jacksonville Beach, Florida. 1. Name of Bidder

2. Business Address

3. Telephone/ Fax Number

4. E-mail

5. When Organized / Where Incorporated ?

6. Financial Statement Attached Y/N

7. Credit Available for this Contract $__________________________

8. Contracts now in hand, Gross Amount $___________________________

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

10. Licenses held by Company, Owner, or Agent

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

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

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

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

Page 64: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 64 of 68 Section D: Bid Tender Forms

FORM 7 : CONTRACTOR RESUME

I. Company Name & Address

II. Telephone/Facsimile Numbers

III. List Previous 5 Projects Completed. Please Include The Following: o Name and Address of the Project o Name and Telephone Number of Golf Course contact o Name and Telephone Number of Golf Course Builder o Date Installed o Type of Control System and # of Heads o Any special notes

Bidder Resume: PROJECT #1

Page 65: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 65 of 68 Section D: Bid Tender Forms

Bidder Resume: PROJECT #2

Bidder Resume: PROJECT #3

Page 66: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 66 of 68 Section D: Bid Tender Forms

Bidder Resume: PROJECT #4

Bidder Resume: PROJECT #5 ________________________________ ____________ Signed Date

Page 67: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 67 of 68 Section D: Bid Tender Forms

FORM 8 : WORKFORCE PROFILE

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

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

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

Page 68: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date: 09/22/2017

Golf Course Pump Station Replacement

Page 68 of 68 Section D: Bid Tender Forms

FORM 9: NON-BANKRUPTCY AFFIDAVIT BID #: 1617-19 STATE OF ____________________) COUNTY OF ___________________) ______________________________________________________ is an officer and member of the firm of ______________________________________, being first duly sworn, deposes and states that; 1. The subsequent certification statement is a true and accurate statement as of the date shown below. 2. The affiant understands that the intentional inclusion of false, deceptive or fraudulent statements on this Non-

Bankruptcy Affidavit constitutes fraud; and, that the City of Jacksonville Beach, Florida, considers such action on the part of the affiant to constitute good cause for denial, suspension, revocation, disqualification, or rejection of affiant’s participation in BID No. 1617-09

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

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

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

Page 69: City of Jacksonville Beach › sites › default › files › documents › ... · 2017-09-27 · City of Jacksonville Beach Invitation to Bid #: 1617-19 Parks and Recreation Date:

8" Mainline

8" Mainline Discharge to be cut/capped

EAST WALL

10"

4" Flush line

180'

PUMP BUILDING SITE

NORTH

SCALE 1" =50'

Side View

15'-10 3/8"

Manifold Size:

Relief Valve:

Filtration:

Power Requirements:

Power Conditioner:

Main Disconnect:

Power Pack:

Flowmeter :

Station Isolation Valve:

Exhaust Fan Requirements:

Heater:

Pump Check Valve Sizes:

Pump Discharge Sizes:

Pump Isolation Valves:

Horsepowers:

Pump Length:

To produce:

(PM)(PM)

Entrance

8"ISO Valve

Top View

Recommended Power

1'-0"Min Clearance from Wetwell Bottom

FFE EL -7.0

6"

3/4"TOL

10'-0"

6"DSR

End View

Low Level Elevation

(3)__6"

03PHASE

(3)__75(2)__75

(2)__6"

(2)__6"

(1)__6"

(1)__6"

(2)__6"(1)__6"

10'-00"

(PM)__5

(PM)__6"

(PM)__4"

(PM)__6"

(1)__75

2250__GPM__@__130__PSI

GEAR_OPERATED

(TO_3000_GPM)

6"

NONE

WYE_STRAINER-1/16"

FLOWMETER

8"

3000_CFM

460_VOLTS

NONE

7.5KVA

600_AMPS

600_KVA

14"

060HZ

(3)__6"

(3)__6"

8" Flowmeter

Ship Loose

Detachable Saddle

SPECIFICATIONS

GOLF COURSE PUMP STATION

6"X4"

Press Relief Valve

8"

Have Any Restrictions.

4"Minimum Flush Line Under 100'

Flush Piping Must

DO NOT PIPE BELOW LAKE SURFACE

Exhaust to Atmosphere and Can Not

1/16" Perf

Auto Flush

10"Watts

Wye Strainer

14"

6"

Exchanger

Heat

72X48X16

6"

3

PM

2

6"

1

22.5X32

Wetwell Hatches

8' X 8" Flanged Spool Piece

(Steel)

8" Station Isolation Valve

Existing Wet Well

10" X 10" X 10" X 8'

FL HDPE TEE

10" MJ Coupler with 10"x8" Reducer

HDPE Restraining Ring

Joint Restraints & Transition Gaskets

(A)

(A)(A)

(B)

(C)

8" DR 21 Gasketed PVC Pipe(B)

8" x 10 " FL Discharge Z Pipe(C)

(B)

24 vac elec valve

20'

40'

west

north

south

east

PUMP/BUILDING LAYOUT

CONCRETE BLOCK CONSTRUCTION

CONCRETE BLOCK CONSTRUCTION

CONCRETE BLOCK CONSTRUCTION

WOOD FRAME AND PLYBOARD CONSTRUCTION

Flush Line to Lake

8"x 8' Flanged Spool Extension

8" Flanged Connection to Iso. Valve

10" Connection to 10" DR 13.5 HDPE MainLine

8" X 10" Expansion

3/4" Fertigation Taps

Discharge

8" X 10" Discharge Pipe

Top View

Side View

U.S

.A

.

WE

LLIN

GT

ON

, F

LO

RID

A 33414

TE

L. 561.313.4219

mike@

thepignatogroup.com

13402 LA

M

IR

AD

A C

IR

CLE

TH

E P

IG

NA

TO

G

RO

UP

U.S

.A.

REP

RES

ENTA

TIV

E.C

2017

IRR

IGA

TIO

N D

ESIG

N, P

RO

JEC

T M

AN

UA

L, O

RM

ATE

RIA

L SP

ECIF

ICA

TIO

NS

AR

E TO

BE

APP

RO

VED

BY

TH

E O

WN

ER, O

R H

IS A

PPO

INTE

D

WEL

LIN

GTO

N, F

LOR

IDA

T

HE

PIG

NA

TO G

RO

UP

IRR

IGA

TIO

N D

ESIG

N C

ON

SULT

AN

TS

MJP

MJP

INC

, WEL

LIN

GTO

N, F

LOR

IDA

SITE

PLA

N A

S PR

OV

IDED

BY

TH

E PI

GN

ATO

GR

OU

P,

AN

D N

OT

TO B

E V

IEW

ED A

S A

BSO

LUTE

.

THIS

IRR

IGA

TIO

N D

ESIG

N IS

BA

SED

ON

TH

E

THES

E D

RA

WIN

GS

AR

E SC

HEM

ATI

C B

Y N

ATU

RE

AN

Y C

HA

NG

ES T

HA

T A

RE

TO B

E M

AD

E TO

TH

ER

EV

IS

IO

NS

DR

AW

N

JO

B N

UM

BE

R

DE

SIG

NE

D

AP

PR

OV

ED

IRR

SCALE

01

DA

TE

CO

JB

GC

-170610-IR

R-1

JU

NE

1

0, 2

01

7

NTS

Ja

ckso

nville

B

ea

ch

, F

lo

rid

a

PU

MP

S

TA

TIO

N R

EP

LA

CE

ME

NT

P

RO

JE

CT

City of Jacksonville B

each G

C

AP

20

17

G

OL

F C

OU

RS

E