W1159212B1 Deerfield Island Park Fire Pump System

advertisement
BID NO. W1159212B1
BROWARD COUNTY
DEERFIELD ISLAND PARK
FIRE PUMP SYSTEM
TECHNICAL SPECIFICATIONS
HIGHWAY CONSTRUCTION AND ENGINEERING DIVISION
Parks Planning and Design Section
Deerfield Island Dock Fire Pump System
Deerfield Island Park Fire Pump System
Technical Specifications List
01010 Summary of Work
01020 Allowances
01050 Surveying
01450 Inspections and Quality Control
01500 Construction Facilities and Temporary Controls
01700 Contract Closeout
02110 Clearing and Grubbing
21301 Fire Pump System Equipment
SECTION 01010 - SUMMARY OF WORK
I. GENERAL
A
DESCRIPTION
Provide all labor, services, equipment, supplies and materials to construct
Deerfield Island Park Fire Pump and specified improvements in accordance
with the contract documents prepared by Broward County.
B.
BARGE BASED CONSTRUCTION
Any barge based construction activities will need to cease operation upon
sighting a manatee within 50 feet. Movement of any construction related
barge or vessel shall not be performed at night.
C.
PERMITS AND FEES
1.
D.
CONTRACTOR shall obtain all permits required by the local municipal
building department having jurisdiction.
JOB SITE VISITATION
Job site visitation is strongly recommended; submission of a Bid will be
construed that the Bidder is acquainted sufficiently with the work to be
performed.
E.
UTILITY LOCATION
1.
All underground information is shown on the Plans to the extent
known and is as complete and accurate as can be determined from
existing records. It shall be the CONTRACTOR'S responsibility to
verify the known locations. CONTRACTOR shall fully understand that
certain structures and utilities may not be located precisely as shown,
or may be omitted entirely.
2.
The CONTRACTOR shall notify and coordinate with each utility
company in sufficient time prior to the start of construction to arrange
for positive underground location, relocation or support of its utility
where that utility may be in conflict with or endangered by the
proposed construction. All charges by the utility companies for
temporary support of its utilities shall be included in the contract cost
and paid for by the CONTRACTOR. All costs of permanent utility
relocations that are shown on these plans or are shown on the utility
company's plans shall be the responsibility of the CONTRACTOR.
However, if they are not shown in the aforementioned plans or
Page 1 of 4
SECTION 01010 - CONTINUED
described above, the costs will be subject to negotiation in
accordance with the COUNTY's change order procedure.
3.
The CONTRACTOR shall schedule the work in such a manner that it
is not delayed by the utility companies relocating or supporting their
utilities. No compensation shall be made for such loss of time.
4.
The CONTRACTOR shall make any excavation necessary for location
of structures and utilities prior to construction in order to insure that
the proposed work can actually be positioned as planned.
5.
All overhead, surface or underground structures and utilities
encountered in trenching, whether shown on the Plans or not shown
on the Plans, are to be carefully protected from injury or
displacement. All damage to such structures is to be completely
repaired within a reasonable time. Needless delay will not be
tolerated. If not done by a specified deadline (for example, 48 hours
after written notification) the COUNTY reserves the right to remedy
such damage by ordering outside parties to make such repairs at the
expense of the CONTRACTOR.
All such repairs made by the CONTRACTOR are to be made to the
satisfaction of the utility owner; all damaged water or gas pipes must
be replaced or prevented from leaking. All repairs are to be inspected
and approved in writing by the utility owner prior to backfilling.
F.
JOB COORDINATION
The CONTRACTOR shall conduct the construction effort in a fashion that will
not in any way interfere with the normal use of the park.
G.
RECORD DRAWINGS
Record drawings and their systematic progress, as the construction
progresses, is an integral component of the project. This neat, accurate,
continuous marking of one complete set of contract drawings must be
approved (along with actual construction) prior to making application for
periodic progress payments.
H.
MEASUREMENTS AND TESTING
1.
All measurements and testing required by the Building Department or
other regulatory agency necessary for the prosecution of the work
Page 2 of 4
SECTION 01010 - CONTINUED
undertaken by the CONTRACTOR pursuant to this contract shall be
secured and paid for by the CONTRACTOR.
2.
J.
All testing (non-CCNA) and certification required under SUBMITTALS
and as required to substantiate product compliance with the
specifications shall be secured and paid for by the CONTRACTOR.
REGULATORY REQUIREMENTS
1.
The following codes are to be considered an integral part of the
Project Manual:
a. Florida Building Code - latest edition
b. Florida Fire Prevention Code – latest edition
2.
K.
All work for this project shall conform to the above codes and to the
requirements of any regulatory authority having jurisdiction.
CONFLICTING REQUIREMENTS
In the event of a conflict between the drawings and technical specifications,
the technical specifications shall take precedence provided they are not in
conflict with the Florida Building Code.
L.
EXISTING CONDITIONS
The CONTRACTOR is required to perform the construction effort in a way
that the area not covered by the new construction is protected. Any area
damaged or disturbed by the construction effort in any way must be repaired
and brought to the condition it was found just prior to the construction. All
repairs must be done by the CONTRACTOR as part of this contract and to
the complete satisfaction of the COUNTY.
M.
PRECONSTRUCTION MEETING
After issuance of the Notice to Proceed and prior to the start of construction,
the COUNTY will schedule and administer a conference to be attended by
the CONTRACTOR and the COUNTY’s Construction Manager to discuss
coordination, schedules, submittals, and related matters.
N.
PROGRESS SCHEDULE
1.
The CONTRACTOR is solely responsible for ordering, purchasing,
and scheduling the delivery of all items required for the completion of
Page 3 of 4
SECTION 01010 - CONTINUED
the work on a timely basis. All items must arrive at the job site when
needed.
O.
2.
The CONTRACTOR shall be prepared to provide the Consultant with
a letter from the manufacturer, of any item, indicating the date on
which the order for the construction work was received and when it
will be sent to the local vendor or job site. The CONTRACTOR will be
found at fault for any order not received by a manufacturer on or
before thirty (30) days after the issue date of the Notice to Proceed.
3.
Product procurement and delivery dates must be shown on the
progress schedule. Delivery dates must be coordinated with the job
progress schedule.
CHANGE ORDERS
Changes in the quantity or character of the work within the scope of the
project which are not properly the subject of field orders or supplemental
instructions, including all changes resulting in changes in the Contract Price
or the Contract Time, shall be authorized only by Change Orders in
accordance with the provisions of the County’s Procurement Code, as
amended from time to time.
END OF SECTION 01010
Page 4 of 4
SECTION 01020 - ALLOWANCES
I.
II.
ALLOWANCE FOR PERMITS
A.
Included in the TOTAL BASE BID AMOUNT is the sum of Nine Thousand
Dollars and No Cents ($9,000.00) for obtaining building permits, inspections,
utility fees and certificates of completion required by the State of Florida,
State Agencies, or by other local governmental entities.
B.
Permit fees payable under this allowance shall be limited to the actual cost of
the permits only.
C.
Fees excluded from this allowance include reinspection fees, expired permit
fees, and contractor's overhead and profit. These costs should be included
elsewhere in the Bid.
ADJUSTMENT OF COSTS
A.
The actual reimbursement for allowances will be at cost.
B.
A copy of the invoice showing amount paid shall be submitted with the
request for payment.
C.
The reconciliation of the above will be processed through Change Order.
END OF SECTION 01020
Page 1 of 1
SECTION 01050 - FIELD SURVEYING
I.
GENERAL
A.
SCOPE
Provide and pay for field surveying services required for the project.
B.
QUALIFICATIONS OF SURVEYOR
Qualified land surveyor, registered in the State of Florida.
C.
D.
SUBMITTALS:
1.
Submit name and address of Surveyor to County.
2.
Submit surveyor certified as-builts at the completion of each of the
following. Provide one set of reproducible documents and one set of
electronic file(s) in an AutoCAD format (latest compatible release.
Survey elevations shall be based upon NGVD 1929 Datum. Survey
locations shall be based upon NAD 83 Florida State Plane
Coordinates.
a)
Location and finished floor elevation of pump station enclosure
b)
Locations of all water lines and elevations at a maximum of 25'
c/c, including locations and elevations of all bends, trees,
valves, standpipes, and any other assemblies.
c)
Alignment of pump station electric service line
SURVEY REQUIREMENTS
Establish and maintain line and levels for the earthwork and construction
operations.
E.
PROTECTION AND RESTORATION OF SURVEY MONUMENTS
The CONTRACTOR shall carefully protect from disturbance all survey
monuments, stakes and bench marks, and shall not remove or destroy any
surveying point until it has been properly witnessed or otherwise disposed of
by the CONSULTANT. All major survey monuments such as section corners
or block control points shall be replaced at the CONTRACTOR’S expense
with monument(s) of a quality equal to current standards. The replacement
shall be under the supervision of a Professional Land Surveyor registered in
the State of Florida.
Page 1 of 2
SECTION 01050 - CONTINUED
END OF SECTION 01050
Page 2 of 2
SECTION 01450 – INSPECTIONS AND QUALITY CONTROL
PART 1 - GENERAL
1.1
A.
1.2
A.
1.3
RELATED DOCUMENTS
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
SUMMARY
This Section including administrative and procedural requirements for inspections
and quality control, including, but not limited to, the following:
1.
Contractor’s Quality Control
2.
Access to the site
3.
Field Samples and Mock-Up Requirements
4.
Plant Inspections and Source Quality Control
5.
Inspection And Testing Laboratory Services
6.
Inspections
CONTRACTOR’S QUALITY CONTROL
A.
Monitor quality control over suppliers, manufacturers, products, services, site
conditions, and quality or work, to produce work of specified quality.
B.
Comply fully with manufacturers' instructions, including each step in sequence
except where those instructions are superceded by more exacting or stringent
requirements in the Contract Documents.
C.
Should manufacturers' instructions conflict with Contract Documents, request
written clarification from County Project Manager before proceeding.
D.
Comply with specified standards as a minimum quality for the Work except when
more stringent tolerances, codes, or specified requirements indicate higher
standards or more precise workmanship.
1.4
A.
SOURCE QUALITY CONTROL
Ensure that off-site work locations (including factories, shops, warehouses and
other structures which might be used for the manufacture, fabrication, assembly
Page 1 of 5
SECTION 01450 - CONTINUED
and storage of any element which will be incorporated into the Work) conforms the
quality standards specified herein.
B.
Ensure that all off-site work is performed to the standards specified in this Project
Manual for the respective elements of the Work.
1.5
ACCESS TO SITE
A.
Contractor is required to provide safe access to and from the work site for all
personnel associated with the work, including, but not limited to its employees,
employees of subcontractors, design consultant personnel, City inspection
personnel, owner representatives, and regulatory agency personnel.
B.
The vessel providing access to and from the work site must comply with the United
States Coast Guard requirements for Uninspected Passenger Vessels and meet
minimal federal standards for safety, navigation, and pollution prevention. The
vessel operator must hold an Operator Uninspected Passenger Vessel (OUPV)
license issued by the Coast Guard. The County reserves the right to verify that the
vessel is properly insured and meets the stated requirements.
1.6
INSPECTION AND TESTING LABORATORY SERVICES
A.
Contractor will employ, and pay for services of an independent engineering
firm to perform inspection and testing.
B.
The independent engineering firm will perform inspections, tests, and other
services specified in individual specification Sections and as required by the
Building Department and Fire Marshal.
C.
Reports, signed and sealed by a Florida registered engineer, will be
submitted by the independent firm to the Owner, in duplicate, indicating
observations and results of tests and indicating compliance or noncompliance with Contract Documents.
D.
Cooperate with independent firm; furnish samples of materials, design mix,
equipment, tools, storage and assistance as requested.
1.
Notify Owner and independent firm 24 hours prior to expected time for
operations requiring services.
2.
Make arrangements with independent firm and pay for additional samples
and tests required for Contractor's use.
Page 2 of 5
SECTION 01450 - CONTINUED
E.
1.7
A.
Retesting required because of non-conformance to specified requirements
shall be performed by the same independent firm on instructions by the
Owner. Payment for retesting will be paid for by the Contractor.
INSPECTIONS
City of Deerfield Beach and Other Jurisdictions:
The work falls under the jurisdiction of the City of Deerfield Beach, and
County/State/Federal Regulatory Agencies.
B.
1.
The Contractor is responsible for procuring and paying for all permits
required by respective jurisdictional authorities for Work.
2.
Coordinate with respective jurisdictional agencies to verify their
requirements and procedures for requesting and conducting inspections of
the Work.
Inspection Procedures:
1.
On-Site Inspections:
a.
Requests for Inspection: Notify the County Project Manager of any
inspection requests a minimum of 24 hours prior to the time of the
requested inspection. Inspections requested which fall on weekends
or holidays observed by the County Project Manager will be
scheduled for the next business day except for exceptional
circumstances approved by the County Project Manager in advance.
Coordinate and make arrangements for an Independent Testing
Laboratory or other testing agency to be present at or participate in
the inspection.
b.
Cooperate with and facilitate the inspection by providing incidental
labor and facilities:
1)
To provide access to Work to be inspected.
2)
To obtain and handle samples at the site or at source of
Products to be inspected or tested.
3)
To facilitate tests and inspections.
4)
To provide storage and curing of test samples.
5)
Maintaining complete set of approved submittals on site and
having them available for the inspector’s use.
2.
Non-Conforming Work
a.
Re-execute or correct Work identified during inspections as deficient.
b.
Upon completion of re-executed or corrected Work, request reinspection following procedures specified above.
Page 3 of 5
SECTION 01450 - CONTINUED
C.
D.
E.
Inspection Reports:
1.
After each inspection, promptly submit three copies of inspection report to
County Project Manager.
2.
Include:
a.
Date issued.
b.
Project title and number.
c.
Name and affiliation of inspector (Broward County, etc.).
d.
Date and time of inspection.
e.
Weather conditions and temperature at the time of inspection.
f.
Identification of product and relative specification sections.
g.
Location in the Project.
h.
Type of inspection.
i.
Results of tests.
j.
Conformance with Contract Documents.
3.
When requested by County Project Manager, provide interpretation of
inspection results.
Limits On Inspector's Authority:
1.
City of Deerfield Beach and jurisdictional agency inspectors may not
release, revoke, alter, or enlarge on requirements of Contract Documents.
2.
Jurisdictional agency inspectors may not act on behalf of the Owner in
accepting any portion of the Work.
3.
Jurisdictional agency inspectors may not assume any duties of Contractor
or the Project Consultant.
Schedule Of Mandatory Inspections by Building Department:
1.
F.
Obtain schedule of mandatory inspections required from the Authority
having Jurisdiction
Schedule Of Mandatory Inspections by Independent Agencies Hired by the
Contractor
1.
The following tests, inspections, and certifications shall be performed by
independent testing agencies, special inspectors, or professional
engineers hired by and paid by the contractor to provide quality control
services:
a.
Pump station system components as required by the permitting
authorities
Page 4 of 5
SECTION 01450 - CONTINUED
b.
c.
Soil proctor and density tests
Reinforced masonry inspection
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1
REPAIR AND PROTECTION
A.
Upon completion of inspection, testing, sample-taking and similar services, repair
damaged construction and restore substrates and finishes to eliminate
deficiencies, including deficiencies in visual qualities of exposed finishes.
B.
Protect construction exposed by, or for quality control service activities, and
protect repaired construction.
C.
Repair and protection is the Contractor's responsibility, regardless of the
assignment of responsibility for inspection, testing or similar services.
D.
Additional services, included but not limited to architectural/engineering services,
which are necessary and or required due to repairs or inspection, is the
responsibility of the General Contractor.
END OF SECTION 01450
Page 5 of 5
SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
I. GENERAL
A.
B.
STORAGE AND WORK AREAS
1.
The CONTRACTOR shall confine the storage of equipment and
materials, field office, and any temporary building in the park grounds,
to the area, or areas, proposed by the CONTRACTOR and approved
by the COUNTY. The selection of these areas must be done prior to
the start, by the CONTRACTOR of the construction effort at the job
site. All materials must be secured.
2.
CONTRACTOR shall erect and maintain necessary safeguards to
protect persons and/or property from damage, injury, or loss. Open
excavations are required to be barricaded at all times.
TEMPORARY UTILITIES FOR CONSTRUCTION
The CONTRACTOR shall provide, at their expense, all the pipes, posts,
temporary lines, and equipment, etc., required to furnish the construction
effort with utilities. No electricity, water, or sewer lines may be available, at
the site, for use in the construction of the project. The CONTRACTOR shall
remove as part of their work all temporary utility installations upon completion
of the work. The use of any utility for the construction effort will be at the
CONTRACTOR'S sole expense.
C.
HOUSEKEEPING
The CONTRACTOR shall keep the project clean, neat, orderly, and in a safe
condition at all times. All hazardous rubbish shall be removed immediately.
Rubbish will not be allowed to accumulate. On-site containers shall be
provided by the CONTRACTOR for collection of rubbish, or rubbish shall be
disposed of at frequent intervals during the progress of the work. Wet down
dry materials or rubbish to prevent blowing dust. All volatile waste shall be
kept in covered containers. Upon completion of the Contract, the buildings,
roads, and areas where any type of construction has taken place, shall be
policed, and cleaned. Furniture, fixtures, floors, hardware, finished surfaces
etc. shall be left clean and neat to the satisfaction of the COUNTY prior to
final completion and acceptance of the job by the COUNTY.
D.
DISPOSAL OF RUBBISH
Waste materials shall be disposed by the CONTRACTOR in a legal way at a
Page 1 of 2
SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
public or private dumping area, outside of the park. Waste shall not be
buried or burned in the park premises. The park areas covered by water
shall not be used to dispose of the waste material.
E.
AIR AND WATER POLLUTION CONTROL
The CONTRACTOR as part of work, shall take all necessary measures to
reduce air and water pollution by any material or equipment used during the
construction effort. Volatile waste or oils shall not be disposed of in storm or
sanitary drains, nor shall such materials be allowed to reach the water areas
of the park, streams, canals, or bodies of water. Waste materials of any sort
will not be allowed to be washed into the bed of a stream or body of water.
F.
SANITARY ACCOMMODATIONS
The CONTRACTOR shall provide and maintain in a neat and sanitary
condition such accommodations for use by their employees as may be
necessary to comply with the regulations of the public bodies having
jurisdiction. The employees shall not commit public nuisance or wander
beyond the areas of the construction effort.
G.
H.
EROSION CONTROL
1.
The CONTRACTOR shall take all necessary precautions to prevent
erosion of tilled areas, swales, mounds, embankments, etc. as a
result of the construction effort.
2.
If erosion occurs, the CONTRACTOR shall promptly redress and
restore the area to its original state and condition at his own expense.
The repair must meet the approval of the COUNTY.
WORKING HOURS
Working hours will be limited to 7:30 A.M. to 5:30 P.M. Monday thru Friday
only.
I.
NOISE CONTROL
Comply with local codes and regulations regarding excessive noise.
END OF SECTION 01500
Page 2 of 2
SECTION 01700 - CONTRACT CLOSEOUT
I.
GENERAL
A.
SUBSTANTIAL COMPLETION
1.
2.
B.
When it is determined that the Work is substantially complete in
accordance with the Contract Documents, a Certificate of Substantial
Completion will be issued by the County Project Manager. As a
condition of Substantial Completion, all of the following shall occur:
a.
The COUNTY shall develop, and the CONTRACTOR shall
review, the list of items of Work to be completed or corrected
by CONTRACTOR to satisfy the requirements of the Contract
Documents for Final Completion. The failure to include any
items of corrective Work on such list does not alter the
responsibility of CONTRACTOR to complete all of the Work in
accordance with the Contract Documents.
b.
CONTRACTOR shall deliver all executed warranties.
c.
CONTRACTOR shall deliver all as-built drawings.
d.
CONTRACTOR shall deliver operation and maintenance
manuals.
e.
CONTRACTOR shall deliver evidence that all permits have
been satisfied and closed, and that a final certificate of
completion or certificate of occupancy has been issued.
f.
The Project can be used for its intended purpose.
g.
CONTRACTOR shall satisfy all other requirements of the
Contract Documents.
After Substantial Completion is established, CONTRACTOR may
invoice for retainage provided that COUNTY will retain up to 150% of
the value of the items to be corrected or completed by
CONTRACTOR.
SUBMITTALS
1.
Certificate of Occupancy: Submit certificate of occupancy and other
such documents as required to show compliance with the requirement
of governing authorities.
2.
Record Drawings:
Submit final survey as-built drawings in
accordance with Technical Specifications Section 01050.
Page 1 of 3
SECTION 01700 – CONTINUED
3.
D.
Manuals: Submit three (3) sets of manuals, bound in 8-1/2" x 11"
three ring binders, covering each and every item of operating
equipment devices and products provided, consisting of the following:
a.
Index by Specification Section
b.
Name, address and telephone number of all suppliers and
installers
c.
Operating, maintenance, and installation instructions
d.
Parts lists, wiring diagrams etc.
e.
Product data or literature
f.
Color, finish and equipment schedules
g.
Guarantee/warranty documents as applicable
4.
Guarantee/Warranty Documents: Submit guarantees in writing, in
triplicate signed and notarized. Obtain all manufacturers warranties
and submit as specified above. Warranties and Guarantees shall
commence on the Date of County acceptance of the work or
designated portion thereof unless otherwise provided in the Certificate
of Substantial Completion.
5.
Keys and Tools: Submit keys and special installation and adjusting
tools for all equipment, devices and hardware, properly tagged, as
required.
6.
All above referenced submittals must be provided by the
CONTRACTOR to the County Project Manager, and accepted by the
COUNTY, prior to issuance of final payment.
OPERATING TESTS
Test, at full operating conditions and pressures for normal conditions of use,
the several operating systems and all equipment required by the contract.
Make all necessary adjustments and replacements affecting work which are
necessary to fulfill the contract requirements and to comply with directions
and recommendations of the manufacturer of the equipment, and to comply
with all codes and regulations which may apply thereto.
E.
FINAL CLEANING
1.
Restore all ground area, disturbed during construction, to its required
grade and state.
Page 2 of 3
SECTION 01700 - CONTINUED
2.
Remove all floating debris and trash from water and land areas.
3.
Sweep broom clean all paved areas.
4.
Remove all protective coatings and coverings.
5.
Clean all buildings and equipment.
6.
Maintain cleaning until project is accepted.
END OF SECTION 01700
Page 3 of 3
SECTION 02110 - CLEARING AND GRUBBING
I.
GENERAL
A.
DESCRIPTION
The work specified in this section consists of clearing and grubbing within the
areas as indicated in Section II.B. below. Included in the work under this
section is the removal and disposal of organic and inorganic material, exotic
trees, stumps, roots, rocks, boulders, and other such protruding objects as
necessary to prepare the area for the proposed construction, and the
removal and disposal of all product and debris which are not required to be
salvaged or not required to complete the construction.
B.
PROTECTION
1.
Property obstructions which are to remain in place, such as buildings,
sewers, drains, water or gas pipes, conduits, poles, etc., are to be
carefully protected from injury and are not to be displaced.
Existing mangroves and trees to remain on-site are to be protected
from injury and shall be enclosed with highly visible staked siltation
fencing, FDOT Type III or approved equal.
2.
II.
The CONTRACTOR is responsible for complying with all governing
building safety and environmental regulations.
EXECUTION
A.
GENERAL
Standard clearing and grubbing shall consist of complete removal and
disposal of all organic and inorganic material, exotic trees, brush, stumps,
roots, rubbish and debris, and all other obstructions resting on or protruding
through the surface of the existing ground and the surface of excavated
areas and of all other structures and obstructions necessary to be removed
and for which the removal thereof is not specified to be done under other
items of the contract.
B.
LIMITS
Unless otherwise shown in the plans, standard clearing and grubbing shall
be done in the following areas:
The area defined by a perimeter two feet beyond the exterior walls of the
pump enclosure building.
Page 1 of 2
SECTION 02110 - CONTINUED
C.
DEPTH OF REMOVAL
In all areas where clearing and grubbing is to be done, organic material,
roots and other debris shall be removed to a depth of at least 6” below the
ground surface.
D.
DISPOSAL
All cleared and grubbed products and debris shall be removed and disposed
of legally by the CONTRACTOR at their own expense. No burning is
allowed.
END OF SECTION 02110
Page 2 of 2
SECTION 21301 - FIRE PUMP SYSTEM EQUIPMENT
Equipment List
“Or Equal” Clause: Any manufacture reference is intended to establish a standard. Any
material, article, or equipment of other manufacturers which perform or serve the
requirements of the design will be considered equally acceptable provided the
materials, article, or equipment so proposed is, in the sole opinion of the Consultant,
equal in substance, quality, and function. The decision of the equivalent shall be
determined in a reasonable manner and at the sole discretion of the Consultant.
Pump System Package, 500 gpm, 75 psi Diesel
Item #
Description
Qty.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
Peerless 4AEF10G - Bronze Fitted, Packaged UL-FM Listed
CI Casing with 125lb Suct /125lb Disch FF ANSI flanges
Hardware & Gasket for 125lb/125lb ANSI Flanged Casing
Bronze Impeller with Integral Rings
Bronze Casing Rings
Standard Grease Lube Bearings
RH Steel Shaft Single Row Outboard Bearing
Single Row Outboard/Inboard Brgs with Std Lip Seals
Bronze Shaft Sleeves (set of 2)
Standard Packing Suction Pressure < 100 Psi
UL-FM Lantern Ring with Seal Piping Std or High Pressure Pkg
ULI Listed/FM Approved Fire Pump Nameplate US
US H I Std NW Perf Test Included in Pump Price
US H I Non-Witness Hydrostatic Test Included in Pump Price
1
1
1
1
2
1
1
1
1
1
1
1
1
1
15
Pump Mtg Parts without Base Mounted Controller,
Risers & Hardware Only, Factory
1
16
17
18
19
20
21
22
23
U4H-UF14 71Bhp/3000Rpm 115V-50/60H Htr NSPS Tier 1,
Diesel Engine UL/FM/ULC 12V NG, Clarke CW Rotation Only
Engine Cooling Water Piping-ByPass Assembly with Regulator
& Solenoid Valve
Combination Flex Shaft FlyWheel Cover Guard, Fuel Lines,
Flexible Exhaust Connector
Lead Acid Batteries (Dry)
Grp 8D Battery Acid (14.5 liter/per Batt 1.265 sp gr required)
UL Listed Flexible Drive Shaft and Guard Furnished
1
2
*
1
Mark II XG LA Batts UL/ULC/FM, FP Diesel Controller
12 VDC, Firetrol Fire Pump Controller FTA1100-J
NEMA Type 2 Enclosure Standard
1
1
Page 1 of 3
1
1
SECTION 21301 - CONTIUED
24
25
26
27
0-300psi(0-21.2 Kg/Cm2) Press Transducer Fresh Water
110-120 VAC 1 Ph 60 Hz Operation
Low fuel level switch furnished by others
Wall Mounting (Standard)
1
1
1
1
28
4 x 2.5 x 2.5 NPT Red Tee CI, Hose Valve Head, Factory
1
29
Diesel Fuel System w/Std Vent, For UL Labeled Double
Wall Tank, Factory
1
-15-300Psi Suct 0-300Psi Disc, Suction and Discharge
Gauges, Factory
1
1/2 In, 175 Psi Max UL,FM, Automatic Air Release Valve,
Factory Choice
1
115 Gal E,1/8,1/4,3/8,1/2,5/8,3/4,7/8,Full Scale, Tank
Direct Reading Fuel Gauge, Factory Choice
1
33
3x6 125 Lb ANSI Flg CI , Enclosed Over Flow Cone, Factory
1
34
3 in 20-200 Psi Range UL/FM, Pilot Oper Rel Val 125x125 Lb,
Cla-Val 2050B-4KG
1
CR 1s-12 3/4Hp 56CFr 3Ph 208-230/460V, Jockey Pump
with TEFC Motor, Grundfos
Aluminum Base w/ 1 inch Oval Suction/Discharge Flange
1
1
30
31
32
35
36
37
45
PJPC .75HP 460V/3Ph/60Hz, Jockey Contrlr w/Min Run
Timer, Peerless Pump Company
NEMA Type 1 Enclosure
Combination Disconnect Switch/Overload Relay
Motor Contactor
H-O-A Selector Switch
Power ON light
Control Circuit Transformer
Pressure Switch, SPDT, 15-290 PSIg Range, 15-120 PSIg
Differential, Fresh Water Applications
Minimum Run Timer
46
3x8x42, Residential Muffler, GT Exhaust Systems
1
47
115 US Gal UL Label Double Wall, NFPA Diesel Fuel Tank
with Legs, Factory Choice
1
38
39
40
41
42
43
44
Page 2 of 3
1
0
0
0
0
0
0
0
0
SECTION 21301 - CONTIUED
48
One day trip for startup and flow test service
1
Pump system package notes:
a.
b.
c.
d.
e.
f.
Provide a complete operable pump system including, but not limited to, all
of the above listed components.
Assemble and install all products in accordance with manufacturer
requirements.
Provide a written minimum one year warranty for all parts and labor.
Quantities indicated (*) are to be as required by the manufacturer. Subitem quantities indicated (0) are included with the main item.
Reference is made to ALLI Pumps, Inc., allipumps.com, Quote No. A13762-F, dated March 31, 2013.
Provide all parts/components required for project regardless if item(s) is
listed or not.
Fire Sprinkler:
Viking Microfast model no. 06662B
END OF SECTION 21301
Page 3 of 3
Download