article i - City of North Lauderdale

advertisement
REQUEST FOR PROPOSALS
DEMOLITION OF EXISTING 2.0 MGD WATER
STORAGE TANK AND CONSTRUCTION OF NEW
2.0 MGD CONCRETE WATER STORAGE TANK
REQUEST FOR PROPOSALS # 15-02-347
Addendum #1
ADD – New Bid Date of February 23, 2015 at 10:00 a.m.
REMOVE – Original Section 13200, PART 1 GENERAL, Section 1.5
QUALITY ASSURANCE, Part B Prequalification, in its entirety
DATE ISSUED: Tuesday, February 17, 2015
Addendum #1 – February 17, 2015 – RFP #15-02-347
02/05/2015
v1
02/05/2015
v1
Request for bids
DEMOLITION OF EXISTING 2.0 MGD
WATER STORAGE TANK AND
CONSTRUCTION OF NEW 2.0 MGD
CONCRETE WATER STORAGE TANK
BID # 15-02-347
Bid documents
FEBRUARY 2015
02/05/2015
v1
Notice Inviting Bids
Bid # 15-02-347
REQUEST FOR BIDS FOR
DEMOLITION OF EXISTING 2.0 MGD WATER STORAGE TANK AND
CONSTRUCTION OF NEW 2.0 MGD CONCRETE WATER STORAGE TANK
Sealed bids will be received by the City of North Lauderdale until 10:00 a.m. on
Tuesday, February 17, 2015, in the Public Works/Utilities Department located at
701 SW 71st Avenue, North Lauderdale, and opened immediately thereafter for
DEMOLITION OF EXISTING 2.0 MGD WATER STORAGE TANK AND
CONSTRUCTION OF NEW 2.0 MGD CONCRETE WATER STORAGE
TANK.
Bid documents may be obtained from the Public Works/Utilities Department
located at 701 SW 71st Avenue, North Lauderdale, Monday through Friday from
8:30 a.m. to 5:00 p.m., telephone number (954) 724-7070 or on the City of North
Lauderdale website at www.nlauderdale.org.
There is no charge for the documents. The bid documents contain the scope of
work.
The City of North Lauderdale reserves the right to reject any or all bids; to waive
any informalities or irregularities in any bid received; to re-advertise for bids; or to
take any other such actions that may be deemed to be in the best interest of the
City. The City anticipates entering into a written contract with the bidder who
submits the bid judged by the City to be the most advantageous, responsible, and
most responsive.
Patricia Vancheri, City Clerk
02/05/2015
v1
CITY OF NORTH LAUDERDALE
DEMOLITION AND CONSTRUCTION OF WATER STORAGE TANK
BID # 15-02-347
INDEX
SCOPE OF WORK
GENERAL CONDITIONS
INSURANCE REQUIREMENTS
PUBLIC ENTITY FORM
NON-COLLUSIVE AFFIDAVIT
SOW -1 thru SOW-2
GC - 1 thru GC - 6
IR - 1 thru IR –3
PEF-1 thru PEF-3
NCA -1 thru NCA-2
OFFERORS CERTIFICATION (INDIVIDUAL)
OC-1
OFFERORS CERTIFICATION (SOLE PROPRIETORSHIP)
OC-2
OFFERORS CERTIFICATION (PARTNERSHIP)
OC-3
OFFERORS CERTIFICATION (CORPORATION)
OC-4
OFFERORS CERTIFICATION (PARTNERSHIP)
OC-5
PROPOSAL
AGREEMENT
TECHNICAL SPECIFICATIONS
P-1
A-1 thru A-3
T-1 thru T-18
SITE MAP AND DRAWINGS
02/05/2015
v1
02/05/2015
v1
City of North Lauderdale
Demolition and Construction of Concrete Water Storage Tank
BID # 15-02-347
SCOPE OF WORK:
The City of North Lauderdale is seeking proposals from qualified firms, to provide
demolition of an existing two million gallon steel storage tank that is inclusive of labor,
materials and equipment in accordance with the terms, conditions, and specifications
contained in this Request for Bids. This is a time sensitive project and to be considered
contractors will be required to start construction within 30 days of award. Required work
shall include, but not limited to:
1.
2.
3.
4.
5.
Demolition of existing steel tank and concrete ring wall footer.
Demolition of the two (2) existing fuel storage tank foundations on the west side
of the existing 2 MG tank. New tank foundations and temporary relocation and
re-installation of fuel storage tanks shall be by the owner.
Prepare grade for new concrete tank.
Demolition of existing concrete pipe supports, as required.
Demolition of existing concrete pump pad on east side of existing 2MG tank.
This scope of work also includes the construction of a new two million gallon AWWA
D110 pre-stressed concrete storage tank. The qualified firms are to provide pricing
which is inclusive of all labor, materials and equipment in accordance with the terms,
conditions, and specifications contained in this Request for Bids. Required work shall
include, but not be limited to:
1.
2.
3.
4.
02/05/2015
Permanent rerouting of existing tank outlet piping as required to provide a
minimum 15’ access road during prestressed concrete tank construction. All
valves and piping shall be industry standard quality for water service and, at a
minimum, shall match the quality of the existing valves and piping. All piping is
to be ductile iron, class 250, restrained joint and shall have a cement lined interior
and a shop primed exterior. Valves to be replaced include:
 Replace (1) 16” flanged butterfly valve located on the outlet piping
of the existing 1.5 MG tank.
 (1) 16” flanged gate valve located on the outlet piping of the 2.0
MG Tank.
 (1) 8” MJ gate valve located on the below grade 2.0 MG Tank
drain.
 Cap or plug remaining existing piping at a minimum of 15’ beyond
tank wall.
Geotechnical investigation of tank site by independent testing laboratory.
Preparation of plans for review by Building Department. City to assist in the
timely coordination of plan review.
Construction of a 2,000,000-gallon AWWA D110 prestressed concrete storage
tank per the technical specifications.
SOW -1
v1
5.
Connection of all existing piping to new storage tank. Both the current exterior
overflow and inlet riser pipes shall be located inside the new storage tank and
fastened to the wall with (4) 316SS pipe brackets. All interior tank piping shall be
DIP.
Construction of new 24” diameter concrete pipe supports, as required. All new
pipe supports to match existing design.
A perimeter 4000 psi 4’-0” wide by 4” thick concrete walkway around the tank.
Upon completion of the tank, the tank shall be backfilled and disturbed areas
sodded to match existing grades. Rock filled areas between asphalt paving and
the tanks shall be restored to pre-construction conditions as required. Any
damaged asphalt shall be repaired to match existing asphalt paving.
Provide as-built drawings and details of new tank and piping.
6.
7.
8.
9.
Scope is also includes concrete flat work around the tank. The qualified firms are to provide
pricing which is inclusive of all labor, materials and equipment in accordance with the terms,
conditions, and specifications contained in this Request for Bids. Required work shall include,
but not be limited to:
1.
2.
3.
4.
The concrete will be 2,500 psi fiber mesh
Concrete be 4” thick.
Work area is depicted in the drawings and based on a square yard quantity.
Provide survey of all as-builted grades per City Engineer’s request.
I.
SPECIFICATIONS:
SEE TECHNICAL SPECIFICATIONS
II.
BID REQUIREMENTS:
III.
1.
References:
Provide a list of description of similar services satisfactorily performed within the
past ten (10) years. For each reference listed, provide the name and telephone
number of a representative for whom the service was undertaken who can verify
satisfactory performance.
2.
Proposal Copies:
Submit Three (3) copies of the proposal to the City of North Lauderdale, City
Clerks Office, 701 SW 71st Avenue, North Lauderdale, 33068, to the attention of
Patti Vancheri, City Clerk.
3.
Bonds
100% Performance and Payment Bond Required
BID SCHEDULE
02/05/2015
SOW -2
v1
Advertisement of RFP
Bid Due Date
Tentative Award by City Commission
02/05/2015
SOW -3
February 7, 2015
February 17, 2015
February 24, 2015
v1
GENERAL CONDITIONS
The following instructions are given for the purpose of guiding bidders in properly
preparing their bids or proposals. These directions have equal force and weight with the
specifications, and strict compliance is required with all the provisions.
QUALIFICATIONS OF BIDDERS - No proposal will be accepted from, nor will any
contract be awarded to, any person who is in arrears to the City of North Lauderdale,
upon any debt or contract, or who has defaulted, as surety or otherwise, upon any
obligations to the City, or who has deemed irresponsible or unreliable to the City.
PERSONAL INVESTIGATION - Bidders shall satisfy themselves by personal
investigation and by such other means as they may deem necessary or desirable, as to the
conditions affecting the proposed work and the cost. No information derived from maps,
plans, specifications, or from the Engineer, City Manager, or their assistants or any other
department of the City shall relieve the contractor from any risk or from fulfilling all
terms of the contract.
INCONSISTENCIES - Any seeming inconsistency between different provisions of the
plans, specifications, proposal or agreement, or any point requiring explanation must be
inquired into by the bidder, in writing, at least five (5) days prior to the time set for the
opening proposals. After proposals are opened, the bidders shall abide by the decision of
the City as to such interpretation.
ADDENDA AND INTERPRETATIONS - No interpretations of the meaning of the
plans, specifications or other contract documents will be made orally to any bidder.
Prospective bidders must request from the Public Works/Utilities Department such
interpretation in writing. To be considered, such request must be received at least five (5)
days prior to the date fixed for the opening of bids. Any and all interpretations and any
supplemental instructions will be in the form of a written addenda which, if issued, will
be posted on the City of North Lauderdale website www.nlauderdale.org, not later than
(3) days prior to the date fixed for the opening of bids. Failure of any bidder to receive
any such addenda or interpretation shall not relieve any bidder from any obligation under
his bid as submitted. All addenda so issued shall become a part of the contract document.
Contractor shall verify that he has all addenda before submitting his bid.
LEGAL CONDITIONS - Bidders are notified to familiarize themselves with the
provisions of the laws of the State of Florida relating to the hours of labor on municipal
work, and with the provisions of the laws of the State of Florida and the Charter and the
ordinances of the City of North Lauderdale.
FORMS OF PROPOSALS - Each bid and its accompanying statements must be made
on the blanks provided. The forms must be submitted in good order and with all the
02/05/2015
GC-1
v1
blanks filled in. The forms must be enclosed in a sealed envelope when submitted to the
Public Works/Utilities Department, City of North Lauderdale, Florida, 2nd Floor, City
Hall, and must show the name of the bidder and a statement as to its contents. The
proposal must be signed by one duly authorized to do so, and in case signed by a deputy
or subordinate, the principal's properly written authority to such deputy or subordinate
must accompany the proposal.
FILLING IN BIDS - All prices must be written in the proposal and also stated in the
figures, and all proposals must fully cover all items for which proposals are asked and no
other. Bidders are required to state the names and places of residence of all persons
interested, and if no other person is interested, the bidder shall state that the proposal is,
in all respects, fair and without collusion or fraud. Where more than one person is
interested, it is required that all persons interested or their legal representative make all
verification and subscribe to the proposal.
NON-COLLUSION - The bidder agrees that there has been no consorting with any
other firm or employees from any other firm who will be submitting a bid on the same
project.
CAUSES FOR REJECTION - No bid will be canvassed, considered or accepted which,
in the opinion of the City is informal or unbalanced, or contains inadequate or
unreasonable prices for any items; each item must carry its own proportion of the cost as
nearly as is practicable. Any alteration, erasure, interlineations, or failure to specify bids
for all items called for in the schedule shall render the proposal informal.
REJECTION OF BIDS - The City reserves the right to reject any bid if the evidence
submitted by the bidder, or if the investigation of such bidder, fails to satisfy the City that
such bidder is properly qualified to carry out the obligations and to complete the work
contemplated. Any or all proposals will be rejected, if there is reason to believe that
collusion exists among bidders. A proposal shall be considered irregular and may be
rejected, if it indicates serious omissions, alterations in form, additions not called for,
conditions or unauthorized alternates, or irregularities of any kind. The City reserves the
right to reject any or all proposals and to waive such technical errors as may be deemed
best for the interests of the City.
WITHDRAWALS - Any bidder may, without prejudice to himself, withdraw his
proposal at any time prior to the expiration of the time during which proposals may be
submitted. Such request for withdrawal must be in writing and signed in the same
manner and by the same person who signed the proposal. After the expiration of the
period for receiving proposals, no proposal can be withdrawn, modified, or explained.
TERM OF CONTRACT – Shall be 260 days from issuance of Notice to Proceed.
02/05/2015
GC-2
v1
CONTRACT - The bidder to whom award is made shall execute a written contract to do
the work and maintain the same good repair until final acceptance by the proper
authorities, and shall furnish good and sufficient bonds as specified within ten (10) days
after receiving such contract for execution. If the bidder to whom the first award is made
fails to enter into a contract as provided, the award may be annulled and the contract let
to the next higher bidder who is reliable and responsible in the opinion of the City. Such
bidder shall fulfill every stipulation as if it were the original party to whom award was
made. The contract shall provide that the Contractor agrees to correct any defective or
faulty work or material which may appear within one (1) year after completion of the
work and receipt of the final payment.
ENFORCEMENT OF SPECIFICATIONS - Copies of the specifications shall be
placed in the hands of all the assistants to the Director of Public Works/Utilities, who
shall enforce each and every requirement of the contract. Such assistants shall have no
authority to vary from such requirements.
COPIES OF SPECIFICATIONS - Copies of the specifications, details, and contract
are on file in the Public Works/Utilities Department of the City of North Lauderdale.
MEASUREMENT AND PAYMENT - Payments and charges shall be agreed upon the
City and Awarded Contractor.
SAFETY AND TRAFFIC CONTROL - It shall be the responsibility of the Contractor
to maintain proper traffic control and safety precautions including, but not limited to, the
use of barricades, flagman, and portable electric traffic control devices. No extra
payment shall be made for providing the necessary traffic control. Any questions
regarding the requirements for traffic control shall be referred to the Director of Public
Works/Utilities.
OWNER MAY STOP THE WORK - If the work performed by the contractor is
deficient, contrary to the bid documents or contract, or the CONTRACTOR fails to
perform work in such a way that the completed WORK will conform to the Contract
Documents, the OWNER may order the CONTRACTOR to stop the WORK, or any
portion thereof, until the cause for such order has been eliminated; however, the right of
the OWNER to stop the WORK shall not give rise to any duty on the part of the OWNER
to exercise this right for the benefit of the CONTRACTOR or any other party.
TERMINATION - The agreement described hereafter may be terminated by either party
upon 30 days with written notice to the other party.
CUSTOMER RELATIONS - The Contractor, all its employees and subcontractors
under the supervision and control of the Contractor shall at all times at a site, office, or
yard be required to conduct themselves in a professional and courteous manner and do all
02/05/2015
GC-3
v1
things necessary to insure good and harmonious customer relations. Continuous failure to
abide by this requirement shall constitute a basis for termination of this agreement.
APPLICATION FOR PROGRESS PAYMENT – Unless otherwise prescribed by law,
on the 25th of each month, the contractor shall submit to the City for review an
Application for Payment filled out and signed by the contractor covering the work
completed as of the date of the Application and accompanied by such supporting
documentation as is required by the Contract Documents. The Application for Payment
shall also be accompanied by a bill of sale, invoice or other documentation warranting
that that the owner has received the materials and equipment free and clear of all liens,
charges, security interest, and encumbrances (which are hereinafter in these General
Conditions referred to as “Liens”) and evidence that the materials and equipment are
covered by appropriate property insurance and other arrangements to protect the owner’s
interest therein, all of which will be satisfactory to the owner. From the amount thus
determined will be deducted the amount of all previous payments, and the remainder less
the retainage shall constitute the monthly payment due to the contractor. The amount
retainage with respect to progress payments will be ten percent (10%) of the total project
cost.
QUANTITIES – The City reserves the right to add or delete from the estimated
quantities listed in the proposal.
PERFORMANCE & PAYMENT BOND – The successful bidder shall furnish a bond
written by a Corporate Surety company, holding a Certificate of Authority form the
Secretary of the Treasury of the United States as acceptable sureties on federal bonds, in
an amount equal to the bid contract amount, executed and issued by a Resident Agent
licensed by, and having an office in, the State of Florida, representing such Corporate
Surety, conditioned for the due and faithful performance of the work, and providing in
addition to all other conditions, that if the CONTRACTOR, or his or its Surety will pay
the same in the amount not exceeding the sum provided in such bonds, together with
interest at the rate of 15% per annum, and that they shall indemnify and save harmless the
CITY of North Lauderdale to the extent of any and all payments in connection with
carrying out of the contract, which the CITY may be required to make under the law.
The CONTRACTOR is required at all times to have a valid surety bond in force covering
the work being performed. A failure to have such bond in force at any time shall
constitute a default on the part of the CONTRACTOR. A bond written by a surety,
which becomes disqualified to do business in the State of Florida, shall automatically
constitute a failure on the part of the CONTRACTOR to meet the above requirements.
TAX EXEMPTION – All bids must be submitted including all local, state and federal
taxes, if applicable.
02/05/2015
GC-4
v1
BID PRICES – All prices submitted must be firm through the completion of the project.
Any bids containing escalation clauses will be rejected upon bid opening. The City of
North Lauderdale will award payment at the conclusion of the work, and upon full
acceptance.
EXCUSABLE INCLEMENT WEATHER DELAYS
A. The Contract Time will be extended for as many calendar days in excess of the
average number of days of excusable inclement weather as defined in Paragraph
entitled, “Excusable Inclement Weather Delays”, as the CONTRACTOR is
specifically required under the provisions of the Technical Specifications to
suspend construction operations, or as many calendar days the CONTRACTOR is
prevented by excusable inclement weather, or conditions resulting immediately
there from, proceeding with at least 75 percent of the normal labor and equipment
force engaged on the WORK.
B. Excusable inclement weather is any weather condition, the duration of which
varies in excess of the average conditions expected, which is unusual for the
particular time and place where the WORK is to be performed, or which could not
have been reasonable anticipated by the CONTRACTOR, as determined from the
U.S. Weather Bureau records for the preceding 3-year period. No extensions of
Contract Time will be allowed for any inclement weather that could reasonably
have been predicted from such weather records.
C. Should the CONTRACTOR prepared to begin work at the regular starting time at
the beginning of any regular work shift on any day on which excusable inclement
weather, or the conditions resulting from the weather, or the condition of the
WORK prevents work from beginning at the usual staring time, and the crew is
dismissed as a result thereof, the CONTRACTOR will not be charged for a
working day whether or not conditions change thereafter during said day the major
portion of the day could be considered to be suitable for such construction
operations.
D. The CONTRACTOR shall base its construction schedule upon the inclusion of the
number of days of excusable inclement weather specified in Paragraph entitled
“Excusable Inclement Weather Delays” of the Supplementary General Conditions.
No extension of the Contract Time due to excusable inclement weather has been
reached. However, no reduction in Contract Time would be made if said number
of days of excusable inclement weather is not reached.
02/05/2015
GC-5
v1
PUBLIC RECORDS
The City of North Lauderdale is public agency subject to Chapter 119, Florida Statutes.
The Contractor will be required to comply with Florida’s Public Records Law. Any
resulting contract shall incorporate the following Public Records Provisions as required
by Section 119.0701, Florida Statutes.
The Contractor shall:
1.
Keep and maintain public records that ordinarily and necessarily would be
required by the City in order to perform the service;
2.
Provide the public with access to such public records on the same terms and
conditions that the City would provide the records and at a cost that does
not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided
by law;
3.
Ensure that public records that are exempt or that are confidential and
exempt from public record requirements are not disclosed except as
authorized by law; and
4.
Meet all requirements for retaining public records and transfer to the City,
at no cost, all public records in possession of the contractor upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt. All records stored electronically must
be provided to the city in a format that is compatible with the information
technology systems of the agency.
The failure of Contractor to comply with the provisions set forth in this Article shall
constitute a Default and Breach of this Agreement.
02/05/2015
GC-6
v1
INSURANCE REQUIREMENTS
The Contractor Shall:
I.
PUBLIC LIABILITY
Provide Owner's Contractor's Protective Insurance for the benefit of the City with
a combined single limit of one million dollars ($1,000,000), consistent with the
indemnification obligations described below.
II.
WORKER'S COMPENSATION
Provide Worker's Compensation and Employer's Liability Insurance for the benefit
of a contractor's work force.
III.
INDEMNITY
Protect, defend, indemnify and hold harmless the City of North Lauderdale, its
public officials, officers, employees and agents from and against any and all
lawsuits, penalties, damages, settlements, judgments, decrees, costs, charges and
other expenses or liabilities of every kind in connection with or arising directly out
of the work agreed to be performed herein. Without limiting the foregoing, any
and all such claims, suits, etc., relating to personal injury, death, damage to
property, defects in materials or workmanship, actual or alleged infringement of
any patent, trademark, copyright or of any other tangible personal property right,
or any actual or alleged violation of any applicable statute, ordinance,
administrative order, rule or regulation or decree of any court, is included in the
indemnity. The contractor further agrees to investigate, handle, respond to,
provide defense for, and defend any such claims, etc., at his sole expense and
agrees to bear all other costs and expenses related thereto, even if the claim(s) is
groundless, false or fraudulent.
In case of injury to persons, animals or property, real or personal, by reason of
failure to erect or maintain proper and necessary barricades, safeguards and signals
or by reason of any negligence of any contractor, subcontractor or any of the
contractor's agents, servants, or employees during the performance of the work
before the estimates have become due under this contract, the City may through its
officials, withhold such payments as long as it may deem necessary for the
indemnity of the City as Owner, provided that the failure to pay the same shall not
be construed or considered as a waiver of the indemnity as hereinabove set forth.
02/05/2015
IR-1
v1
GENERAL INDEMNIFICATION: The parties agree that one percent (1%) of the
total compensation paid to the Contractor for the Work under this Agreement shall
constitute specific consideration to the Contractor for the indemnification to be
provided under this Agreement. The Contractor shall indemnify, defend, save and
hold harmless the CITY and the CITY’s elected officials, public employees,
consultants and separate contractors, any of their subcontractors, subsubcontractors, agents and employees from and against claims, damages, losses
and expenses, including but not limited to attorneys’ fees, arising out of or
resulting from performance of Work. These indemnification obligations shall be
limited to claims, damages, losses or expenses (1) that are attributable to bodily
injury, sickness, disease or death, or to injury to or destruction of tangible property
(other than the Work itself) including loss of use resulting there from, and (2) to
the extent such claims, damages, losses or expenses are caused in whole or in part
by negligent acts or omissions of the contractors, anyone directly or caused
indirectly employed by either or anyone for whose acts either may be liable,
regardless of whether or not they are caused in part by a party indemnified
hereunder. Such obligations shall not be construed to negate, abridge or otherwise
reduce other rights or obligations of indemnity, which would otherwise exist as to
a party or person described in this Article.
IV.
AUTOMOBILE LIABILITY
Covering all owned hired and non-owned automobile equipment for the benefit of
the City with a combined single limit of $500,000.
V.
BUILDER'S RISK
If a structure is to be erected, the contractor must also provide Builder's Risk
Insurance for the full insurable value of the premises being constructed, and the
policy should be endorsed to the effect that the interests of the City are included as
a loss payee and that the carrier waives all rights of subrogation against the City.
VI.
CERTIFICATE OF INSURANCE
Before commencing performance of this contract, the contractor shall furnish the
City of North Lauderdale a duplicate policy of Certificate of Insurance for the
required insurance as specified above, which shall contain the following:
A.)
B.)
C.)
D.)
02/05/2015
Name of insurance carrier(s)
Effective and expiration dates of policies
Thirty (30) days written notice by the carrier of any cancellation or material
change in any policy
Duplicate Policy or Certificates of Insurance stating that the interests of the
City are included as additional insured, and specifying the
protection/location.
IR-2
v1
Such insurance shall apply despite any insurance, which the City may carry in its
own name.
VII.
SUBCONTRACTOR INSURANCE
Contractor shall require all of its subcontractors to provide the aforementioned
coverage that the contractor is required to maintain and any subcontractors shall be
the sole responsibility of the contractor.
02/05/2015
IR-3
v1
PUBLIC ENTITY CRIMES
Section 287.132-133(3)(a), Florida Statutes, effective July 1, 1989 require that no public
entity shall enter into a contract, award of bid, or transact business in excess of
$10,000.00 with any person or affiliate who has been convicted of a public entity crime.
Prior to entering into a sworn statement with the Purchasing Department on form 7088.
A copy of the form is reproduced below. This completed form must be on file prior to
the issuing of a Purchasing Order.
Bid #15-02-347
Sworn Statement under Section 287.133(3) (a),
Florida Statutes, on Public Entity Crimes
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICIER AUTHORIZED TO ADMINISTER OATHS.
1.
This sworn statement is submitted with Bid, Proposal, or Contact # __________
for________________________________________________________________
______________________________________________________________.
2.
This sworn statement is submitted by __________________________________
whose business address is __________________________________________
__________________________________________________________________
__________________________________________________________________
____________________________________________________________and (if
applicable) it’s Federal Employer Identification No. (FEIN) is
_______________________ (If the entity has no FEIN, include the Social
Security Number of the individual signing this sworn statement.
3.
My name is ___________________________________________________ and
my relationship to the entity named above is _____________________________
________________________________________________________________.
4.
I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g),
Florida Statutes, means a violation of any state or federal law by a person with
respect to and directly related to the transaction of business with any public entity
of with an agency or political subdivision of any other state or with the United
States, including but not limited to, any bid or contract for goods or services to be
provided to any public entity or an agency or political subdivision of any other
state or of the United States and involving antitrust, fraud, theft, bribery, collusion,
racketeering, conspiracy, or material misrepresentation.
02/05/2015
PEF - 1
v1
5.
I understand that “convicted or conviction” as defined in Paragraph 287.133(1)
(b), Florida Statutes, means a finding or fault or a conviction of a public entity
crime, with or without adjudication of guilt, in any federal or state trial court of
record relating to charges brought by indictment or information after July 1, 1989,
as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo
contendre.
6.
I understand that an “affiliate” as defined in Paragraph 287.133(1) (a). Florida
Statutes, means:
A.
A predecessor or successor of a person convicted of a public entity crime;
or
B.
An entity under the control of any natural person who is active in the
management of the entity and who has been convicted of a public entity
crime. The term “affiliate” includes those officers, directors, executives,
partners, shareholders, employees, members and agents who are active in
the management of an affiliate. The ownership by one person of shares
constituting a controlling interest in another person, or a pooling of
equipment or income among persons when not for fair market value under
an arm’s length agreement, shall be a prima facie case that one person
controls another person. A person who knowingly enters into a joint
venture with a person who has been convicted of a public entity crime in
Florida during the preceding 36 months shall be considered an affiliate.
7.
I understand that a “person” as defined in Paragraph 287.133(1) (e), Florida
Statutes, means any natural person or entity organized under the laws of the state
or of the United States with the legal power to enter into a binding contract and
which bids or applies to bid on contracts for the provision of goods or services let
by a public entity, or which otherwise transacts or applies to transact business with
a public entity. The term “person” includes those officers, directors, executives,
partners, shareholders, employees, members, and agents who are active in
management of an entity.
8.
Based on information and belief, the statement which I have marked below is true
in relation to the entity submitting this sworn statement. (Please indicate which
statement applies.)
___
Neither the entity submitting this sworn statement, nor any officers, directors,
executives, partners, shareholders, employees, members, or agents who are active
in management of the entity, nor the affiliate of the entity have been charged with
and convicted of a public entity crime subsequent to July 1, 1989.
02/05/2015
PEF - 2
v1
___
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents who
are active in management of the entity, have been charged with and convicted of a
public entity crime subsequent to July 1, 1989, AND (Please indicate which
additional statement applies.)
___
There has been a proceeding concerning the conviction before a hearing officer of
the State of Florida, Division of Administration Hearings. The final order entered
by the hearing officer did not place the person or affiliate on the convicted vendor
list. (Please attach a copy of the Final Order.)
___
The person of affiliate was placed on the convicted vendor list. There has been a
subsequent proceeding before a hearing officer of the State of Florida, Division of
Administration Hearings. The final order entered by the hearing officer
determined that it was in the public interest to remove the person or affiliate form
the convicted vendor list. (Please attach a copy of the Final Order.)
___
The person or affiliate has not been placed on the convicted vendor list. (Please
describe any action taken by or pending with the Department of General Services.)
________________________________
Signature
DATE:___________________________
State of _________________________________
County of _______________________________
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
___________________________________, who after first being sworn by me, affixed
his/her signature in the space provided above on this _______ day of
_______________________, ________.
________________________________
Notary Public
My Commission Expires:
02/05/2015
PEF - 3
v1
NON-COLLUSIVE AFFIDAVIT
State of ____________________)
)ss.
County of ____________________)
_________________________________________________being
deposes and says that:
(1)
first
duly
sworn
He/she is the ________________________________________________,
(Owner, Partner, Officer, Representative or Agent) of
____________________________________________ The Bidder that
submitted the attached Bid;
has
(2)
He/she 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 affiant, 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
Work for which the attached Bid has been submitted; or to refrain from bidding in
connection with such Work; 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 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 (Recipient), or any
person interested in the proposed Work;
(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 agent’s representatives, owners, employees or
parties in interest, including this affiant.
Signed, sealed and delivered in the presence of:
______________________________
______________________________
BY: ________________________
__________________________
(Printed Name)
________________________
(Title)
02/05/2015
NCA - 1
v1
ACKNOWLEDGMENT
State of Florida
County of _______________
On this the ______ day of ___________________, ______, before me, the undersigned
Notary
Public
of
the
State
of
Florida,
personally
appeared
___________________________________________ and whose name(s) is/are
(Name(s) of individual(s) who appeared before notary). Subscribed to the within
instrument, and he/she/they acknowledge that he/she/they executed it.
Witness my hand and official seal
___________________________________
NOTARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
___________________________________
(Name of Notary Public: Print Stamp, or type
as Commissioned)
[ ] Personally known to me, or
[ ] Produced identification:
_______________________
(Type of identification)
[ ] DID take oath, or [ ] DID NOT take oath
_____________________________________________
OPTIONAL INFORMATION:
Type of Document: _________ Number of Pages: ___
Number of Signatures Notarized________
02/05/2015
NCA - 2
v1
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS AN INDIVIDUAL
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
______ day of __________________, ______.
By: ________________________
Signature of Individual
_________________________
Witness
___________________________
Printed Name of Individual
_________________________
Witness
___________________________
Business Address
___________________________
City/State/Zip
___________________________
Business Phone Number
State of Florida
County of _______________
On this the ______ day of ___________________, ________, before me, the
undersigned Notary Public of the State of Florida, personally appeared
___________________________________________ and whose name(s) is/are
(Name(s) of individual(s) who appeared before notary)
Subscribed to the within instrument, and he/she/they acknowledge that he/she/they
executed it.
Witness my hand and official seal
___________________________________
NOTARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
___________________________________
(Name of Notary Public: Print Stamp, or type
as Commissioned)
[] Personally known to me, or
[] Produced identification:
_______________________
(Type of identification)
[] DID take oath, or [] DID NOT take oath
_____________________________________________
OPTIONAL INFORMATION:
Type of Document: _________ Number of Pages: ___ Number of Signatures ___
Notarized________
02/05/2015
OC -1
v1
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A
FICTITIOUS NAME
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
______ day of __________________, ______.
___________________________Printed
Name of Firm
By: ________________________
Signature of Owner
___________________________
Printed Name of Individual
___________________________
Business Address
___________________________
City/State/Zip
___________________________
Business Phone Number
_________________________
Witness
_________________________
Witness
State of Florida
County of _______________
On this the ______ day of ___________________, ________, before me, the
undersigned Notary Public of the State of Florida, personally appeared
___________________________________________ and whose name(s) is/are
(Name(s) of individual(s) who appeared before notary)
Subscribed to the within instrument, and he/she/they acknowledge that he/she/they
executed it.
Witness my hand and official seal
___________________________________
NOTARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
___________________________________
(Name of Notary Public: Print Stamp, or type
As Commissioned)
[] Personally known to me, or
[] Produced identification:
_______________________
(Type of identification)
[] DID take oath, or [] DID NOT take oath
_____________________________________________
OPTIONAL INFORMATION:
Type of Document: _________ Number of Pages: ___ Number of Signatures ___
Notarized________
02/05/2015
OC -2
v1
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A PARTNERSHIP
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
______ day of __________________, ______.
___________________________
Printed Name of Partnership
By: ________________________
Signature of General or
Managing Partner
_________________________
___________________________
Witness
Printed Name of Partner
_________________________
___________________________
Witness
Business Address
___________________________
City/State/Zip
___________________________
Business Phone Number
___________________________
State of Registration
State of Florida
County of _______________
On this the ______ day of ___________________, ________, before me, the
undersigned Notary Public of the State of Florida, personally appeared
___________________________________________ and whose name(s) is/are
(Name(s) of individual(s) who appeared before notary)
Subscribed to the within instrument, and he/she/they acknowledge that he/she/they
executed it.
Witness my hand and official seal
___________________________________
NOTARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
___________________________________
(Name of Notary Public: Print Stamp, or type
As Commissioned)
[] Personally known to me, or
[] Produced identification:
_______________________
(Type of identification)
[] DID take oath, or [] DID NOT take oath
_____________________________________________
OPTIONAL INFORMATION:
Type of Document: _________ Number of Pages: ___ Number of Signatures ___
Notarized________
02/05/2015
OC -3
v1
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A CORPORATION
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
______ day of __________________, ______. ___________________________
Printed Name of Corporation
___________________________
Printed State of Incorporation
By: ________________________
Signature of President or
other authorized officer
(CORPORATE SEAL)
___________________________
Printed Name of President or
other authorized officer
ATTEST:
___________________________
By__________________
Address of Corporation
Secretary
___________________________
City/State/Zip
___________________________
Business Phone Number
State of Florida
County of _______________
On this the ______ day of ___________________, ________, before me, the
undersigned Notary Public of the State of Florida, personally appeared
___________________________________________ and whose name(s) is/are
(Name(s) of individual(s) who appeared before notary)
Subscribed to the within instrument, and he/she/they acknowledge that he/she/they
executed it.
Witness my hand and official seal
___________________________________
NOTARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
___________________________________
(Name of Notary Public: Print Stamp, or type
As Commissioned)
[] Personally known to me, or
[] Produced identification:
_______________________
(Type of identification)
[] DID take oath, or [] DID NOT take oath
_____________________________________________
OPTIONAL INFORMATION:
Type of Document: __Number of Pages: ___ Number of Signatures__Notarized____
02/05/2015
OC -4
v1
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A JOINT VENTURE
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
______ day of __________________, ______.
___________________________
Printed Name of Joint Venture
By: ________________________
Signature of member of Joint
Venture
___________________________
Business Address
___________________________
City/State/Zip
___________________________
Business Phone Number
State of Florida
County of _______________
On this the ______ day of ___________________, ________, before me, the
undersigned Notary Public of the State of Florida, personally appeared
___________________________________________ and whose name(s) is/are
(Name(s) of individual(s) who appeared before notary)
Subscribed to the within instrument, and he/she/they acknowledge that he/she/they
executed it.
Witness my hand and official seal______________________________________
NOTARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
___________________________________
(Name of Notary Public: Print Stamp, or type
As Commissioned)
[] Personally known to me, or
[] Produced identification:
_______________________
(Type of identification)
[] DID take oath, or [] DID NOT take oath
_____________________________________________
OPTIONAL INFORMATION:
Type of Document: _________ Number of Pages: ___ Number of Signatures ___
Notarized________
02/05/2015
OC -5
v1
PROPOSAL FORM
Demolition and Construction of Concrete Water Storage Tank Rehabilitation Bid
#15-02-347
Line Item 1.
Demolition of Existing 2.0 Million Gallon Steel tank.
$_______________________________
Line Item 2.
Construction of New 2.0 Million Gallon Concrete Tank. Price to Include all new piping,
rerouting of piping and connection to existing pipes.
$________________________________
Line Item 3.
Installation of approximately 2,000 SY of 4” 2,500 psi concrete flatwork, City to prepare
areas at subgrade. Contractor to provide all labor, materials, concrete and finishing.
$________________________________
TOTAL BASE BID $__________________________________________________
Name of Bidder________________________________________________________
02/05/2015
P-1
v1
AGREEMENT
This AGREEMENT, made this ____ day of ___________, _____, by and between the
City of North Lauderdale, acting herein through its City Manager, hereinafter called
"OWNER"
and
______________________,
doing
business
as
a
_____________________, located in the City of ____________________, County of
___________________, and the State of _____________, hereinafter called
"CONTRACTOR".
WITNESSETH, that the parties hereto do mutually agree as follows:
ARTICLE I
That for, and in consideration of, the payments and agreements hereinafter mentioned,
to be made and performed by the OWNER, the CONTRACTOR hereby agrees with
the OWNER to commence and complete the work described as follows: Resurface
City Hall and Water Plant Parking Lots as stated in the specifications for this bid. All
of the terms, conditions, and provisions of the Request for Bid # 15-02-347 are
incorporated herein by reference and made a specific part hereof.
ARTICLE II
In accordance with the Request for Bids the Contractor shall furnish at his own
expense all labor, vehicles, materials, tools and equipment needed to perform the
services required by this Agreement and the Request for Proposals.
The CONTRACTOR further agrees that the "prices as quoted in the Request for
Bids shall remain constant for the duration of this Agreement.
ARTICLE III
The 260 day term of this Agreement shall be from time of Notice to Proceed
issued by the City.
2/05/15
A-1
v1
ARTICLE IV
If it is determined that it is in the best interest of either party of the Agreement to
terminate this Agreement prior to the expiration date, for any cause, a thirty (30)
calendar day written notice shall be given by the party wishing to terminate this
Agreement.
ARTICLE V
Contractor agrees to indemnify and save Owner its public officials, agents,
servants and employees harmless from and against any and all claims arising out
of or in any way connected with the willful misconduct or negligence of the
contractor, or its employees and to carry at its own expense policies of insurance
described in Bid # 15-02-347 to protect the Owner and its interests from such
actions of the contractor or sub-contractors. Contractor further agrees to
reimburse Owner for any and all court costs and other expenses, including
reasonable attorney's fees incurred by owner in defending any action, at both the
trial and appellate levels, including paralegal expenses associated therewith,
brought against Owner for injury or damage claimed to have been suffered as a
result of or in any way connected with contractor's willful misconduct or
negligence or that of its employees.
2/05/15
A-2
v1
AGREEMENT:
IN WITNESS WHEREOF, the parties to these presents have executed this contract in
three (3) counterparts, each of which shall be deemed an original, in the Year and Day
first mentioned above.
ATTEST:
______________________
____________________
Patricia Vancheri, CMC
Ambreen Bhatty, City Manager
(SEAL)
______________________
WITNESS
______________________
__________________________
WITNESS
CONTRACTOR
ADDRESS:
_________________________
_________________________
_________________________
_________________________
PHONE NUMBER
APPROVED AS TO FORM:
______________________
Samuel Goren, Esq.
City Attorney
2/05/15
A-3
v1
TECHNICAL SPECIFICATIONS SECTION 13200
PRESTRESSED CONCRETE STORAGE TANK
Section 13200 – Prestressed Concrete Storage Tank
The following sections within this document may appear shaded and may be changed or modified
as necessary:












2/05/15
The Heading and Footer
1.2
Related Sections (A thru D)
1.3
References (FF)
1.4
Submittals (J)
1.5B Prequalification (2f)
1.7B Design Criteria (1 thru 9)
2.2
Concrete (F) Table
2.3
Shotcrete (G) Table
2.10
Tank Accessories (A thru G)
2.11
Coatings (A)
3.2H Coatings (1 thru 2)
3.4
Cleaning and Disinfection (B)
T-1
v1
SECTION 13200
PRESTRESSED CONCRETE STORAGE TANK
PART 1 GENERAL
1.1
SECTION INCLUDES
A. This section specifies the design and construction of an AWWA D110 Type II, wirewound prestressed concrete storage tank with galvanized steel diaphragm complete
including all reinforcing, concrete work, accessories, disinfection and testing directly
related to the tank.
B. The tank contractor is responsible for furnishing all labor, materials, tools and equipment
necessary to design and construct the prestressed concrete storage tank as indicated on
the drawings and as described in this specification.
1.2
RELATED SECTIONS
1.3
REFERENCES
A. ACI 117-10 – Specification for Tolerances for Concrete Construction and Materials
B. ACI 301/301M-10 – Specifications for Structural Concrete for Buildings
C. ACI 305R-10 – Guide to Hot Weather Concreting
D. ACI 306R-10 – Guide to Cold Weather Concreting
E. ACI 347R-04 – Guide to Formwork for Concrete
F. ACI 350/350R-06 – Code Requirements for Environmental Engineering Concrete
Structures and Commentary
G. ACI 350.3-06 – Seismic Design of Liquid-Containing Concrete Structures and
Commentary
H. ACI 372R-03 – Design and Construction of Circular Wire- and Strand-Wrapped
Prestressed Concrete Structures
I.
ACI 506R-05 – Guide to Shotcrete
J. ACI 506.2-95 – Specification for Materials, Proportioning, and Application of Shotcrete
K. ACI SP4 – Formwork for Concrete
L. ANSI/AWWA C652-11 – Disinfection of Water Storage Facilities
2/05/15
T-2
v1
M. ANSI/AWWA D110-04 – Wire- and Strand-Wound, Circular, Prestressed Concrete
Water Tanks
N. ASCE Standard 7-10 – Minimum Design Loads for Buildings and Other Structures
O. ASTM A416/A416M-12a – Standard Specification for Steel Strand, Uncoated SevenWire for Prestressed Concrete
P. ASTM A615/A615M-12 – Standard Specification for Deformed and Plain Carbon-Steel
Bars for Concrete Reinforcement
Q. ASTM A653/653M-11 – Standard Specification for Steel Sheet, Zinc Coated
(Galvanized) or Zinc Iron Alloy Coated (Galvannealed) by Hot Dip Process.
R. ASTM A821/A821M-10 – Standard Specification for Steel Wire, Hard Drawn for
Prestressing Concrete Tanks
S. ASTM A882/A882M-04(2010) – Standard Specification for Filled Epoxy-Coated SevenWire Prestressing Strand
T. ASTM A884/A884M-12 – Standard Specification for Epoxy Coated Steel Wire and
Welded Wire Reinforcement
U. ASTM A1064/A1064M-12 – Standard Specification for Carbon Steel Wire and Welded
Wire Reinforcement, Plain and Deformed, for Concrete
V. ASTM C31/C31M-12 – Standard Practice for Making and Curing Concrete Test
Specimens in the Field
W. ASTM C33/C33M-13 – Standard Specification for Concrete Aggregates
X. ASTM C39/C39M-12a – Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
Y. ASTM C143/C143M-12 – Standard Test Method for Slump of Hydraulic-Cement
Z. ASTM C172/C172M-10 – Standard Practice for Sampling Freshly Mixed Concrete
AA. ASTM C231/C231M-10 – Standard Test Method for Air Content of Freshly Mixed
Concrete by the Pressure Method
BB. ASTM C881/C881M-10 – Standard Specification for Epoxy-Resin-Base Bonding
Systems for Concrete
CC. ASTM D1056-07 – Standard Specification for Flexible Cellular Materials-Sponge or
Expanded Rubber
2/05/15
T-3
v1
DD. ASTM F593-13 – Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and
Studs
EE. "Earthquake Induced Sloshing in Tanks with Insufficient Freeboard" by P.K. Malhotra,
Structural Engineering International, IASBSE, 3/2006 pp 222-225
1.4
SUBMITTALS
A. Prequalification Data: Provide prequalification data prior to the bid in accordance with
Section 1.5 B. of this specification.
B. Shop Drawings: Provide shop drawings with a minimum size of 18" x 24" with a
complete plan, elevation, and sectional views showing critical dimensions as follows:
1. Size, location and number of all reinforcing bars.
2. Thickness of all parts of the tank structure including floor, core wall, dome, and
covercoat.
3. Prestressing schedule including number and placement of prestressing wires on the
tank wall and total applied force per foot of wall height.
4. Location and details of all accessories required.
C. Concrete Data: Submit concrete design mixes including ingredient proportions,
minimum cementitious content, and water/cementitious ratio in accordance with Section
2.2 and 2.3 of this specification.
D. Design Data: Submit structural calculations for the tank, signed and sealed by a
professional engineer in accordance with Section 1.5 A.3 of this specification.
E. Coating Data: Submit color charts for review by the engineer and owner. Once a tank
color is chosen, submit actual drawdown samples for final approval prior to application
of coating. All pipe coating systems must also be submitted.
F. Test Reports: Submit concrete strength reports for 7-day and 28-day breaks taken in
accordance with the requirements of Section 3.3 A.1.
G. Warranty Document: Submit warranty document in Owner's name in accordance with
Section 1.6 A. of this specification.
H. Cleaning and Disinfection Plan: Submit a cleaning and disinfection plan which complies
with Section 3.4 of this specification.
I.
Project Record Documents: Record actual location layout and final configuration of tank
and accessories on shop drawings and submit to engineer after construction of the tank is
complete.
J. Geotechnical Data: Submit of a soils report by an independent geotechnical testing
organization in accordance with Section 1.7.A of this specification.
2/05/15
T-4
v1
K. Piping Data: Submit piping data as well as piping modification layout. Submittal shall
include flange and valve locations as well as detailing of CIP pipe supports.
1.5
QUALITY ASSURANCE
A. Qualifications and Experience:
1. Tank Construction Company: Shall be a firm with ten years of experience in the
design and construction of ANSI/AWWA D110 Type II wire-wound, circular
prestressed concrete tanks with satisfactory evidence that it has the skill, reliability,
and financial stability to build and guarantee the tank in accordance with the quality
required by these specifications. The company constructing the tank shall have built
completely in its own name in the past five years, and be presently responsible for, a
minimum of twenty (20) dome-covered prestressed concrete tanks of equal or greater
size than that required for this project which meet these specifications and are now
providing satisfactory service.
2. Construction: The entire tank, including all portions of the floor, wall, and roof shall
be built by the tank construction company, using its own trained personnel and
equipment.
3. Design: All design work for the tank shall be performed by a professional engineer
with no less than five years of experience in the design and construction of
ANSI/AWWA D110 Type II wire-wound, circular prestressed concrete tanks. The
professional engineer shall be a full-time staff member of the tank construction
company and shall be licensed to work in the state where the project is located.
4. The diaphragm design and epoxy injection procedure shall have been used in the
twenty tanks required in Section 1.5 A.1 of this specification.
B. Prequalification:
1. All tank construction companies must be prequalified and meet the criteria stated in
Section 1.5 A.1 of this specification to be considered an acceptable tank builder.
2. A complete prequalification package shall be submitted to the Engineer for
consideration 14 days prior to the date set for receipt of bids. The prequalification
submittal shall include the following items:
a. Complete construction drawings showing the principal sizes, thicknesses,
reinforcing size, and spacing for all structural members including: floor, wall,
dome shell, and dome edge.
b. Complete details of other structural appurtenances as required by the project
drawings showing principal sizes, thickness, and reinforcing sizes and spacing.
c. Complete design calculations which address applicable loads provided in Section
1.7 B. of this specification.
d. Complete experience record for the tanks used to meet the experience
requirement of Section 1.5 A. of this specification that have been designed and
built in the tank construction company’s own name. The record shall include the
size of the tank, name, address and telephone number of the Owner, the year of
construction and the name and telephone number of the Engineer for the project.
e. Construction schedule which details the duration for tank construction.
2/05/15
T-5
v1
3. The following are preapproved as acceptable tank construction companies:
a. The Crom Corporation, Gainesville, Florida.
b. Precon, Newberry, Florida
1.6
WARRANTY
A. Provide a warranty document for workmanship and materials on the complete structural
portion of the tank for a five-year period from the date of acceptance of the work. In case
leakage or other defects appear within the five-year period, the tank construction
company shall promptly repair the tank at its own expense upon written notice by the
Owner that such defects have been found. Leakage is defined as a stream flow of liquid
appearing on the exterior of the tank, the source of which is from the inside of the tank.
The tank construction company shall not be responsible for, nor liable for, any subsurface
condition. This warranty shall not apply to any accessory, equipment or product that is
not a structural part of the tank and is manufactured by a company other than the tank
construction company.
1.7
DESIGN CRITERIA
A. A geotechnical report shall be supplied by the tank manufacturer to confirm acceptable
existing soils. The report shall be furnished by an independent testing laboratory and
shall be completed in accordance with ACI 372R Appendix A.
B. The design shall be in conformance with applicable portions of American Concrete
Institute (ACI) 372R Design and Construction of Circular Wire- and Strand-Wrapped
Prestressed Concrete Structures, ANSI/AWWA D110 Wire- and Strand-Wound,
Circular, Prestressed Concrete Water Tanks, and currently accepted engineering
principles and practices for the design of such structures.
C. The following loadings shall be utilized in the design:
1. Capacity: 2,000,000 Gallons
2. Dimensions: 112’-0” Inside Diameter
31’-0” Water Depth
3. Fluid Loads: Shall be the weight of all liquid when the reservoir is filled to capacity.
The unit weight of the liquid material shall be 62.4 lbs/ft3.
4. Roof Live Loads: Consideration shall be given to all applicable roof design loads in
accordance with ANSI/AWWA D110, Section 3.3 and ASCE 7. The minimum roof
live load for the structure shall be 12 psf.
5. Dead Loads: Consideration shall be given to all permanent imposed loads including
concrete and steel.
6. Seismic Loads:
a. Seismic forces and moments resulting from water sloshing and seismic
accelerations of the tank dome, wall, and water loads shall be calculated in
accordance with ACI 350.3 or ANSI/AWWA D110.
b. If sufficient freeboard height is not provided to prevent uplift forces due to
sloshing, the impulsive participation shall be increased due to the constrained
motion of liquid, and the tank roof and its connection shall be designed to resist
2/05/15
T-6
v1
the uplift forces in accordance with P.K. Malhotra's "Earthquake Induced
Sloshing in Tanks with Insufficient Freeboard".
7. Soil Pressure: Earth loads shall be determined by rational methods of soil mechanics.
Soil pressure shall not be used in the design of the core wall to counteract hydraulic
loads or provide residual compression in the wall.
8. Differential Backfill Loads: Forces from differential backfill loads shall be
considered in the design and shall be based on the at-rest coefficient. Passive
resistance shall not be used to resist differential backfill loads.
9. Wind Loads: Wind loads shall be considered in the design in accordance with ASCE
7.
D. Floor: The design of the floor for the prestressed concrete tank shall conform to the
following:
1. Concrete membrane floors shall be a minimum of 4 in. thick and have a minimum
thickness of 8 in. of concrete over all pipe encasements and around sumps.
2. A minimum percentage of 0.60% reinforcing steel shall be used in the membrane
floor. The minimum percentage shall apply to all thickened sections and shall extend
a minimum of 2 ft into the adjacent membrane floor.
E. Core wall:
1. The wire-wound, prestressed concrete tank core wall shall be designed as a thin shell
cylindrical element using shotcrete and an embedded, mechanically bonded,
galvanized steel shell diaphragm.
2. The design of the core wall shall take into account appropriate edge restraint. To
compensate for bending moments, shrinkage, differential drying, and temperature
stresses, the following minimum reinforcing steel shall be incorporated into the
design:
a. The top 2 ft of core wall shall have not less than 1% circumferential reinforcing.
b. The bottom 3 ft of core wall shall have not less than 1% circumferential
reinforcing.
c. Inside Face:
(1) The inside face of the core wall shall utilize the diaphragm as effective
reinforcing.
(2) Additional vertical and horizontal reinforcing steel bars shall be used as
required by design computations.
d. Outside Face:
(1) Vertical reinforcing steel in the outside face of the core wall shall be:
minimum of #4 bars at 12 in. center to center.
(2) Additional vertical and horizontal reinforcing steel bars shall be used as
required by design computations.
3. The minimum core wall thickness shall be 3½ in.
4. Reinforcing steel used in the core wall shall be designed using a maximum allowable
design tensile stress, fs, of 18,000 psi.
5. Allowable compressive stress in the core wall due to initial prestressing force, f gi,
shall be:
2/05/15
T-7
v1
a. 1250 psi + 75t psi/in. with 0.5 f'gi maximum or less (where f'gi is defined as
compressive strength at time initial prestressing force is applied and t is the
thickness of the core wall in inches).
b. Maximum of 2250 psi.
6. Allowable compressive stress in the core wall due to final prestressing force, f g, shall
be:
a. 1250 psi + 75t psi/in. with 0.45 f'g maximum (where f'g is defined as compressive
strength required for final prestressing force and t is the thickness of the core wall
in inches).
b. Maximum of 2025 psi.
F. Dome:
1. The dome roof shall be constructed of reinforced concrete and shall be
circumferentially prestressed.
2. Dome shell reinforcement shall consist of reinforcing bars or welded wire fabric, not
galvanized. Bolsters for wire fabric and reinforcing bars shall be plastic. Wire ties
shall be galvanized.
3. The dome ring girder shall be prestressed with sufficient wire to withstand the dome
dead load and design live loads. The ring girder shall have cross section suitable to
accept the applied prestressing forces.
4. The high water level in the tank shall be permitted to encroach on the dome shell no
higher than the upper horizontal plane of the dome ring girder.
5. Overflow outlets or the overflow pipe shall be capable of providing an overflow open
area three times the area of the largest influent pipe.
6. Overflow outlets plus the dome ventilator shall be capable of providing an open area
three times the area of the largest pipe.
7. The dome shall be designed as a free-span, spherical thin shell with one-tenth rise in
accordance with the following:
a. Typical Dome Design: The typical dome thickness and steel reinforcement shall
meet the requirements of ANSI/AWWA D110.
b. In all cases, the thickness of the dome shall be no less than 3 in.
c. Dome Edge Design: The dome edge and upper wall shall be designed to resist
the moments, thrusts, and shears that occur in this region due to dome and wall
prestressing and loading conditions. The design of the edge region shall conform
to the following:
(1) Dome Edge Thickness:
(a) A determination of the buckle diameter shall be made, as defined by:
d b  2.5  rd  t d rounded up to the next foot
Where:
2/05/15
d b = buckle diameter in feet
rd = dome radius in feet
t d = typical dome thickness in feet
T-8
v1
(b) Dome edge thickening shall begin at a radial location on the dome,
defined as s2 which is at least one buckle diameter away from the tank
wall.
(c) A springline haunch shall be provided, which extends radially from the
inside face of the tank wall to radial location s1 which is defined as:
s1  0.6  1.5  rd  t d rounded up to the next foot
Where:
s1 = distance from inside face of wall to haunch in feet
s2 = distance from inside face of wall to typical dome
thickness in feet.
This springline haunch shall begin at the inside face of the tank wall with a
springline thickness as required by paragraph (f) below and shall end at
radial location s1 with the following thickness:
Where:
t d 1  1.33  t d
t d 1 = minimum thickness at s1 in feet
t d = typical dome thickness in feet at one buckle diameter from
tank wall
(d) Beginning at s1 and continuing to s2 the dome shell shall have a
uniform straight line taper.
(e) Parameters (b), (c), and (d) above are not required for domes where the
calculated typical dome thickness is less than 75% of the actual typical
dome thickness.
(f) Sufficient concrete thickness at the springline of the dome shall be
provided so that no more than 2 ft of the springline haunch is considered
in calculating the effective dome edge ring cross sectional area.
Compressive stress in this area shall not exceed 1000 psi when subjected
to initial prestressing, offset by dead load only.
(2) Dome Edge Steel Reinforcement:
(a) Throughout the dome edge, the percentage of steel reinforcement, both
radially and circumferentially, shall be no less than 0.25% of the gross
cross sectional area of concrete.
(b) Along the dome edge, steel reinforcement shall be distributed between
the upper and lower layers unless finite element analysis calculations
indicate that tensile stress does not exist in the concrete along the bottom
face of the dome edge. In that case, only top bars are required radially
and circumferentially. In addition, radial and circumferential reinforcing
bars will not be required along the bottom face of the dome edge where
the calculated typical dome thickness is less than 75% of the actual
typical dome thickness.
2/05/15
T-9
v1
(c) Where reinforcing bars are required in the bottom layer, they shall be
placed near the tank wall to insure adequate development at the
intersection between dome and wall.
(d) In all cases, the percentage of circumferential steel reinforcement in the
effective dome ring shall be no less than one percent of the gross cross
sectional area of concrete. The effective dome ring is defined as ¼ of the
haunch length not to exceed 2 ft.
(e) Where bottom dome edge steel reinforcement is required, vertical steel
reinforcement along the inside face of the tank wall shall be no less than
0.5% of the cross sectional area of wall shotcrete.
G. Prestressing:
1. Circumferential prestressing of the tank shall be achieved by the application of colddrawn, high-carbon steel wire placed under high tension.
2. A substantial allowance shall be made for prestressing losses due to shrinkage and
plastic flow in the shotcrete and due to relaxation in the prestressing steel.
3. The prestressing design shall conform to the following minimum requirements:
a. Working stress for the tank wall, fs, shall be a maximum of 115,000 psi.
b. Working stress for the dome ring, fsd, shall be a maximum of 120,000 psi.
c. The allowable design tensile stress in the prestressing wire before losses, fsi shall
be 145,600 psi or no greater than 0.63 fu, where fu is defined as the ultimate
strength of the wire.
d. Areas to be prestressed will contain no fewer than 10 wires per foot of wall for 8
gauge and 8 wires per foot of wall for 6 gauge.
e. A maximum of 24 wires per layer per foot for 8 gauge and 20 wires per layer per
foot for 6 gauge will be allowed.
H. Wall Openings:
1. When it is necessary for a pipe to pass through the tank wall, the invert of such pipe
or sleeve shall be no less than 18 in. above the floor slab. The prestressing wires
required at the pipe elevation shall be distributed into circumferential bands
immediately above and below the opening to maintain the required prestressing force
while leaving an unbanded strip around the entire tank.
2. Unbanded strips shall have a vertical dimension of no more than 36 in. unless an axisymmetric shell analysis is performed to account for compressive forces plus shear
and moments caused by displacement of the prestressing wires into adjacent bands.
PART 2 PRODUCTS
2.1
PERFORMANCE
A. Performance of the materials used in the tank construction shall conform to the minimum
requirements of this specification.
B. Substitutions to the materials in this specification may only be made if submitted in
writing and approved by the engineer.
2/05/15
T-10
v1
C. Independent laboratory material testing shall be supplied by the tank manufacturer for all
concrete work. A minimum of 5 samples shall be tested for every 50 yards or work
completed with a minimum of one test per day. One (1) sample shall be tested at seven
(7) days, two at twenty eight (28) days and two (2) samples shall be held for testing at a
later date if required.
2.2
CONCRETE
A. Concrete shall conform to ACI 301/301M.
B. All concrete shall utilize Type I/II Portland cement.
C. A maximum of 25% of cementitious material may be fly ash.
D. Admixtures other than air-entraining and water reducing admixtures will not be permitted
unless approved by the engineer.
E. Coarse and fine aggregate shall meet the requirements of ASTM C33/C33M.
F. Concrete mixes used in the construction of the tank shall conform to the following:
2.3
Mix
Compressive
Strength
(psi)
Floor
Dome
4000
4000
Minimum
Cement
Content
(lbs)
560
600
Maximum
Aggregate
Size
(in)
Maximum
W/C
Ratio
¾
⅜
0.45
0.45
Air
Content
(%)
Slump
(in)
4"+/-1"
4"+/-1"
SHOTCRETE
A. Shotcrete shall conform to the requirements of ACI 506.2 except as modified herein.
B. All shotcrete mixes shall utilize Type I/II cement.
C. A maximum of 25% of cementitious material may be fly ash.
D. All shotcrete in contact with diaphragm or prestressing wire shall be proportioned to
consist of not more than three parts sand to one part Portland cement by weight. All
other shotcrete shall be proportioned to consist of not more than four parts sand to one
part Portland cement by weight.
E. Admixtures will not contain more than trace amounts of chlorides, fluorides, sulfides or
nitrates.
2/05/15
T-11
v1
F. Fine aggregate shall meet the requirements of ASTM C33/C33M.
G. Shotcrete mixes used in the tank construction shall conform to the following:
Mix
Core Wall
Covercoat
2.4
Compressive
Strength
(psi)
4000
4000
Maximum
W/C
Ratio
0.42
0.42
Air
Content
(%)
Slump
(in)
4"+/-1"
4"+/-1"
Fiber
Reinforcement
(lbs/cyd)
-
PRESTRESSED REINFORCEMENT
A. The prestressing wire shall conform to the requirements of ASTM A821/A821M, Type
B.
B. The prestressing wire size shall be 0.162 in. (8 gauge), 0.192 in. (6 gauge) or larger, but
no larger than 0.250 in.
C. The ultimate tensile strength, fu shall be, 231,000 psi or greater for 8 gauge wire, 222,000
psi or greater for 6 gauge.
D. Splices for horizontal prestressed reinforcement shall be ferrous material compatible with
the prestressing reinforcement and shall develop the full strength of the wire.
2.5
NON-PRESTRESSED REINFORCEMENT
A. Non-prestressed mild reinforcing steel shall be new billet steel meeting the requirements
of ASTM A615/A615M with a minimum yield strength, fy, of 60,000 psi.
B. Welded wire reinforcing shall be plain wire conforming to the requirements of ASTM
A1064/A1064M with a minimum yield strength, fy, of 65,000 psi.
2.6
GALVANIZED STEEL DIAPHRAGM
A. The galvanized steel diaphragm used in the construction of the core wall shall be 26
gauge with a minimum thickness of 0.017 in. conforming to the requirements of ASTM
A653/A653M. Weight of zinc coating shall be not less than G90 of Table 1 of ASTM
A653/A653M.
B. The diaphragm shall be formed with re-entrant angles and erected so that a mechanical
key is created between the shotcrete and diaphragm.
C. The diaphragm shall be continuous to within 3 inches of the top and bottom of the wall.
Horizontal joints or splices will not be permitted.
2/05/15
T-12
v1
D. All vertical joints in the diaphragm shall be rolled seamed, crimped and sealed watertight
using epoxy injection.
E. In all tanks designed to use a waterstop at the floor/wall joint, the steel shell diaphragm
shall be epoxy bonded to the waterstop.
2.7
PVC WATERSTOPS, BEARING PADS AND SPONGE FILLER
A. Plastic waterstops shall be extruded from an elastomeric plastic material of which the
base resin is virgin polyvinyl chloride.
B. The profile and size of the waterstop shall be suitable for the hydrostatic pressure and
movements to which it is exposed.
C. Bearing pads used in floor/wall joints shall consist of neoprene, natural rubber or
polyvinyl chloride.
D. Sponge filler at the floor/wall joint shall be closed-cell neoprene.
2.8
EPOXY
A. Epoxy Sealants:
1. Epoxy shall conform to the requirements of ASTM C881/C881M.
2. Epoxy used for sealing the diaphragm shall be Type III, Grade 1, and shall be 100%
solids, moisture insensitive, low modulus epoxy.
3. Epoxy used for placing the waterstop shall be Type II, Grade 2, and shall be 100%
solids, moisture insensitive, low exotherm epoxy.
4. When pumped, maximum viscosity of the epoxy shall be 10 poises at 77°F.
5. The epoxy sealants used in the tank construction shall be suitable for bonding to
concrete, shotcrete, PVC, and steel.
B. Bonding Epoxy:
1. Epoxy resins used for enhancing the bond between fresh concrete and hardened
concrete shall conform to the requirements of ASTM C881/C881M.
2. Epoxy resins shall be a two-component, 100% solids, moisture-insensitive epoxy and
shall be Type II, Grade 2.
2.9
SEISMIC RESTRAINT CABLES
A. When required by design, seismic restraint cables shall be seven-wire strand conforming
to ASTM A416/A416M.
B. The strand shall be protected with a fusion-bonded, grit-impregnated epoxy coating
conforming to ASTM A882/A882M.
C. The minimum ultimate strength of the seven-wire strand shall be 270,000 psi.
2/05/15
T-13
v1
2.10
TANK ACCESSORIES
A. Minimum of one, 1' 5" x 4' 4" rectangular Type 316 stainless steel wall manhole for
access to the interior of the tank. The cover shall also be of Type 316 stainless steel. The
wall manhole shall be designed to resist hydraulic loading without excessive deflection.
B. Exterior ladder shall be fabricated from 6061-T6 and 6063-T6 aluminum and shall
conform with all applicable OSHA standards. The ladder shall have an aluminum safety
cage and lockable security gate and/or a safety climbing device as required to meet
applicable OSHA standards.
C. Aluminum handrail around the dome access hatch shall be fabricated from 6061-T6
aluminum and shall conform with all applicable OSHA standards.
D. Interior ladder shall be fabricated from fiberglass shall conform with all applicable
OSHA standards. The ladder shall have a safety climbing device manufactured from
Type 316 stainless steel as required to meet applicable OSHA standards.
E. Roof hatch cover, roof ventilator, and liquid level indicator shall be fabricated from
fiberglass.
F. All through-wall pipes shall be constructed using ductile iron piping and flanges shall
comply with ANSI/AWWA C135/A21.53 class 150:
1. 16” effluent FLxFL wall pipe extending 6” beyond the interior tank corewall.
G. Under floor and tank interior ductile iron piping including:
1. 16” influent under floor and riser piping. Influent riser pipe shall terminate at
elevation 43.50 with a flange flare.
2. 16” overflow under floor and riser piping. Overflow riser pipe shall terminate at
elevation 43.50 with flange flare.
3. 8” under floor drain piping. Piping shall terminate at elevation 12.25 with a 3” deep
dish sump in the tank floor.
H. Accessory hardware, unless otherwise noted, shall be Type 316 stainless steel
conforming to ASTM F593.
2.11
COATINGS
A. Exterior coating system shall consist of the following:
1. Two coats Tnemec Series 156 Enviro-Crete Modified Waterborne Acrylate. Color to
be selected by owner.
2/05/15
T-14
v1
2. All exterior newly installed above grade piping shall be coated with two coats of
Tnemec Series 66 and one coat of Tnemec series 73 in accordance with the
manufacturer’s recommendations.
3. All interior tank piping shall be coated with two coats of Tnemec N140 Potapox
epoxy in accordance with the manufacture’s recommendations.
PART 3 EXECUTION
3.1
EXAMINATION
A. All subgrade elevations shall be verified prior to starting tank construction.
3.2
INSTALLATION
A. Floor:
1. The subgrade shall be prepared by fine grading to ensure proper placement of
reinforcing steel with proper bottom cover.
2. A 6-mil polyethylene vapor-barrier shall be placed after subgrade preparation has
been completed.
3. Form and screed boards shall be of proper thickness and sufficiently braced to ensure
that the floor is constructed within proper thickness tolerances.
4. Plate bolsters shall be used to support reinforcing steel supported directly on the
subgrade to ensure positive control of placement of reinforcing steel.
5. The floor shall be vibratory screeded to effect consolidation of concrete and proper
encasement of floor reinforcing steel.
6. The floor shall be water cured for a minimum of 7 days after casting.
7. The floor shall receive a light broom finish.
B. Core Wall:
1. The wall shall be constructed utilizing diaphragm and shotcrete with each
conforming to the following:
a. Diaphragm Erection:
(1) The diaphragm shall be protected against damage before, during, and after
erection. Nail or other holes shall not be made in the diaphragm for erection
except in the top 3 inches. Holes shall not be made in the diaphragm except
for inserting wall pipes or sleeves, reinforcing steel, bolts, or other special
appurtenances. Such penetrations shall be sealed with an epoxy sealant
which complies with Section 2.8 Epoxy.
b. Shotcrete:
(1) All shotcrete shall be applied by or under direct supervision of experienced
nozzlemen certified by the American Concrete Institute (ACI) as outlined in
ACI certification publication CP-60.
(2) Each shotcrete layer shall be broomed prior to final set to effect satisfactory
bonding of the following layer.
2/05/15
T-15
v1
(3) No shotcrete shall be applied to reinforcing steel or diaphragm that is
encrusted with overspray.
(4) No less than ⅛ in. thick shotcrete shall separate reinforcing steel and
prestressing wire.
(5) The diaphragm shall be encased and protected with no less than 1 in. of
shotcrete in all locations.
(6) The interior shotcrete shall receive a light broom finish.
c. Curing:
(1) Interior and exterior portions of the shotcrete wall shall be water cured for a
minimum of 7 days or until prestressing is completed.
C. Epoxy Injection:
1. Epoxy injection shall be carried out from bottom to top of wall using a pressure
pumping procedure.
2. Epoxy injection shall proceed only after the diaphragm has been fully encased, inside
and outside, with shotcrete.
D. Dome:
1. All concrete shall be consolidated by means of a vibrator for proper encasement of
reinforcing steel and welded wire fabric.
2. All surfaces at the joint between the wall and the dome shall be coated with bonding
epoxy which complies with Section 2.8 Epoxy.
3. Plastic bolsters shall be used to support reinforcing steel and welded wire
reinforcement to ensure positive control on placement of steel.
4. The exterior surface of the dome shall receive a light broom finish.
5. The dome shall be water cured for a minimum 7 days after casting or until dome
band prestressing is completed.
E. Prestressing:
1. The initial tension in each wire shall be read and recorded to verify that the total
aggregate force is no less than that required by the design. Averaging or estimating
the force of the wire on the wall shall not be considered satisfactory evidence of
correct placement of prestressing wires.
2. Placement of the prestressing steel wire shall be in a continuous and uniform helix of
such pitch as to provide in each lineal foot of core wall height an initial force and unit
compressive force equal to that shown on the design drawings. Splicing of the wire
shall be permitted only when completing the application of a full coil of wire or when
removing a defective section of wire.
3. Shotcrete shall be used to completely encase each individual wire and to protect it
from corrosion. To facilitate this encasement, the clear space between adjacent wires
is to be no less than one wire diameter.
4. Prestressing shall be accomplished by a machine capable of continuously inducing a
uniform initial tension in the wire before it is positioned on the tank wall. Tension in
the wire shall be generated by methods not dependent on cold working or re-drawing
of the wire. In determining compliance with design requirements, the aggregate
2/05/15
T-16
v1
force of all tensioned wires per foot of wall shall be considered rather than the force
per individual wire, and such aggregate force shall be no less than that required by
the design and as shown on approved drawings.
5. The tank construction company shall supply equipment at the construction site to
measure tension in the wire after it is positioned on the tank wall. The stress
measuring equipment shall include: electronic direct reading stressometer accurate to
within 2%, calibrated dynamometers and a test stand to verify the accuracy of the
equipment.
6. After circumferential prestressing wires have been placed, they shall be protected by
encasement in shotcrete. This encasement shall completely encapsulate each wire
and permanently bond the wire to the tank wall.
7. When multiple layers of wire are required, shotcrete cover between layers shall be no
less than ⅛ in. thick.
F. Covercoat:
1. After all circumferential prestressing wires have been placed, a shotcrete cover
having a thickness of no less than 1 in. shall be placed over the prestressing wires.
2. Horizontal sections of the wall shall form true circles without flat areas, excessive
bumps or hollows.
3. The covercoat shall receive a sliced trowel finish.
G. Wall Openings:
1. All wall pipes, sleeves and manholes passing through the wall shall be sealed to the
diaphragm by epoxy injection.
H. Coatings:
1. All coatings shall be applied a minimum of 28 days after final application of concrete
or shotcrete.
2. All application procedures for coatings shall be in accordance with manufacturer's
recommendations.
3.3
FIELD QUALITY CONTROL
A. Inspection and Testing:
1. Concrete and Shotcrete Testing:
a. Compression Tests:
(1) Compression test specimens shall be taken during construction from the first
placement of each class of concrete specified herein and at intervals
thereafter as selected by the Engineer to insure continued compliance with
these Specifications. At least one set of test specimens shall be made for
each 50 yards of concrete/shotcrete placed. Each set of test specimens shall
be a minimum of 5 cylinders.
2/05/15
T-17
v1
(2) Compression test specimens for concrete/shotcrete shall conform to ASTM
C172/C172M for sampling and ASTM C31/C31M for making and curing
test cylinders. Test specimens shall be 6-inch diameter by 12-inch high or 4inch diameter by 8-inch high cylinders.
(3) Compression test shall be performed in accordance with ASTM C39/C39M.
Two test cylinders will be tested at 7 days and two at 28 days. The
remaining cylinder will be held to verify test results, if needed.
b. Air Content Tests (concrete only):
(1) Air content tests shall conform to ASTM C231/C231M (Pressure Method for
Air Content).
(2) Tests for air content shall be made prior to concrete placement and whenever
compression test specimens are made.
c. Slump Tests (concrete only):
(1) Slump tests shall be made in accordance with ASTM C143/C143M.
(2) Slump tests shall be made whenever compression test specimens are made.
2. Hydrostatic Testing:
a. The tank shall be tested for watertightness upon completion.
b. The testing for watertightness shall be completed as follows:
(1) Fill the tank with water to the maximum water level and let it stand for a
minimum of 24 hours.
(2) Inspect the exterior of the tank wall and footing for damp spots. Damp spots
shall be defined as spots where moisture can be picked up on a dry hand, the
source of which is from inside the tank.
(3) Leakage through the wall or wall-base joint shall be repaired and the tank
shall be retested using the above procedure.
3.4
CLEANING AND DISINFECTION
A. The interior of the tank shall be cleaned to remove debris, construction items, and
equipment prior to testing and disinfection.
B. The following disinfection procedure shall be used to disinfect storage tanks used for
potable water:
1. Method 2 will be used for disinfection of the tank in accordance with ANSI/AWWA
C652. Disinfection of the tank shall be completed by the tank manufacturer.
END OF SECTION 13200
2/05/15
T-18
v1
Download